Loading...
HomeMy WebLinkAboutContract 62385CSC No. 62385 EXECUTED FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION OZONE SYSTEM Mattie Parker Mayor City Project No. 105176 Chris Harder Director, Water Department Prepared for The City of Fort Worth 2024 David Cooke City Manager CDM Smith Inc. 12400 Coit Rd., Suite 400 Dallas, TX 75252 Texas Registered Engineering Firm F-3043 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. City of Fort Worth Eagle Mountain WTP - Phase IV Expansion Ozone System 7/10/2024 00 00 00 TABLE OF CONTENTS Pagel of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 15 Addenda 0011 13 Invitation to Proposers 0021 13 Instructions to Proposers 0035 13 Conflict of Interest Statement 00 41 00 Proposal Form 0043 13 Bid Bond 00 45 26 Contractor Compliance with Workers Compensation Law 00 52 43 Special Engineering Services Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions 00 74 00 Special Conditions Division 01- General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 33 00 Submittals 01 60 00 Product Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents Division 40 — Process Interconnections 40 05 22 Steel Process Pipe and Tubing for Ozone Service 40 05 51 Common Requirements for Process Valves 40 05 53 Identification for Process Piping 40 05 57 Actuators for Process Valves and Gates 40 05 63 Ball Valves 40 05 64 Butterfly Valves 40 05 93.23 Low -Voltage Motor Requirements for Process Equipment 40 61 00 Process Control and Enterprise Management Systems General Provisions 40 61 21.20 Process Control System Testing (Contractor performs programming) 40 61 26 Process Control System training 40 63 43 Programmable Logic Controllers 40 67 17 Industrial Enclosures Last Revised 02/08/2024 01/17/2024 02/24/2020 09/30/2021 09/30/2021 07/01/2011 03/08/2024 12/08/2023 12/08/2023 12/08/2023 07/01/2011 03/08/2024 03/08/2024 03/08/2024 Last Revised Last Revised CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 8, 2024 City Project No. 105176 00 00 00 TABLE OF CONTENTS Page 2 of 3 Division 46 — Water and Wastewater Equipment Last Revised 46 31 50 Ozone System General 46 31 51 Liquid Oxygen Storage and Feed Equipment 46 31 53 Ozone Generation Equipment 46 31 53.02 Nitrogen Boost System 46 31 54.35 Ozone Dissolution System Side — Stream Injection 46 31 55 Ozone Destruction Equipment 46 31 56 Ozone System Instruments Appendices Last Revised Appendix B Fort Worth EMWTP Ozone System P&IDs END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 8, 2024 City Project No. 105176 DIVISION 00 GENERAL CONDITIONS 0005 15 ADDENDA Page 1 of 1 �1 0140 Y 1130111III1ik ADDENDA END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised July 1, 2011 City Project No. 105176 FORTWORTHO ADDENDUM TO INVITATION TO PROPOSE NO. 24-0254 EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION - OZONE SYSTEM WATER DEPARTMENT ADDENDUM NO. 1 DATE ISSUED: July 25, 2024 INVITATION TO PROPOSE (ITP): 24-0254 BID OPENING DATE: August 8, 2024 ITP No. 24-0254, issued July 11, 2024, is hereby amended as follows: 1. Responses to questions received are attached to this addendum as Attachment A. 2. Revised Contract Drawings are included to this addendum as Attachment B. 3. Revised Specifications are included to this addendum as Attachment C. 4. Pre -proposal Conference Slides are included to this addendum as Attachment D. 5. TECHNICAL SPECIFICATIONS: a. Section 00 21 13 — Instructions to Proposers Instructions to Proposers to be REPLACED in its entirety with the attached Changes to the original include: Replace Article 3.1 second bullet with the following: • Veolia Water Technologies Treatment Solutions USA Inc. b. Section 00 41 00 — Proposal Form Proposal Form Conditions to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 6.1.2 i. Delete "Table 6.3". Table 6.2 Row 3 i. Replace "90" with "93". b. SECTION 00 52 43 — Special Engineering Services Agreement Special Engineering Services Agreement to be REPLACED in its entirety with the attached Changes to the original include: Article 4.2.A.1 i. Replace the paragraph with "The OSS shall have submitted to the Engineer all Shop Drawings associated with the First Shop Drawing Submittal as described in Paragraph 4.3.A.1 below within 90 calendar days after the Notice of Award." Article 4.2.A.2 i. Replace the paragraph with "The OSS shall have submitted to the Engineer all Shop Drawings associated with the Second Shop Drawing ITP 24-0254 Eagle Mountain Water Treatment Plant Phase IV Expansion — Ozone System Addendum No.1, Page 1 of 4 Submittal as described in Paragraph 4.3.A.1 below within 120 calendar days after the Notice of Award." c. SECTION 00 61 25 — Maintenance Bond Maintenance Bond to be DELETED in its entirety d. SECTION 46 31 50 — Ozone System General Ozone System General to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1 A.D. i. Replace "45 days" with "90 days". Paragraph 1 A.E. i. Replace "90 days" with "120 days". Paragraph 1.9.A.2 i. Replace the paragraph with "Veolia Water Technologies Treatment Solutions USA Inc. — Leonia, New Jersey Paragraph 2.2.B.5.c i. Replace the paragraph with the following: C. Ozone analyzer sample stations: 1) Provide two ozone -in water analyzers for each ozone contactor basin to monitor the ozone -in -water residual concentration at various points in the contactor. 2) Provide one oxidation-reduction potential (ORP) analyzer to measure the presence or absence of a detectable ozone residual in water entering and leaving the contactor." Paragraph 2.2.B.8 i. Add the following paragraph: "8. Ambient Oxygen and Ozone Monitoring: a. Provide one ambient oxygen monitor to be installed in the ozone generation building for monitoring and alarm of ambient oxygen levels. b. Provide three ambient ozone monitors to be installed in the ozone generation building for monitoring and alarm of ambient ozone levels. c. Provide three ambient ozone monitors to be installed in the contactor gallery and corridor for monitoring and alarm of ambient ozone levels." Paragraph 2.313.4. 1) Replace "NEMA 12 type painted mild steel' with "NEMA 4X type 316 SS". Paragraph 3.2.A.6. 1) Delete the paragraph and replace with "OSS to submit certification for the liquid oxygen storage tanks, liquid oxygen vaporizers, ozone generators, power supply units, cooling water equipment, chillers, off -gas ozone destruction units, off -gas blowers, fine -bubble diffusers, and I&C system." Paragraph 3.3.D.3.a. 1) Replace "90 degrees F" with "93 degrees F. d. SECTION 46 31 53 — Ozone Generation Equipment Ozone Generation Equipment to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.2.A.1.c i. Delete "and cooling water skids," Paragraph 1.11.B. i. Delete "Skid Mounted" Paragraph 2.2.A.1 ITP 24-0254 Eagle Mountain Water Treatment Plant Phase IV Expansion — Ozone System Addendum No.1, Page 2 of 4 Replace the paragraph with "Veolia Water Technologies Treatment Solutions USA Inc - Leonia, New Jersey" e. SECTION 46 31 54.35 — Ozone Dissolution System Ozone Dissolution System to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.2.13.1. i. Replace the paragraph with "Four 4-inch side -stream venturi injectors (SVIs), two per ozone contactor, with 2-inch gas suction ports for the ozone side -stream dissolution system.". Paragraph 1.2.13.2. i. Replace the paragraph with "Two 42-inch pipeline contactors, each with gas mixing nozzles.". Add Paragraph 1.2.13.3. i. "3. Four ozone delivery manifolds, one per side -stream injector, including flow meter and control valve." Paragraph 2.3.A.2.d. i. Replace the paragraph with "d. With 2 contact basins, 2 pipeline flash reactors, and 4 SVIs in service.". Paragraph 2.3.A.4.d. i. Replace the paragraph with "d. With 2 contact basins, 2 pipeline flash reactors and 4 SVIs in service.". Paragraph 2.3.A.5.1. i. Replace "18 feet" with "23 feet". Paragraph 2.3.C.2.a. i. Replace the paragraph with "a. Motive flow per SVI (gallons per minute): 1000 maximum" Paragraph 2.3.C.2.b. i. Replace the paragraph with "b. Motive water inlet pressure (psig): 80 maximum.". Paragraph 2.3.C.2.d. i. Replace the paragraph with "d. Ozone generator outlet pressure (psig): 10.". Paragraph 2.4.A.1.b. i. Replace the paragraph with "Four side -stream SVIs: Four 4-inch SVIs with 2-inch gas suction ports.". f. SECTION 46 31 55 — Ozone Destruct Equipment Ozone Destruct Equipment to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.11.C. i. Replace "two sets" with "one set". Paragraph 2.3.A.1.d. i. Replace "05' with 1.8". 6. TECHNICAL DRAWINGS: a. PID-1 Liquid Oxygen Storage and Vaporization PID-1 to be REPLACED in its entirety with the attached Changes to the original include: Clarification of LSS and OSS scope of supply including callouts to OSS provided equipment. b. PID-3 Ozone Generation PID-3 to be REPLACE in its entirety with the attached Changes to the original include: Clarification of the OSS responsibility to provide dewpoint analyzers. Addition of three ambient ozone monitors in accordance with the requirements of Section 463150. ITP 24-0254 Eagle Mountain Water Treatment Plant Phase IV Expansion — Ozone System Addendum No.1, Page 3 of 4 Addition of ozone generation PLC and associated network connection to the MOCP in accordance with Section 46 31 50. Revision of required PSU cooling water instruments. c. PID-4 Ozone Sidestream Injection System PID-4 to be REPLACED in its entirety with the attached Changes to the original include: Addition of two SVI systems and associated ozone feed, piping, valves, instruments and appurtenances. Clarification of OSS scope of supply regarding the ozone supply manifold. Addition of one ambient ozone analyzer. d. PID-5 Cooling Water System PID 5 to be REPLACED in its entirety with the attached Changes to the original include: Clarification of the OSS scope of supply with the heat exchangers. e. PID-6 Ozone Contactor No. 1 PID-6 to be REPLACED in its entirety with the attached Changes to the original include: Clarification of OSS scope of supply regarding the MOCP, ozone -in -water analyzers, and ORP analyzers. f. PID-7 Ozone Contactor No. 2 PID-7 to be REPLACED in its entirety with the attached Changes to the original include: Clarification of OSS scope of supply regarding the MOCP, ozone -in -water analyzers, and ORP analyzers. g. PID-8 Ozone Destruct System PID-8 to be REPLACED in its entirety with the attached Changes to the original include: Addition of medium concentration ozone analyzers to each ODU skid Addition of ODU control panel and associated network connection to MOCP in accordance with Section 46 31 50 All other term an conditions remain unchanged. TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ............................................................... 0 0 0 0. E ......... ■ By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. {COMPANY NAME Veoli Water Technologies Treatment Solutions USA Inc. SIGNATUR l r — (— rc31Zt� ►�. � NOTE: Company name and s' nature be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ITP 24-0254 Eagle Mountain Water Treatment Plant Phase IV Expansion — Ozone System Addendum No.1, Page 4 of 4 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion —Ozone System ATTACHMENT A This document is provided as supplement to the Eagle Mountain Water Treatment Plan Phase IV Expansion — Ozone System Pre -Selection Contract Documents. Below are responses to questions for clarifications that may require additional information and/or are not addressed directly within the pre -selection contract documents: Q1-1: Can you provide an estimate as well as anticipated start and completion dates? R1-1: Refer to the schedule in the Per -proposal slides in Appendix D. Q1-2: Hi! We here at Xylem Wedeco would like to Thank You All for selecting us as one of the top 3 Ozone Manufacturer's in this opportunity. What are the rules on BABA for this project? Does BABA apply? R1-2: Refer to Section 00 21 13 Article 19 Q1-3: Please furnish contact info for City PM. Name, phone, email. Thank you. R1-3: James McDonald, James.McDonald@fortworthtexas.gov Q1-4: We are reviewing the Bid Document and will have a number of questions that using only the message box may not be easily workable. Is there a way of attaching a document that has all the questions/requests for clarification or is typing them in one by one the only acceptable procedure. R1-4: Currently this is the available method for uploading questions. Q1-5: Could you please extend the Bid Date? R1-5: The Bid Date will not be extended. Q1-6: Section 00 21 13 — Par. 3.1: Correct company name is Veolia Water Technologies Treatment Solutions USA Inc. R1-6: Acknowledged. Q1-7: Section 00 41 00 — Par. 4.1: Please confirm there is no TX Sales Tax that needs to be included in the Proposal Form Selling Price (Item A). R1-7: Confirmed. Do not include sales tax in the pricing provided as part of the proposal. Q1-8: Section 00 4100 — Par. 6.1.2: This paragraph references a table 6.3 but the proposal form only seems to include Table 6.1 and 6.2. Please confirm if 6.3 exists, and where it is located. R1-8: Reference should include Table 6.2 only. Q1-9: Section 00 41 00 — Table 6.2, Row 3: Is 90 OF correct for the closed -loop CW temp or should it be 93 OF based on a max. 90 OF open -loop CW temperature. R1-9: The closed -loop cooling water temperature should be 93 deg F with 90 degree open -loop cooling water temperature. Q1-10: Section 00 52 43 —Article 4.2.1.A1 and A2: In these paragraphs the amount of time for a detailed submittal package 1 and 2 (as defined in section 46 3150 and other equipment sections) is not sufficient. We would request at least 84 days for submittal package 1 and 120 days for submittal package 2. Part of this is based on the amount of time vendors require on their submittal packages. A-1 1 of 6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion —Ozone System ATTACHMENT A R1-10: Will revise. Note that the submittals will be developed as part of the Special Engineer Services in conjunction with design assistance and coordination with the Engineer. Q141: Section 40 05 57— Par. 2.4.A.2 and 2.4.B.5: It seems that for the 3 in and small valves 120V actuators are specified but if the requirement is to meet AWWA C542 the model numbers may not meet that requirement. Please confirm that for small valves, AWWA C542 is required. R1-11: AWWA C542 does not apply to small valves. Q1-12: Section 40 63 43 — Par. 2.3.A.1.a: Please add "M340" to the list of permitted processors, which could be used in the Ozone Generator Power Supply Unit and the Ozone Destruct Unit LCP R1-12: Provide the specified M580 PLC as part of the proposal. Evaluation of other models based on required capabilities will be performed as part of the Special Services and design coordination. Q1-13: Section 40 63 43: Please provide the accepted make/model/series of OITs to be used on the MOCP, Ozone Generator Power Supply Unit and the Ozone Destruct Unit LCP. R1-13: OITs shall be the Schneider Electric Magelis product line. Specific models and series will be provided as part of a future addenda. Q1-14: Section 46 31 50— Par. 1.2.C.2.b, Par. 2.2.B.2.A and PID-1: 1.2.C.2.b states the LOX storage and Vaporization system is by OSS; 2.2.B.2.a states the "LSS" provides the LOX tanks and Vaporizers; PID-1 shows the LOX tanks by "OSS" and does not show any designation for the Vaporizers. Since this is a direct bid I don't believe the LOX/GOX Suppliers are planning on bidding it directly it would make sense to have this equipment be provided by OSS. Please clarify R1-14: The LOX system will be provided by the LSS under the General Contractor. Q1-15: Section 46 31 50— Par. 1.2.C..2.j and PID-1, PID-4, PID-6, PID-7: 1.2.C.2.j indicates that OSS is to provide Ozone gas in -line, ambient and in -water analyzers; PID-1 shows AIT 02 by OSS (put a 46 next to analyzer); PID-4 shows AIT 03 by Div 40 (If by OSS, change "40" to "46" and put a (1) next to the analyzers; PID-6 & 7 shows ozone in -liquid analyzers and ORP with "46" next to them but no (1) next to the analyzers. Please add the (1). Also, please designate how many ambient ozone and ambient oxygen analyzers are to be provided if by OSS. R1-15: OSS to provide all ambient oxygen and ozone monitors. Refer to 46 31 50 2.2 B.8 for quantities. PIDs have been updated to show responsibility. Q1-16: Section 46 3150 — Par. 1.4.D and 1.4.E: In these paragraphs the amount of time for a detailed submittal package 1 and 2 (as defined in section 46 31 50 and other equipment sections) is not sufficient. We would request at least 84 days for submittal package 1 and 120 days for submittal package 2. Part of this is based on the amount of time vendors require on their submittal packages. R1-16: Will revise. Note that the submittals will be developed as part of the Special Engineer Services in conjunction with design assistance and coordination with the Engineer. Q147: Section 46 3150 — Par. 1.9.A.2: Change the company name to Veolia Water Technologies Treatment Solutions USA Inc. in Leonia, NJ R1-17: Acknowledged Q1-18: Section 46 3150 — Par. 1.12.B.3 and B.4: Typical extended warranties on proprietary components (Dielectrics, Fuses and Power Supply Converter/Inverter) are for material only once A-1 2 of 6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion —Ozone System ATTACHMENT A the initial warranty period (2 years) ends as the OSS does not operate or maintain the plant equipment. We request the warranty for that specific equipment be for materials only after the 2 year complete system warranty. R1-18: This is standard specification language. Q1-19: Section 46 31 50— Par. 2.2.B.5.c and d, PID-6, PID-7: Please confirm that the `Analyzer Sample Stations" are by the Contractor and not OSS as PID-6 and 7 do not show a designation by the Instrument Panel as being by OSS. R1-19: Analyzers are to be provided in accordance with the specification. The Contractor will provide piping, valves, appurtenances, etc. The specification and drawings have been revised to show two (2) ozone -in -water analyzers and one (1) ORP analyzer per ozone contactor. Refer to Appendices B and C for revised drawings and specifications. Q1-20: Section 46 3150 — Par. 2.2.B.6.c and PID-8: 2.2.B.6.c mentions a medium concentration off -gas ozone analyzer but PID-8 does not show the analyzer. If required, is this analyzer by OSS "46" or Contractor "40". Please clarify. R1-20: The medium concentration analyzer has been added to PID-8 in accordance with the specification. Refer to Appendix B for revised drawings. Q1-21: Section 46 3150 — Par. 2.3.B.4: Please confirm the following and coordinate with other specification sections and drawings: This section requests NEMA-12 "mild steel" (painted Cold - Rolled Steel) while section 46 3155 requests NEMA-4X "painted steel". Please confirm which to follow, and please clarify the material to use if NEMA-4X is selected, which is typically stainless steel, 304 minimum R1-21: Provide NEMA 4X type 316 SS for the ODU panel. Refer to Appendix C for revised specifications. Q1-22: Section 46 3150 — Par. 2.3.B.4: Please confirm the following and coordinate with other specification sections and drawings. This section requests that the Ozone Destruct units be PLC - based, with OITs. Section 46 31 55 calls for a network link between the ODCP and the MOCP. The P&ID (PID-8) shows no local control panel, and everything is hardwired to the MOCP (no network link). Please provide clarification. R1-22: ODUs will be provided with a local control panel and OIT as specified. Refer to Appendix B for revised drawings. Q1-23: Section 46 3150 — Par. 3.2.A.7: Delete "chillers" and "fine -bubble diffusers". Also, depending on whether OSS is providing the LOX system then the LOX tank and Vaporizers may also need to be deleted. R1-23: These items have been deleted. Q1-24: Section 46 3150 — Par. 3.3.D.3.a: This paragraph states the Performance Test to be conducted with "closed -loop" cooling water temperature of 90 *F. Please confirm this is correct and that the closed -loop cooling water temperature should not be 93 °F based on a max. open -loop cooling water temperature of 90 'F. R1-24: Correct. The closed -loop cooling water temperature will be 93°F with an open -loop temperature of 90°F. Q1-25: Section 46 31 51— Par. 1.2.D: Confirm the intention is for the LOX/ GOX equipment to be provided by the Liquid Oxygen Company (LSS). If that is the case other inconsistencies A-1 3of6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion —Ozone System ATTACHMENT A mentioned in earlier comments and the PID's needs to be changed. Also, it does not appear the Bid Documents are designed for a separate bid by the LOX Tank Company. R1-25: The LOX storage tanks and vaporizers will be supplied by the LSS under the General Contractor and are not part of the ozone pre -selection proposal. Q1-26: Section 46 31 51— Par. 1.2.D, 2.2.G, 2.3.F.1, 2.9: Please confirm the Vacuum Jacketed piping is to be provided by either LSS or OSS. If the answer is yes, since there are no mechanical drawings please provide a length of piping to be included in the bid (to be revised during design). We would recommend that the vacuum jacketed piping be removed from the scope of supply until the layout is presented in a mechanical drawing. R1-26: The vacuum jacketed piping will be supplied by the LSS under the General Contractor and is not part of the ozone pre -selection proposal. Q1-27: Section 46 3153 — Par. 1.2.A.1.c: Remove "Cooling Water Skids" as the system is based on components only. R1-27: Will revise. Q1-28: Section 46 3153 — Par. 1.11.B: Remove "Skid -mounted" R1-28: Will revise. Q1-29: Section 46 3153 — Par. 2.2.A.1: Correct company name is Veolia Water Technologies Treatment Solutions USA Inc. R1-29: Acknowledged Q1-30: Section 46 3153 — Par. 2.4.E.1: Confirm that with a cooling water temperature as high as 93 deg F that insulation on the ozone generator vessel and cooling water piping is necessary. R1-30: Cooling water temperature is seasonal. Insulation during the hot summer months is not necessary to eliminate condensation on the piping but during the winter and spring months when the cooling water temperature approaches the dewpoint temperature. Provide the insulation as specified. Q1-31: Section 46 3153 — Par. 2.5.E: Excessive oversizing of components can lead to the unnecessary increase of both the size and weight of the equipment, as well as developing issues with operational turn -down. Please reduce sizing of "current carrying components" from 120 percent to 110 percent R1-31: Specified requirement to remain. Provide proposal as specified. As part of the special services and design assistance, if evidence is provided showing that the specified sizing of the current carry components is negatively impacting the required turn -down or physical size of the equipment, relaxing of this requirement may be considered. Q1-32: Section 46 31 53.01— Par. 1.2.B and C, Par. 2.2.A.2.a, PID-4: It may make sense to have the ozone delivery manifold be provided by the OSS as this has critical flow measurement and flow control devices as part of the system and can be provided as a pipe spool as is stated in par. 2.2.A.2.a. R1-32: Agreed. Refer to Appendix Band C for revised drawings and specifications. Q1-33: Section 46 31 53.01— Par. 2.3.C.2.a and 2.4.A.1.b: The motive water flow rate of 1000 gpm through a 4 in injector seem extremely high. Please confirm that this is acceptable with the specified Injection System Supplier. A-1 4of6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion —Ozone System ATTACHMENT A R1-33: This has been revised. Refer to Appendix C for revised specifications. Q1-34: Section 46 31 53.01— Par. 3.3.A.3 (pg. 9): An ozone gas pressure of 10.0 prig at the injector inlet seems excessively high and should be reduced to approximately 5.0 — 7.0 psig max. This is acceptable for testing with oxygen but should not be a normal operating point with ozone. R1-34: Testing is to simulate all potential operating scenarios. Requirement will remain at 10 psi. Q1-35: Section 46 3153.02 — Par. 2.1.B.2: Change "One pair" to "Two dual tower pressure -swing desiccant dryer towers" R1-35: Vendor specific configurations are allowed so long as the functionality and redundancy are unchanged. No change. Q1-36: Section 46 3155 — Par. 1.11.C: Remove "two sets" from the first sentence. One of each of the spare parts listed in this paragraph is all that is necessary for stock spare parts. R1-36: Agreed. Refer to Appendix C for revised specification. Q1-37: Section 46 3155 — Par. 2.3.A.1.d: Typical off -gas ozone max. is 1.8% as per par. 2.4.A.2 in this section. R1-37: Revised to 1.8% concentration. Q1-38: Section 46 3155 —Par. 2.5.K.4 and K.5: The referenced specification sections are not provided. Please provide these sections or allow OSS to use their standard supplier for this equipment at this time. R1-38: Section 400593.23 is provided as part of the proposal documents. Section 262923 will be provided as part of a future addendum. Q1-39: Section 46 3155 — Par. 2.8.B: Insert "initial" before 10 percent as when the system is post - purging the ozone generator as soon as the power is turned off, ozone production is instantly stopped and the concentration will quickly be reduced. R1-39: The current requirements provide a conservative design. Provide a specified. Q 1-40: PID-3 - Add (1) next to the MCP - Remove the TIT, PIT from the PSU supply line as it is a common line supplied on the generator skid. - There are no AIT-03 and AIT-02 analyzers shown in this drawing. They should be added with a designation "40" or "46" depending on who is providing the analyzers. R1-40: Will revise. Three ambient ozone analyzers will be provided by the OSS in the Ozone Generation Building. The ambient oxygen analyzer in the Ozone Generation Building is shown on PID-1. Additionally, a third ambient ozone analyzer has been added for the contactor gallery and is shown on PID-4. Refer to Appendix B for updated drawings. Q 1-41: PID-4 - The PID shows the 03 delivery line as provided by the Contractor. We would recommend that the OSS provide a pipe spool that included the instruments and valves that measure and control the ozone flow to the injectors - If the 03 analyzers are to be provided by OSS, add (1) and "46" next to the two analyzers. A-1 5 of 6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion —Ozone System ATTACHMENT A R1-41: Agreed. Ozone delivery to line to be provided by OSS. Ambient ozone analyzers to be provided by OSS. Refer to Appendix B for updated drawings. Q1-42: PID-5 - Add (1) next to the heat exchangers - Add (1) next to the MCP R1-42: Will revise. See Appendix B for updated drawings. Q1-43: PID-6, 7 - Add (1) next to the MCP - If the dissolved ozone and ORP analyzers are by OSS, add (1) next analzyers. R1-43: Will revise. ORP analyzers are to be provided by OSS. See Appendix B for updated drawings. Q1-44: PID-8 - Add (1) in the box next the ODU Skid No. 1 and 2 as supplied by OSS - Are there any 03 analyzers in the Ozone Destruct equipment room - The specifications call for an off -gas ozone analyzer but it is not shown in the PID. Please add in the common line if one unit or in the line from each contact chamber if there are two R1-44: Will revise. The ODUs are located outdoors on top of the ozone contactor. There are no ambient ozone analyzers near the ODUs. Provide an off -gas analyzer on the inlet piping of each ODU skid as specified. See Appendix B for updated drawings. Q1-45: Hello. I am humbly requesting an extension to the Questions deadline date of July 26th. 1 would like to request an extension of maximum 1 week. Thank you. R1-45: The deadline for questions will be extended to July 31" A-1 6 of 6 Eagle Mountain Water Treatment Plant Phase IV Expansion Ozone System Supplier Preselection CPN 105176 Pre -Proposal Meeting July 25, 2024 (1.30 PM) Project Manager: James McDonald, P.E. Design Engineer: CDM Smith Inc. Agenda • Introductions • Project Background • OSS Scope of Work • Proposal and Contracting Process • Project Schedule and Milestones • Questions and Comments Project Background • Eagle Mountain Phase IV Expansion • Design -Bid -Build Delivery Method • Plant Process and Site Plan • Ozone System Facility Plant Process and Site Plan IC OC 1�C. GR •� p o ' -- `��I —FLOCCULATION !I 14 I FUTURE FUTURE PHASE 5 a BACKWASH k . EXPANSION �RT EL E VA TED STORAGE L---- 0O -o-'b-•. TANK I I �f "\V !I "I SEDIMENTATION All I FILTERS 1110 I i I BACKWASH PUMPS jl MEMBRANE II I BUILDING j I I t-----=1Holo ol0C j' 111 Ozone System 5 Ozone System , cont'd SUMP PUMPS 17=� I PIPESUPPORT �— (TYp) I-D$ (TYP) �6 $VI-$5 1"-OPVSS(TYP1 "- I 2"-VENT-PVCU7.-SS-� I I iT-10' � I fi•-SVISS I CONTACTOR GRAIN (TYP( "-SVVSS 42•-RA CSl \\ T-OZ-SS 4'-GR-SS (TYP) \\ FLASH MIX REACTORR I -"-SVI-SS \\ (TYP OF 2) :, I 10"-RW-CS I 10"RWLS \ I OUTLET _ -r - - -- •T _ \�\\�1II� {{ CHANNEL - _ :.. .J I 1 I •I OZONE CONTACTOR NO. 1 CELL 2 - - 101 REV I 'i T-0112" \ T\ - (TYPIn \ SG -_II 151-0" (TYP) - 1 INLET BOX C.-' - I 13._2. 4. 4.-A. 1-1. 42" BFV RM III ��� RAPID MIX ttt I - 4-6' (TYP( 7 _ _ R �J BASIN NO.fl 4FT ACCESS CELL 1 % / I MANWAY PORTED INLET WALL 10 \\ SIDESTREAM SIDESTREAM I SIDESTREAM SIDE57REAM (ryP OF 2} PUMP N01 PUMP ND2 I PUMP NO3 puMP NO� GGII MS-B 4"-GRSS(fYP) OZONE CONTACTOR 11 - �1� GALLERY o-------_-------------------- 4—:A-'-r I MONORAIL r J ELI �W 3 5 SAMPLE ANALYZER 4"AZSS STATION 12'-DR-SS I r-i �eonoeil 9 Ozone System Supplier Scope of Work • Ozone Generators and PSUs • Closed -loop Cooling Water Heat Exchangers • Nitrogen Boost System • Ozone Sidestream Dissolution System • Off -Gas Destruct Unit • Instrumentation and Controls • Engineering • Services during Construction and Start-up • Performance Testing • Liquid Oxygen (LOX) Storage and Vaporizers (by General Contractor) Proposal and Contracting Process • Approved Proposers: • Aqua -Aerobics • Veolia • Xylem • Proposal Schedule • Advertise for Bid: • Pre -Proposal Meeting: • Deadline for Questions • Proposals Received: July 11 and July 18, 2024 July 25, 2024 July 31, 2024 August 8, 2024 (2:00 PM) Proposal and Contracting Process • Items to be Submitted with Proposal Form — 00 41 00 • Item A: Ozone System Goods and Services Contract Price • Item B: Price for Special Engineering Services for Ozone System Design • Item C: Ozone Generation Room Extension Cost • Must include preliminary equipment layout for Phase IV and Phase V buildout • Item D: Present Worth Value of Average Rate of Energy and Cooling Water Consumption OZONE PRODUCTION R.EQ ami k.a4i�.� ail 1 Actual Ozone Production lb/day 125 2175 400 i 1050 2 Ozone -in -Oxygen Concentration o/owt 10 10 10 10 10 Closed -Loop Cooling Water 90 90 90 90 90 3 Temverature de¢ F s Time -Weight % 10 10 15 50 15 • Total Net Present Value Evaluation 0 Total of Items A, C, and D Proposal and Contracting Process 6-.] '9 • Proposal Evaluation • Notification of Best Value Proposal • Contract Process and Requirements • Special Engineering Services Agreement with City • Preparation of Shop Drawings • Assistance with Design • Subcontract With General Contractor 10 Slide 10 DBO I plan on discussing each of the items on the previous slide. Not sure what else needs to be discussed. Bond, Daniel, 2024-07-25T16:01:26.707 Project Schedule and Milestones • Start Special Engineering Services Contract • Shop Drawing Submittal • Construction Start • Ozone Equipment Delivery • Substantial Completion • Final Completion - October 1, 2024 - December 1, 2024 - December 2025 - Q3 2027 - June 2028 - September 2028 Additional Items • Certificate of Interested Parties Form 1295 is required before contract can go to Council • Addendum No. 1 anticipated to be issued this week • Clarification of LOX SOW • Sidestream Injection Clarifications 12 Contact information Project Manager: James McDonald, P.E. • James. McDonald (a,FortWorthTexas.gov 13 Questions/Discussion FORTWORTH. ADDENDUM TO INVITATION TO PROPOSE NO. 24-0254 EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION - OZONE SYSTEM WATER DEPARTMENT ADDENDUM NO. 2 DATE ISSUED: August 2, 2024 INVITATION TO PROPOSE (ITP): 24-0254 BID OPENING DATE: August 8, 2024 ITP No. 24-0254, issued July 11, 2024, is hereby amended as follows: 1. Responses to questions received are attached to this addendum as Attachment A. 2. Revised Specifications are included to this addendum as Attachment B. 3. TECHNICAL SPECIFICATIONS: a. Section 00 41 00 — Proposal Form Proposal Form Conditions to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.6 i. Replace "Consumer Price Index (CPI)" with "Producer Price Index (PPI).". Table 6.2 Row 6 i. Replace "Guaranteed Generator Specific Energy" with "Guaranteed Specific Energy per Generator". Table 6.2 Note 5 i. Replace "Row (6) x Row (1)" with "Row (6) x Row (5) x Row (1)". b. SECTION 46 31 50 — Ozone System General Ozone System General to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.4.D.3. i. Replace "two" with "four". Paragraph 2.4.D.4. i. Replace "three" with "four". Paragraph 3.3.D.7.c. i. Replace 1218,712" with "195,537". ii. Replace "453" with "405". Paragraph Table 463150-1. i. Delete the table in its entirety and replace. d. SECTION 46 31 54.35 — Ozone Dissolution System Ozone Dissolution System to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.6.C.3. ITP 24-0254 Eagle Mountain Water Treatment Plant Phase IV Expansion — Ozone System Addendum No.2, Page 1 of 2 i. Replace "basin nozzle manifold system" with "pipeline flash reactor". Paragraph 1.6.D.11.2. i. Replace "6 to 10 percent' with "8 to 10 percent'. Paragraph 2.3.C.1.c. i. Replace "6 percent' with "8 percent' Paragraph 2.4.C.1. i. Replace "2-in" with "3-in" Paragraph 3.4.F.f.1. i. Replace "6 percent' with "8 percent' All other terms and co dib ns remain unchanged. /04 Ja .1 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ............................................................... 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0■ By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: eolia Water Technologies Treatment Solutions USA Inc. If _ SIGNATURE. t I's �. 4 — O.0 i LL. / t9 ak /V�zd d-o NOTE. Company name and signatur ust be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ITP 24-0254 Eagle Mountain Water Treatment Plant Phase IV Expansion — Ozone System Addendum No.2, Page 2 of 2 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion —Ozone System ATTACHMENT A This document is provided as supplement to the Eagle Mountain Water Treatment Plan Phase IV Expansion — Ozone System Pre -Selection Contract Documents. Below are responses to questions for clarifications that may require additional information and/or are not addressed directly within the pre -selection contract documents: Q2-1: If construction is delayed will there be relief on liquidated damages? Storage for equipment? R2-1: If construction delays are not due to the failure of the OSS to meet the Schedule for Delivery of Goods specified in 00 21 13 Article 8.2, then the specified liquidated damages do not apply to the OSS. Storage of equipment due to construction delays will be between the Contractor and OSS. Q2-2: Section 00 4100 — Par. 1.6: The 365 days is a long to time to hold the Selling Price in today's market conditions, especially as it is not defined what the General Contractor's schedule is for delivery of the equipment. If that time is not established or delayed, there is no protection for the Ozone System Supplier. Also, the CPI is not a good indicator of material and labor cost for water treatment equipment. A better approach would be to use PPI for Intermediate Demand along with a Stainless Steel Index for a percentage of the cost (typically 18 — 28%) as the cost for SS does not track CPI or PPI in many cases. R2-2: The times for holding the pricing and delivery of the equipment are provided in Sections 00 41 00 and 00 21 13. Per Section 00 41 00 Article 1.6, the OSS is to hold the pricing provided in the Proposal for 365 days from the Bid Opening. Per Section 00 21 13 Article 8.2.2, delivery of the equipment will be within 365 and 540 days of the Notice to Commence Fabrication provided by the Contractor. The use of PPI in lieu of CPI is acceptable. Refer to Attachment B for revised specifications. Q2-3: Section 46 3150 — Par. 1.2.E.1.d: Please confirm that "Owner Standards" will not be imposed on deliverables that should be considered "standard OSS products'; such as the Ozone Generator Power Supply Unit and the Ozone Destruct Unit LCP. R2-3: The use of standard screens for the generator and ODU LCP OITs is acceptable. The graphics for the MOCP OIT will be developed in conjunction with the AESS as part of the specified workshops. Q2-4: Section 46 31 50— Par. 3.3.D.7.c, Table 463150-1 and Table 6.2 in the Bid Form: Not sure the weighted average ozone production rates (and therefore the Liquidated Damage for 1.0 kwh/Ib 03) match up. Please confirm the $ 218,712 per 1.0 kwh/Ib 03 is the correct value. R2-4: Refer to the revised tables and values. Refer to Attachment B for revised specifications. Q2-5: Is a prebid meeting sign in sheet available? R2-5: The attendance is provided in Attachment C Q2-6: 40-05-22-2.2.A.2.a Pipe schedule 2" and smaller pipe is specified as sch 10S. This can be very thin. R2-6: The specified pipe thickness is a minimum requirement. The OSS may opt to provide thicker piping as a betterment to the specified requirements. A-2 1 of 5 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion —Ozone System ATTACHMENT A Q2-7: 40-05-22-2.2.C.3 Threaded fittings Threaded fittings not acceptable. Please advise on what other fittings you will allow. R2-7: Paragraphs C.4 and C.5 allow for welded and flanged fittings. Q2-8: 40-05-22-2.2.D.1 Instrumentation tubing 114" tubing must be .049 wall. We typically use .035. Will this be a problem? R2-8: Provide wall thickness as specified. Q2-9: PID-4 There is no skid boundary on the PID. Is the Injection skid to be skid mounted or shipped loose? R2-9: The injection system is not skid mounted. All components to be provided loose and installed by the Contractor. Q2-10: PID-5 There is no makeup water line to the cooling water. We will add makeup water components such as expansion tank, relief valve, etc. R2-10: The makeup water and expansion tank are shown on the PID. Cooling water appurtenances will be provided by the Contractor. Q2-11: 40 05 22 - 5 Spec has piping to be schedule 10 for 2" and smaller. Xylem standard is schedule 40 for 1-112" and smaller. Will this be an issue? R2-11: The specified requirements area minimum. The OSS may opt to provide thicker piping as a betterment to the specified requirements. Q2-12: 46 3150 - 9 Achorage Calculations Anchorage calculations to be stamped by PE in Texas. Please clarify what skids require calculations. R2-12: All Skids provided by OSS will require anchorage calculations. Q2-13: 46 3150 - 34 Time Delay. Any delay on shutdown is not recommended. R2-13: OSS specific control strategies can be discussed and adjusted as part of the Special Engineering Services and design assistance. Q2-14: PID-5 Skid versus loose items There is no skid boundary around the CLCW equipment. Confirm if CLCW is skid mounted or if the items are shipped loose. R2-14: The cooling water system will not be skid mounted. OSS shall provide the heat exchangers as specified. All other equipment and appurtenances will be provided and installed by the Contractor. Q2-15: 46 3153.02 Nitrogen Generator. We use a nitrogen boost generator in place of a desiccant dryer. Will you all accept this? R2-15: Alternate technologies may be considered so long as the functionality of the replaced equipment remains the same or is improved upon. Approval for alternate equipment will not be provided at this time but will be considered as part of the Special Engineering Services. Q2-16: 00 52 43 Special Engineering Services Agreement. Please provide more of a definition of what this includes for the payment of $95K. R2-16: Refer to Section 01 11 00 Paragraph 1.4 A.4 Items a through e. Q2-17: 46 31 50-46 "The high concentration ozone gas analyzers to be field calibrated using the "lodometric Method for the Determination of Ozone in a Process Gas, "" approved by the International Ozone Association, 1998 or An Alternate Method for Verification of High A-2 2of5 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion —Ozone System ATTACHMENT A Concentration Ozone Gas Measurement" as delivered at IOA 2013, Vince Ciufia, OSTI. " We propose using a calibrated reference monitor in place of the iodometric method. What is the "Alternate Method" presented by Vince Ciufia in 2013? R2-17: "An Alternate Method for Verification of High Concentration Ozone Gas Measurement" is available on the internet for reference. Q2-18: 46 31 50-47 "Liquidated damages for ""Excess Specific Energy"" based on PWT results will be assessed at a rate of $218, 712 per excess kWhr/Ib of ozone produced or any fraction thereof. " What is the maximum acceptable energy consumption (kWH11b)? R2-18: The maximum acceptable energy consumption will be determined from the Guaranteed Specific Energy input by the OSS on the Proposal Form. Refer to Table 6.2 in the Proposal Form and Section 463150 Table 463150-1. Q2-19: 46 3154.35 — Ozone Dissolution System: 2.3.A.3.b — Performance Requirements (p. 6): The ozone concentration at minimum installation capacity shall be 10% wt instead of 6% wt. R2-19: The lower concentration was specified to provide additional flow at the minimum conditions. Injector vendor to confirm that injector has the required transfer capacity at the higher concentration and lower flow. Q2-20: 46 3154.35 — Ozone Dissolution System: 2.4.C.1 - Side -Stream Venturi Injectors (p. 7): Venturi Injectors included in ozone dissolution system scope of supply have 4" nominal diameter inlet/outlet flanged connections and a single 3" nominal diameter suction flanged connection. R2-20: Acknowledged. Refer to Attachment B for revised specifications. Q2-21: 46 3154.35 — Ozone Dissolution System: 2.3.A.2.d — Performance Requirements (p. 5) Two duty Sidestream Venturi Injectors shall be used per contact basin. R2-21: Correct. Refer to corrections provided in Addendum No. 1. Q2-22: 46 3154.35 — Ozone Dissolution System: 2.3.A.5.a — Performance Requirements (p. 6): Total water depth of 23 ft, not 18 feet R2-22: Correct. Refer to corrections provided in Addendum No. 1 Q2-23: 46 3154.35 — Ozone Dissolution System: 2.3.A.5.b — Performance Requirements (p. 6): The 95% MTE shall be met as shown in the Design Tables provided. In summary, 10% ozone gas concentration design points will meet 95% MTE, 8% ozone gas concentration design point will not meet 95% MTE. R2-23: 95% MTE will be required for all normal operating scenarios at the specified concentrations. Reduced concentrations to meet higher production rates due to equipment that is out of service will not be required to meet the specified MTE requirement. Q2-24: 46 3154.35 — Ozone Dissolution System: 2.3.C.1.c — Sidestream Venturi Injectors (p. 6): Gas: 8 to 10 percent by weight ozone in oxygen. Not 6 to 10% R2-24: Correct. Refer to Attachment B for revised specifications. Q2-25: 46 31 54.35 — Ozone Dissolution System: 2.3.C.1.d — Side -Stream Venturi Injectors (p. 6): Please note that the sidestream design will require upwards of 5-psig of ozone gas pressure at the venturi injector suction port for the dual 4-inch injector option. Note: up to 10 psig of ozone gas pressure for the single 6-inch injector option (which is not currently being considered, but may be considered in the future). R2-25: Acknowledged. A-2 3of5 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion —Ozone System ATTACHMENT A Q2-26: 46 3154.35 — Ozone Dissolution System: 2.3. C.2.a — Side -Stream Venturi Injectors (p. 6): The motive flow per SVI shall range from 600 - 700gpm instead of 1000gpm for the 4-inch injector design. Note: Motive flow per SVI up to 1450 gpm for the 6-inch option which is not currently being considered. R2-26: Acknowledged. Refer to corrections provided in Addendum No. 1. Q2-27. 46 3154.35 — Ozone Dissolution System: 2.3.C.2.b — Side -Stream Venturi Injectors (p. 6): Motive water inlet pressure shall be at a minimum of 50psig instead of 60psig for the 4-inch VFD option, which is not currently being considered. With constant speed pumps and the 4-inch injector minimum of 60 psig. With constant speed pumps and the 6-inch injector minimum of 80 psi. R2-27: Acknowledged. Q2-28: 46 3154.35 — Ozone Dissolution System: 2.3.C.2.c — Side -Stream Venturi Injectors (p. 6): The venturi outlet water backpressure is estimated at a maximum of 18psig instead of 10psig which include water column, piping losses downstream of the venturi and losses in the PFR R2-28: Acknowledged. The specified back -pressure does not include piping losses. Q2-29: 46 3154.35 — Ozone Dissolution System Exceptions: 1.6.D.1.d — Side -Stream Injection System (p. 3). 1.6.D.1.g — Side -Stream Injection System (p. 3): Gas suction performance data will only be provided for the project -specific operating conditions. Please refer to Appendix B — Equipment Operating Conditions for details on the provided design parameters. R2-29: SVI supplier will be responsible for providing gas characterization data for their respective equipment. Q2-30: 46 3154.35 — Ozone Dissolution System Exceptions: Due to the variability in facility infrastructure piping sizes, configurations, and equipment used, the Ozone Dissolution System Supplier will not be able to provide pressure drops/hydraulic calculations for any networks outside of the equipment being provided. This includes 2D or 3D layouts, or general arrangements for the venturi injector and the pipeline flash reactor. R2-30: Acknowledged Q2-31: Based on the Pre -Bid meeting yesterday it was mentioned the LOX Tank and Vaporizers are to provided directly by the LSS to the Contractor later. A question came up regarding the LOX RIO panel and it is strongly recommended that the OSS provide this panel as the OSS is responsible for all ozone process panels and the control of all ozone process equipment. It makes the most sense to keep the LOX RIO panel as part of the OSS Controls scope of supply. R2-31: Acknowledged. Provide the LOX RIO panel as specified in Section 46 31 50 1.2.C.2. Q2-32: From the drawings, I see that the main water feed line is 6" stainless steel. Can you provide the flow rate so that I can send an accurate quote please. R2-32: It is unclear what the main water feed line is referring to in the question. If this is in reference to the side stream injection system, the current flow is approximately 700 gpm. Q2-33: 46 3150 — Ozone System General: 2.4.D.3. — Number of sidestream venturi injectors: Change from two to four R2-33: Will revise. Refer to Attachment B for revised specification. A-2 4of5 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion —Ozone System ATTACHMENT A Q2-34: 46 3154.35 — Ozone Dissolution System: 1.6.D.1.c.2. — Outlet discharge back pressure (psig): 10: Change from 10 to 18 R2-34: As specified in 2.3.C.2.c, this pressure does not include piping losses. Q2-35: 46 3154.35 — Ozone Dissolution System: 1.6.D.1.f.2. - ... mixing parameters ... for Basin Nozzle Manifold System and 1.6. C.3: Change from Basin Nozzle Manifold System to Pipeline Flash Reactor R2-35: Will revise. Refer to Attachment B for revised specifications. Q2-36: 46 3154.35 —Ozone Dissolution System: 2.3. C.2.a —Motive flow per SVI (gallons per minute): 1000 gpm: Comment: 1000 gpm maximum flow allows the 4-inch injector option, which is currently the basis of design. If the 6-inch injector option will be considered in the future, the flow per injector should be changed from 1000 gpm to 1450 gpm R2-36: Acknowledged. If it is determined to change to a 6-inch injector it is understood that the motive water flow will change. Q2-37. 46 3154.35 — Ozone Dissolution System: 3.4.F.f.1. — Minimum Flow Condition: 6 percent: Change from 6 percent to 8 percent R2-37: Will revise. Refer to Attachment B for revised specifications Q2-38: 46 3154.35 — Ozone Dissolution System: 2.5.B — General Finish Requirements: Please note that Mazzei Injector mechanically polishes all equipment surfaces to No. 7 finish before cleaning services are performed instead of the specified surface finish No. 4. This has no impact on product capabilities. R2-38: No. 7 meets the No. 4 minimum specified requirement. Q2-39: 46 3154.35 — Ozone Dissolution System: 3.3.A.3 — Startup Service: The supplied PFR will be pickled and passivated per ASTM guidelines. Due to the size and complexity of the equipment specified, cleaning for oxygen service per CGA G-4.1 standards is unavailable. The venturi injector will be cleaned for oxygen service per CGA G-4.1 standards. R2-39: Since the PFR is primarily in contact with water this is acceptable. A-2 5of5 FORT WORTH. ADDENDUM TO INVITATION TO PROPOSE NO. 24-0254 EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION - OZONE SYSTEM WATER DEPARTMENT ADDENDUM NO. 3 DATE ISSUED: August 6, 2024 INVITATION TO PROPOSE (ITP): 24-0254 BID OPENING DATE: August 8, 2024 ITP No. 24-0254, issued July 11, 2024, is hereby amended as follows: 1. TECHNICAL SPECIFICATIONS. a. Section 00 4100 — Proposal Form Proposal Form to be REPLACED in its ENTIRETY with the attached Changes to the original include: Table 6.2 Note 5 i. Replace "Row (6) x Row (5) x Row (1)" with "Row (6) x Row (1)". Table 6.2 Note 8 i. Replace "Row (11)" with "Row (10)". All other terms and conditions remain unchanged. +OCTONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ■rrr��rrrrrrrrrrrrrrrrrrrrrrr�rrrrrrrrrrr���sr�rrrrrrrr�a■rr�r�rrrrrrrrr�rrrrr� By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Propose. COMPANY NAME• lvolia Wa r Tec ologies Treatment Solutions USA Inc. SIGNATURE: � �� LL C I Awn X Z-, NOTE: Company name and sign ' re must be the same as on the original proposal documents. Failure to return this form with your sealed proposal may constitute grounds for rejection of your offer. ITP 24-0254 Eagle Mountain Water Treatment Plant Phase IV Expansion — Ozone System Addendum No.3, Page 1 of 1 0011 13 INVITATION TO PROPOSERS Pagel of 3 SECTION 00 1113 INVITATION TO PROPOSERS RECEIPT OF PROPOSALS Electronic proposals for providing equipment and services for the Eagle Mountain Water Treatment Plant Phase IV Expansion — Ozone System ("Project") will be received by the City of Fort Worth via the Procurement Portal httvs:Hfortworthtexas.bonfirehub.com/portal/?tab=oven0uportunities, under the respective Project until 2:00 P.M. CST, Thursday, August 8, 2024. Proposals will then be opened publicly read aloud beginning at 2:00 PM CST at City Hall, 100 Fort Worth Trail, Fort Worth, Texas, 7' Floor, Room 745. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. JavaScript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested proposer is unable to submit a complete proposal/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: httl)s://fortworthtexas.bonfirehub.com/portal/?tab=ol2enOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a proposal as non -responsive. No late proposals shall be accepted. Proposals delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such proposer provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Proposal was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a proposal into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Proposers are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised 2/08/24 City Project No. 105176 0011 13 INVITATION TO PROPOSERS Page 2 of 3 SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The Ozone System Supplier (OSS) work will include the following: 1. Furnish ozone system equipment as defined in the technical specifications. 2. Provide services during the design phase to develop shop drawings for ozone system equipment and assist the Design Engineer in developing the overall facility design. 3. Coordinate with the General Contractor during construction and startup of the ozone system. 4. Ozone system integration, start-up and testing services. 5. Other work items as presented in the specifications. PREQUALIFICATION Pre -qualification of Proposers is discussed in Section 3 of Section 00 21 13 — Instructions to Proposers. DOCUMENT EXAMINATION AND PROCUREMENTS The Proposal and Contract Documents may be examined or obtained via the Procurement Portal httl)s://fortworthtexas.bonfirehub.com/portal/?tab=oi2enOpportunities, under the respective Project. The Proposal and Contract Documents may be downloaded, viewed, and printed by interested Ozone System Suppliers and/or equipment suppliers. EXPRESSION OF INTEREST To ensure potential proposers are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to propose in the Procurement Portal by selecting "yes" under the Intent to Propose section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=o_DenOD_Dortunities, under the respective Project. PRE -PROPOSAL CONFERENCE — Web Conference A pre -proposal conference will be held as discussed in Section 00 21 13 — Instructions to Proposers at the following date, and time via a web conferencing application: DATE: July 25, 2024 TIME: 1:30 pm Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. The pre -proposal conference presentation and any questions and answers provided at the pre - proposal conference will be issued as an Addendum. Prospective proposers can also direct questions about the meaning and intent of the Proposal Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Proposers. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised 2/08/24 City Project No. 105176 0011 13 INVITATION TO PROPOSERS Page 3 of 3 CITY'S RIGHT TO ACCEPT OR REJECT PROPOSALS City reserves the right to waive irregularities and to accept or reject any or all proposers. SELECTION City will select the Proposer presenting the best value to the City including capital cost and operational costs. Upon selection of an Ozone Systems Supplier (OSS), the work and associated price submitted in the Proposal, with any agreed upon modifications by the City, will be included as part of the Eagle Mountain WTP Phase IV Expansion general construction contract. The OSS shall enter into a subcontract directly with the General Contractor. The OSS will be subject to the terms and conditions presented within Section 00 72 00 — General Conditions, Section 00 73 00 — Supplementary Conditions, and Section 00 74 00 Special Conditions. The selected OSS shall provide a Performance Bond and a Payment Bond, each for one hundred percent (100%) of the proposal price, to the General Contractor. The selected OSS shall also provide a two-year Maintenance Bond for one hundred percent (100%) of the proposal price, to the General Contractor. City will enter into a Special Engineering Services Agreement with the selected OSS as described in Section 00 52 43 for the preparation of shop drawings and services during design. FUNDING The Eagle Mountain WTP Phase IV Expansion Project, for which the selected OSS work will be included by subcontract to the General Contractor, is expected to be funded from the Texas Water Development Board (TWDB) loans, which may include SWIFT or SRF funds. For SWIFT US Iron & Steel Guidance, refer to TWDB-1105. Any contract(s) awarded under this Invitation to Proposers is/are subject to the United States Iron and Steel (U.S. I&S) requirements of Texas Water Code § 17.183 and/or Texas Government Code, Chapter 2252, Subchapter G, as amended by SB 1289, 85th Legislative Session, as applicable. For SRF American Iron & Steel (AIS) guidance, refer to TWDB-1106. Any contract(s) awarded under this Invitation to Proposers is/are subject to the American Iron and Steel (AIS) requirements of federal law, including federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S.C. §300j [ I ] 12(a)(4)), as applicable. The OSS will be responsible for meeting the requirements of these loans as discussed in Section 00 21 13 — Instruction to Proposers. ADVERTISEMENT DATES July 11, 2024 July 18, 2024 END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised 2/08/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS SECTION 00 2113 INSTRUCTIONS TO PROPOSERS 1. Defined Terms Page 1 of 13 1.1. Capitalized terms used in these INSTRUCTIONS TO PROPOSERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO PROPOSERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Proposer: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Proposer: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Proposer: The lowest responsible and responsive Proposer to whom City (on the basis of City's best value evaluation as hereinafter provided) makes a selection and/or award. 2. Copies of Proposal Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Proposers use of incomplete sets of Proposal Documents. 2.2. City and Engineer in making electronic Proposal Documents available do so only for the purpose of obtaining Proposals for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Proposers (Prime Contractors and Subcontractors) 3.1 An Ozone System Supplier (OSS) will be selected to provide an ozone system for the Eagle Mountain WTP Phase IV Expansion. The following OSSs have been pre -qualified to submit proposals based upon their experience with similar sizes and types of projects, and their capabilities of performing the work within the project schedule. ■ Veolia Water Technologies Treatment Solutions USA Inc. 3.2 Any OSS not listed above that desires to submit a proposal for this project must meet the qualifications requirements listed in 46 3150 "Ozone System General" and submit evidence of such three weeks prior to the date listed for opening of proposals. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 2 of 13 3.3 The City reserves the right to require any OSS to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and fabrication and delivery schedule to assist the City in evaluating and assessing the ability of the apparent best value proposer to deliver a quality product and successfully complete projects for the amount proposed within the stipulated time frame. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent best value proposer as non -responsive. Affected OSSs will be notified in writing of any such rejection of proposals. 3.4 In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5 Special qualifications required for this project are included in Section 00 74 00 — Special Conditions. 4 Examination of Proposal and Contract Documents, Other Related Data, and Site 4.1 Before submitting a Proposal, each Proposer: 4.1.1 Shall examine and carefully study the Proposal and Contract Documents and other related data identified in the Proposal Documents. No information given by City or any representative of the City other than that contained in the Proposal and Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2 Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.3 Is advised that, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all proposers that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration of award. 4.1.4 Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will 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. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 3 of 13 4.1.5 May, at its own expense, perform additional independent research, investigations, and tests as the OSS may deem necessary for preparing its proposal for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 4.1.6 Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Proposers 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 understood that the submission of a proposal is prima -facie evidence that the Proposer has made the investigations, examinations and tests herein required. 4.1.7 Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The OSS shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.8 Indicate their intent to propose by selecting "yes" in the Procurement Portal under the Intent to Propose section and e-mail to the City and Engineer project managers. The OSS must indicate intent to propose to be able to submit a proposal. 4.2 The submission of a Proposal will constitute an incontrovertible representation by Proposer: (i) that Proposer has complied with every requirement of this Paragraph 4, (ii) that without exception the Proposal is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Proposer has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Proposer, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 4 of 13 5 Interpretations and Addenda 5.1 All questions about the meaning or intent of the Proposal or Contract Documents are to be directed to City electronically through the Vendor Discussions section under the respective Project via the Procurement Portal httl)s://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before close of business Friday, July 26th prior to the Proposal opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2 Addenda may also be issued to modify the Proposal Documents as deemed advisable by City. 5.3 Addenda or clarifications shall be posted under the respective Project via the Procurement Portal hM2s:Hfortworthtexas.bonfirehub.com/portal/?tab=openOp 2ortunities 5.4 A pre -proposal conference may be held at the time and place indicated in the Advertisement or Section 00 11 13 — Invitation to Proposers. Representatives of City will be present to discuss the Project. Proposers are encouraged to attend and participate in the conference. City will transmit to all prospective Proposers of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 6 Proposal Security 6.1 Each Proposal must be accompanied by a Proposal Security (Bid Bond) made payable to City in an amount of five (5) percent of Proposer's Ozone System Goods and Services Contract Price, Item A on the Proposal Form, on the form attached (Section 00 43 13 — Bid Bond) or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 6.2 The Proposal Securities provided by a Proposer will be retained until the successful proposer has entered into a subcontract agreement with the General Contractor for the Eagle Mountain Water Treatment Plant Phase IV Expansion. If the Successful Proposer fails to execute a subcontract agreement with the General Contractor, City may consider Proposer to be in default and rescind the Notice of Selection and act on the Proposal Security (Bid Bond). Such action shall be City's exclusive remedy in the event Proposer is deemed to have defaulted. 6.3 Proposal Securities for the proposers will be held until the Special Engineering Services Contract is awarded. The Proposal Security for the proposer awarded the Special Engineering Services Contract and selected to provide the ozone system will be held for 365 days or until such time the subcontract agreement between the General Contractor and the OSS has been executed. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 5 of 13 7 Performance, Payment, and Other Bonds 7.1 The successful OSS shall furnish a performance bond, a payment bond, and a maintenance bond each for one hundred percent (100%) of the subcontract price with a security listed in the Federal Register and licensed in Texas, in compliance with the General Conditions of the Contract. Reference Section 00 72 00 — General Conditions. 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 Eagle Mountain Water Treatment Plant Phase IV Expansion project. 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. The performance bond shall be kept in force until the ozone system equipment has been tested and meets the applicable performance warranties of Section 46 3150. 8 Contract Times 8.1 The OSS shall commence Work under the Special Engineering Services Agreement on the day following notice to proceed of the agreement and shall meet the completion dates specified in Section 00 52 43 - Special Engineering Services Agreement. 8.2 The OSS 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: 8.2.1 OSS 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." 8.2.2 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 City, OSS, Engineer, and General Contractor for the installation of the Goods prior to the issuance of the "Notice to Commence Fabrication". The OSS 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 365 days, but not more than 540 days, after the "Notice to Commence Fabrication" is issued. 8.2.3 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. 8.2.4 The OSS shall be liable for liquidated damages in accordance with Article 9 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. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 6of13 9 Liquidated Damages Provisions for liquidated damages are set forth in Section 00 52 43 - Special Engineering Services Agreement and in Section 00 74 00 — Special Conditions. 10 Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Proposal Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Proposal Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by OSS if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11 Proposal Form 11.1 The Proposal Form is included with the Proposal Documents. 11.2 All blanks on the Proposal Form must be completed and the Proposal Form signed electronically or signed in ink and scan. A Proposal price shall be indicated for each Proposal item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Proposal," "No Change," or "Not Applicable" may be entered. Proposer shall state the prices for which the Proposer proposes to do the work contemplated or furnish materials required. 11.3 Proposals by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 11.4 Proposals by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 11.5 Proposals by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 11.6 Proposals by individuals shall show the Proposer's name and official address. 11.7 Proposals by joint ventures shall be executed by each joint venture in the manner indicated on the Proposal Form. The official address of the joint venture shall be shown. 11.8 All names shall be typed or printed in ink below the signature. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 7of13 11.9 The Proposal shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Proposal Form. 11.10 Postal and e-mail addresses and telephone number for communications regarding the Proposal shall be shown. 12 Submission of Proposals Proposals shall be submitted electronically in the Procurement Portal on the prescribed Proposal Form, provided with the Proposal Documents, prior to the time indicated in the Advertisement or INVITATION TO PROPOSERS. 13 Withdrawal of Proposals Proposals submitted electronically may be withdrawn prior to the time set for proposal opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/l)ortal/?tab=openOpportunities. 14 Opening of Proposals Proposals will be opened and read aloud publicly. An abstract of the amounts of the Proposals and major alternates (if any) will be made available to Proposers after the opening of Proposals. 15 Proposals to Remain Subject to Acceptance All Proposals will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Selection and execution and delivery of a complete Agreement by Successful Proposer. City may, at City's sole discretion, release any Proposal and nullify the Proposal security prior to that date. 16 Technical Information Required with the Proposal 16.1 Proposals from the invited OSSs shall address the items listed in the following sections. OSSs 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 OSS's systems. Concise answers to all questions are desired. 16.2 Proposals without sufficient submittal data to provide a complete evaluation will not be considered. 16.3 Reimbursement will not be made for costs incurred by the OSS to prepare this document. 16.4 Use of Information Provided: The OSS shall agree that any and all information provided in the Proposal shall serve as the basis for evaluation of Proposals. 16.5 Selection of OSS does not constitute approval of any materials or deviations from the Contract Documents. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 8of13 16.6 The OSS shall present any objections or exceptions to the Contract Documents, including General and Supplementary Conditions, Special Conditions, General Requirements, and Patent Protection. 16.7 Each OSS is required to describe and provide details on their proposed product and services for the City. 16.7.1 Service and Support: a. For the OSS's proposed project manager, provide name and resume listing applicable experience and references. The OSS's Project Manager shall serve as the primary contact for the City's project from receipt of Proposal through facility startup. The OSS's Project Manager shall not be changed without the written consent of the City and the Engineer. Provide similar information for a designated secondary contact. b. 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. c. Provide daily rates and Expense costs for a service call to the water plant. 16.7.2 Miscellaneous Company Characteristics a. Provide company contact information including address, telephone number, facsimile number, and email address. b. The OSS shall disclose in writing all legal claims or actions taken against the OSS that involve the delivery or execution of a Contract for the supply of Goods and Special Services, within the past 5 years. c. The OSS 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. 16.7.3 Previous Project Experience: a. Provide five (5) reference projects within the United States similar technical characteristics that have been in operation for at least three (3) years. 17 Evaluation of Proposals and Award of Contract 17.1 City reserves the right to reject any or all Proposals, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Proposals and to reject the Proposals of any Proposer if City believes that it would not be in the best interest of the Project to make an award to that Proposer. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Proposer. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 9of13 Any or all proposals will be rejected if City has reason to believe that collusion exists among the Proposers, Proposer is an interested party to any litigation against City, City or Proposer may have a claim against the other or be engaged in litigation, Proposer is in arrears on any existing contract or has defaulted on a previous contract, Proposer has performed a prior contract in an unsatisfactory manner, or Proposer has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2 The Selected OSS will be determined by the City based on the present worth value of the life -cycle costs, including capital costs and operations and maintenance (O&M costs) as presented in the Proposal form and as specified below. 17.3 Life -cycle costs will be developed based upon: 17.3.1 Base Proposal Price of the Ozone System Equipment (Item A). 17.3.2 Ozone Generation Room Extension Cost (Item Q. 17.3.3 Present worth value of energy and open -loop cooling water costs for 20 years using 5% interest rate and 4% inflation rate (Items D). 17.3.4 The following operation and maintenance unit cost values will be used to estimate power costs. Operation and Maintenance Parameter Unit Unit Cost Value Power Cost kWh $0.073/kWh OLCW Cost $/kgal $1.49/kgal Guaranteed and Weighted Specific Energy kWh/lbs As entered on the Proposal Form Guaranteed and Weighted OLCW Flow gal/day As entered on the Proposal Form 17.4 The City will select a OSS based on its evaluation. The City reserves the right to make this determination based on factors which represent the needs and interests of the City, and by submitting this Proposal the OSS forgoes any opportunity to formally protest the City's decision. 17.5 The City may request additional information as deemed necessary. Failure to provide such information may result in the Proposal being considered non -responsive. 17.6 If the Proposal is accepted, City will notify the OSS within 90 days after the day of the Proposal opening unless extended in writing. The Special Engineering Services Agreement will then be executed within 30 days of this notification. No other act of City or others will constitute acceptance of a Proposal. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 10 of 13 The proposer is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httvs://www.ethics.state.tx.us/data/forms/1295/1295.i)df 17.7 Failure or refusal to comply with the requirements may result in rejection of the Proposal. 18 Contract and Subcontract 18.1 City reserves the right to reject any and all Proposals and waive any and all formalities, and the right to disregard all nonconforming or conditional Proposals or counter proposals. 18.2 The City of Fort Worth will receive and evaluate proposals for the ozone system from the prequalified Ozone System Suppliers (OSS) prior to the date that the General Contractor's for the Eagle Mountain WTP Phase IV Expansion Project (Project) submit their bids. The selected OSS will enter into an initial Special Engineering Services Agreement (Contract) with the City for providing services during design of the Project. The OSS will then enter into a subcontract agreement (Subcontract) with the General Contractor for the Project. 18.3 The selected OSS will enter into a Special Engineering Services Agreement (Section 00 52 43) with the City for providing shop drawings and provide assistance in the design of the ozone system. This agreement will be for the amount presented in Section 00 4100 - Proposal Form, Item B. If the OSS considers the cost for these services to be greater than the Proposal amount, the additional cost should be included as part of Item A. 18.4 The selected OSS will become a subcontractor to the General Contractor for the Project. The name, price, and proposal of the OSS 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. 18.5 Within a period of time, not to exceed 365 calendar days from receipt of OSS proposals, the OSS shall enter into a written Subcontract Agreement with the General Contractor for the Project. OSS shall hold the proposal price for that period of time. The City of Fort Worth will not enter into a contract directly with the OSS Subcontractor for the work, except for the special engineering services described in Section 00 52 43 — Special Engineering Services Agreement. The OSS 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 as part of these Proposal Documents. 18.6 Copies of the Form of Contract, Bond Forms and Certificate of Insurance to be used in the General Construction Contract are also included as part of these documents. 19 Project Funding CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 11 of 13 The Eagle Mountain WTP Phase IV Expansion Project, for which the selected OSS work will be included by subcontract to the General Contractor, is expected to be funded from the Texas Water Development Board (TWDB) loans. The OSS will be responsible for meeting requirements related to these loans as presented below: 19.1 State Water Implementation Fund for Texas (SWIFT) Funding. The General Contractor, and its subcontractors, will be responsible for meeting the following requirements. 19.1.1 US Iron & Steel guidance: TWDB-1 105. "The Contractor acknowledges to and for the benefit of the Applicant ("Purchaser') and the Texas Water Development Board ("TWDB') that it understands the goods and services under this Agreement are being funded with monies made available by the Water Development Fund, Rural Water Assistance Fund, Economically Distressed Areas, State Participation Fund and/or Agricultural Water Conservation Fund. That these funds have statutory requirements commonly known as "United States Iron and Steel " that requires all of the iron and steel products used in the project to be produced in the United States ("United States Iron and Steel Requirement') including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the TWDB that (a) the Contractor has reviewed and understands the United States Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the United States Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the United States Iron and Steel Requirement, as may be requested by the Purchaser or the TWDB. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser to enforce this Agreement and recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Purchaser resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the TWDB or any damages owed to the TWDB by the Purchaser). Neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the TWDB. In the execution of the Contract, the Contractor shall be familiar with and at all times shall observe and comply with all applicable federal, state, and local laws, ordinances and regulations concerned with the use of iron and steel made in the United States which in any manner affect the conduct of the work, and shall indemnify and save harmless the Texas Water Development Board against any claim arising from violation of any such law, ordinance or regulation by the Contractor or by their Subcontractor or their employees. " Note: A waiver may be granted if TWDB determines that: 1. Iron and steel products produced in the United States are not ■ produced in sufficient quantities, ■ reasonably available, or ■ of satisfactory quality. 2. Use of iron and steel products produced in the United States will increase the cost of the overall project by more than 20 percent, or 3. Complying with the US I&S requirements is inconsistent with the public interest. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 12 of 13 19.1.2 Historically Underutilized Businesses (HUB) Reporting Applicants receiving financial assistance from the Board must report project funds used to compensate HUBS (f any), to the Executive Administrator, per 31 TAC § 363.1312. TWDB staff will request HUB status updates annually. 19.2 State Revolving Funds (SRF) 19.2.1 American Iron & Steel (AIS) guidance: TWDB-1106 "The Contractor acknowledges to and for the benefit of the Applicant ("Purchaser') and the Texas Water Development Board (TWDB) that it understands the goods and services under this Agreement are beingfunded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as `American Iron and Steel; " that requires all of the iron and steel products used in the project to be produced in the United States (`American Iron and Steel Requirement') including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the TWDB that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the TWDB. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser to enforce this Agreement and recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Purchaser resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the TWDB or any damages owed to the TWDB by the Purchaser). While the Contractor has no direct contractual privity with the TWDB, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the TWDB is a third party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior consent of the TWDB. " 19.2.2 Disadvantaged Business Enterprise (DBE) Guidance: TWDB-0210 The current TWDB Fair Share Goals are in effect as of April 1, 2024 and applicable until May 1, 2027. These goals are presented below: Cost Category Potential MBE Participation Goal Construction 24.50% Non -Construction 24.05% Total Combined Construction 24.16% and Non -Construction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised/Updated 1/17/24 Potential WBE Participation Goal 11.34% 19.35% 17.38% Eagle Mountain WTP — Phase W Expansion Ozone System City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 13 of 13 END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised/Updated 1/17/24 City Project No. 105176 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIO [Conflict of interest Questionnaire] [state.tx.us). httos:llwww.ethics.state.tx. u s/data/forms/confl ict)C I S. Pdf $6 CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 By: Pedr ❑ ruz Signature: Title: NAM Sales Leader 00 41 00 Bid Proposal Workbook 00 41 00 - 1 PROPOSAL FORM Page 1 of 9 SECTION 00 4100 PROPOSAL FORM Proposal for: City of Fort Worth Eagle Mountain Water Treatment Plant Phase IV Expansion Ozone System City Project No. 105176 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 the City. 1.2. In submitting this Proposal, Ozone System Supplier (OSS) 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, OSS makes all representations required by the Invitation to Proposers and further warrants and represents that: 1.3.1 OSS has examined copies of all the Contract Documents, the Notice to Proposers, the Instructions to Proposers, and of the following Addenda (receipt of all which is hereby acknowledged): No. 1 Dated July 27, 2024 No. Dated No. 2 Dated August 2 2024 No. Dated No.3 Dated August 6, 2024 No. Dated 1.3.2 OSS 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. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised 7/19/2021 City Project No. 105176- Addendum No. 3 004100-2 PROPOSAL FORM Page 2 of 9 1.3.3. OSS 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 Services at the Proposal 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 OSS for such purposes. 1.3.4 OSS has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1.3.5 OSS has given the 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 OSS. 1.4 In this Section, the OSS shall provide values for specific performance parameters for the Ozone System. The OSS understands and agrees that the values stated in this Section for the associated performance parameters will be compared to the performance results from the demonstration testing described in Section 46 3150. OSS understands and agrees to guarantee the performance values stated herein for the Ozone System in accordance with the guidelines specified in Section 46 3150 of these documents. Failure to meet these performance guarantees will result in the OSS providing compensation to the City based on the present worth difference in cost to the City. 1.5 The undersigned agrees to enter into a Subcontract with the General Contractor for the Eagle Mountain Water Treatment Plant — Phase IV Expansion 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 Performance Warranty Testing. This Proposal shall remain subject to acceptance for a period of 365 calendar days after the day of Proposal opening. If the General Contractor has not been awarded the contract within the 365 calendar period, the OSS proposal price pr =ontract adjusted upward based upon the ratio of the applicab Producer Price hers between the 365-day period and such time the G by the City. 1.7 The OSS 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 OSS agrees to provide Goods to meet or exceed the requirements specified in the Contract Documents. 1.8 The City's decision on ozone system equipment selection will be final. By submitting a Proposal, OSS waives any right to protest the decision. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised 7/19/2021 City Project No. 105176-Addendum No. 3 004100-3 PROPOSAL FORM Page 3 of 9 1.9 The OSS acknowledges that the selection of an ozone equipment OSS is the sole decision of the City, and such decisions are final. 1.10 OSS accepts the terms and conditions of the Contract Documents. 2 - INSURANCE. 2.1 OSS further agrees that the Proposal amount(s) stated herein includes specific consideration for the specified insurance coverages. 3 - LIQUIDATED DAMAGES 3.1 OSS agrees to pay the General Contractor for the Project liquidated damages for delay (but not as a penalty), as described in Section 00 74 00 — Special Conditions. 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 OSS's or its Subcontractor's payroll. The City shall not be responsible for any state or local sales, use, or excise taxes. 5-PROPOSALSCHEDULE 5.1 OSS 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 OSS's ozone system, please write, "not applicable" in the blank. 5.2 Life -cycle costs will be developed based upon: 5.2.1 Base Bid of the Ozone System equipment (Item A). 5.2.2 Present worth value of energy and cooling water costs for 20 years using 5% interest rate and 4% inflation rate (Item D). Energy costs will be estimated by the Design Engineer using information provided in the Proposals, with modifications, as deemed appropriate, by the judgment of the Design Engineer and the City. 5.3 Additional Ozone Generation Building Costs will be developed as follows: 5.3.1 Proposed Ozone Generation Building dimensions and preliminary equipment layout as determined by the Owner and Engineer are provided in Figure 6.1. Overall dimensions of the Ozone Generation Room are Length 69'-9"; Width 54'-0"; and Height 29'-0". 5.3.2 Where required, an allowance for additional building space will be calculated at a unit cost of $1,400 per square foot (including all site work, foundations, structural elements, utilities, plumbing, electrical, fire protection, HVAC, lighting, finishes, etc.) CITY OF FORT WORTH Eagle Mountain WTP — Phase IV STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Expansion Ozone System Revised 7/19/2021 City Project No. 105176-Addendum No. 3 00 41 00 - 4 PROPOSAL FORM Page 4 of 9 5.4 Item B - Price for Special Engineering Services for Ozone System Design will not be included in the life -cycle cost evaluation. PROPOSAL Item A: Ozone System Goods and Services Contract Price Indicate the Contract Price for Goods and Services to provide an ozone system the requirements of Table 6.1 and the technical specifications. Three Million Nine Hundred Seventy Three Thousand Eight Hundred and 00/100 dollars amount in words $3,973,800 amount in figures Item B: Price for Special Engineering Services for Ozone System Design The Agreement Price for Special Engineering Services has been determined by the City as fair and reasonable. Ninety-five thousand Dollars no cents amount in words $95,000.00 amount in figures Item C: Ozone Generation Room Extension Cost Each OSS shall provide a preliminary equipment layout for review by the Owner and Engineer. OSS must demonstrate the proposed ozone equipment for the Phase IV Buildout (i.e., three generators, three PSUs, and all ancillary systems) and future ozone equipment for Phase V Ultimate Buildout (i.e., total of six generators, six PSUs, and all ancillary systems) can be located within the proposed Ozone Generation Room with appropriate space for access, code compliance, operations, maintenance, and removal/replacement. If an OSS determines additional space is required to house the equipment, the south wall of the Ozone Generation Room shall be extended further to the south, but the width of the structure (54'-0") will not change. If additional space is required, the OSS shall propose a dimension to expand the Ozone Generation Room to the south for review by the Owner and Engineer as Item C in the space provided below. Owner and Engineer shall make final determination of the need for additional space and dimensions for the proposed Ozone Generation Room. Ozone Generation Room Extension Cost (copy from Row 22 of Table 6.2). Zero Dollars amount in words $ 0.00 amount in figures CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised 7/19/2021 City Project No. 105176-Addendum No. 3 004100-5 PROPOSAL FORM Page 5 of 9 Item D: Present -Worth Value of Average Rate of Energy and Cooling Water Consumption Guaranteed Power and Cooling Water Consumption Present -Worth Value for Ozone Generation Equipment (copy from Sum of Row 23 and 24 of Table 6.2). Two Million Two Hundred Two Thousand Seven Hundred Eighty Six Dollars and 00/100 amount in words $ 2,202,786 amount in figures Item E: Total Present Worth Cost of the Ozone System Total of Items A, C, and D (copy from Row 28 of Table 6.2). Six Million One Hundred Seventy Six Thousand Five Hundred Eighty Six and 00/100 dollars amount in words $ 6,176,586 amount in figures 6 - DESIGN CRITERIA 6.1 Base Proposal Design Criteria 6.1.1 OSS shall provide required information by filling in all blanks designated as "OSS Specified" in Table 6 1. 6.1.2 OSS shall provide the required information by filling in all blanks Table 6.2. 6.1.3 Submitted Proposal shall comply with all City specified and OSS 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). 6.1.4 OSS 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 46 3150 for warranty information. 6.1.5 The nitrogen boost system, ozone side stream injection system, ozone contactors, and ozone destruct systems shall be sized for the Phase IV buildout condition (57 MGD). The ozone generators supplied as part of this project are sized to meet this project's treatment requirements at 39 MGD. A third ozone generator will be provided to meet the Phase IV buildout condition. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised 7/19/2021 City Project No. 105176-Addendum No. 3 004100-6 PROPOSAL FORM Page 6 of 9 Table 6.1: Base Proposal Design Criteria Description Amount Designation 1 Total Design Flow — Phase IV (MGD) 39 City Specified 2 Total Design Flow —Phase IV Buildout (MGD) 57 City Specified 3 Number of Contactors (No.) 2 City Specified 4 Maximum Flow Per Contactor (MGD) 28.5 City Specified 5 Average Flow per Contactor (MGD) 22.8 City Specified 6 Minimum Flow per Contactor (MGD) 9.5 City Specified 7 Applied Maximum Dose (mg/L) 3.0 City Specified 8 Applied Average Dose (mg/L) 2.0 City Specified 10 Applied Minimum Dose (mg/L) 1.5 City Specified 11 Maximum Ozone Production Requirement — 1050 City Phase IV (ppd) Specified 12 Average Ozone Production Requirement — Phase 700 City IV (ppd) Specified 13 Minimum Ozone Production Requirement — 125 City Phase IV (ppd) Specified 14 Maximum Ozone Production Requirement — 1500 City Phase IV Buildout (ppd) Specified 15 Average Ozone Production Requirement — Phase 1000 City IV Buildout (ppd) Specified 16 Minimum Ozone Production Requirement — 190 City Phase IV Buildout (ppd) Specified 17 Number of Ozone Generators — Phase IV (No.) 2 City Specified 18 Design Ozone Concentration (wt%) 10 City Specified 19 Minimum Ozone Concentration (wt%) 6 City Specified 20 Rated Capacity at Design Ozone Concentration 550 City per Generator (ppd) Specified 21 Rated Capacity at 8% Ozone Concentration per 675 OSS Generator (ppd) Specified 22 Rated Capacity at Minimum Ozone Concentration 770 @ 6% 03 OSS per Generator (ppd) Specified 23 Maximum Open -loop Cooling Water Temperature 90 City (degree F) Specified CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised 7/19/2021 City Project No. 105176-Addendum No. 3 004100-7 PROPOSAL FORM Page 7 of 9 24 Allowable Temperature Rise Across the Heat 3 City Exchanger (degree F) Specified 25 Cooling Water Flow per Generator (gpm) 70.0 OSS Specified 26 Cooling Water Flow Per PSU (gpm) 8.0 OSS Specified 27 Required Open -loop Cooling Water Flow per 77.95 OSS Generator/PSU (gpm) Specified Guaranteed Weighted Specific Energy per OSS 28 Generator at Design Ozone Concentration. Refer 4.2385 Specified to Table 463150-1. 29 Minimum Transfer Efficiency at Design Dose and 95 City Concentration (%) Specified Table 6.2: NPV Calculations for Ozone System Row I Description I Units I Ozone Production Test Points OZONE PRODUCTION REQUIREMENTS) 1 Actual Ozone Production lb/day 125 275 400 550 1050 2 Ozone -in -Oxygen Concentration %wt Closed -Loop Cooling Water 93 93 93 93 93 3 Temperature deg F 4 Time -Weight %� OZONE SYSTEM OPERATING CONDITIONS Number of Operating Ozone 1 1 1 1 2 5 Generators No. Guaranteed Specific Energy per Jw- 4.448 4.145 4.129 4.254 4.221 61 Generator /lb 7 Weighted Specific Energys b 0.4448 0.4145 0.6193 2.2167 0.6331 Total Guaranteed and Weighted kW- 4.2388 8 Specific Energy4 hr/lb 9 Guaranteed Daily Energy Usages day 556.00 1139.88 1651.60 2339.70 4432.05 Time -Weighted Guaranteed Daily kw- 55.600 113.988 247.740 1169.850 664.808 10 Energy Usage hr/day Total Guaranteed and Weighted kW- 11 Dail EnergyUsage' hr/da 2251.985 POWER ANNUAL COST $/kW $0.073 $0.073 $0.073 $0.073 $0.073 12 Power Unit Cost hr 13 Time -Weighted Power Cost' $ 1,481.46 3,037.20 6,601.03 31,170.65 17,713.80 14 Annual Power Cost' $ 60,004.14 COOLING WATER QUANTITY Guaranteed Open -loop Cooling 15 Water (OLCW) Flow Rate"gpm 34.7 48.0 53.6 78.0 155.9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 7/19/2021 Eagle Mountain WTP — Phase IV Expansion Ozone System City Project No. 105176-Addendum No. 3 A2 A Time Weighted Guaranteed 16 OLCW Daily Flow" Total Guaranteed and Weighted 17 OLCW Daily Flow12 004100-8 PROPOSAL FORM Page 8 of 9 gal/day41996.8 6,912.0 11,577.E 56,160.0 1 33,674.4 gal/day 113,320.8 COOLING WATER ANNUAL COST 18 19 OLCW Cost Annual OLCW CoSt13 $/kgal $ $1.49 $1.49 $1.49 $1.49 J$1.49 61,629.52 OZONE GENERATION ROOM EXTENSION Required Ozone Generation Room 20 Extension14 ft 0.00 21 Additional Square Footage15 ft2 0.00 Ozone Generation Room 22 Extension Cost16 $ 0 NET PRESENT VALUE COST 23 Power Net Present Valuer' $ 1,086,675 24 OLCW Net Present Valuers $ 1,116,111 Ozone Generation Room 25 Extension Cost19 $ 0 26 Equipment Capital Cost20 $ 3,973,800 27 Total Capital Cost21 $ 3,973,800 TOTAL NET PRESENT VALUE 6,176,586 28 COST $ 'Based on average dose. 2Enter Guaranteed Generator Specific Energy. 3Calculate Time -Weighted Guaranteed and Weighted Generator Specific Energy: Row (6) x Row (4) 4Calculate Total Guaranteed and Weighte rgy: Sum Row (7). CCalculate Guaranteed Daily Energy Usag Row (6x Row(16hDal Calculate Time -Weighted Guaranteed Da(9) x Row (4) 'Calculate Total Guaranteed and Weighted Daily Ener a : Sum Row (10) 'Calculate Time -Weighted Power Cost: Row (12) x Ro (10) 365. 'Calculate Annual Power Cost: Sum Row (13). 10Enter Guaranteed Cooling Water Flow Rate. "Calculate Time -Weighted Guaranteed OLCW Daily Flow: Row (15) x Row (4) x 1440 12Calculate Total Guaranteed and Weighted OLCW Daily Flow: Sum Row (16) "Calculate Annual OLCW Cost: Row (17) / 1,000 x Row (18) x 365 14Input additional linear feet required to meet buildout conditions. 15Calculate Additional Square Footage: Row (20) x 54 ft 16 Calculate Ozone Generation Room Extension Cost: Row (21) x $1,400 "Calculate Power NPV: Row (14) x 18.11 "Calculate OLCW NPV: Row (19) x 18.11 "Transfer value from Row (22) 2'Transfer value for capital cost from Schedule of Bid Prices (Item A). 2'Calculate Total Capital Cost as follows: Row (25) + (Row (26). 22 Calculate Total NPV as follows: Row (23) + Row (24) + Row (27). CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised 7/19/2021 City Project No. 105176-Addendum No. 3 004100-9 PROPOSAL FORM Page 9 of 9 7 — GUARANTEES 7.1 Performance: The OSS shall guarantee that the system will perform, meeting the design conditions as stated herein and in Section 46 3150. After installation, the City will conduct Performance Warranty Testing to confirm performance as described in Section 46 3150. Remedial actions are described in Section 46 3150. 8 — SURETIES 8.1 If OSS is awarded the Work from this Proposal, the surety who provides the Performance and Payment Bond(s) shall be: Euler Hermes North America Insurance Conmanv 800 Red Brook Boulevard Owings Mills Street City 9-PROPOSERS (') This bid and its acceptance is contingent upon the parties agreeing to mutually acceptable terms and conditions as applicable to a typical equipment purchase. Areas of discussion include limitation of liability and indemnification amongst others. Based on the contract documents and previous experience, there is no reason to believe that this cannot be easily achieved. (SEAL) If Bidder is a Corporation whose address is MD 21117 State Zip Code Respectfully submitted, By: Pedro DaCruz //t, L , (*) Title: NAM Sales Leader Address: 600 Willow Tree Road Leonia. NJ 07605 Telephone: 201-676-2525 Date: 8/6/24 END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Ozone System Revised 7/19/2021 City Project No. 105176-Addendum No. 3 8 I 7 I 6 I 5 i 4 I 3 I 2 m FUTURE CLOSED LOOP COOLING WATER PUMP NO. 3 61-011 a)A = L CLOSED LOOP _M n COOLING WATER PUMP NO. 2 Cfl 1 CV 11 0 NITROGEN BOOST SKID u CLOSED LOOP � O PURGE TO DESTRUCT � M II COOLING WATER PUMP NO. 1 2r °I � Zh zo FUTURE HEAT EXCHANGER NO. 3 — — T-5 5/8" --J HEAT EXCHANGER xco NO.2 _I M 17 HEAT EXCHANGER I � NO. 1 CO 1 o � [f) FUTURE OZONE FUTURE OZONE GENERATOR NO. 3 M GENERATOR NO. 6 9 -31v - � I , 1 0 FUTURE OZONE FUTURE OZONE LO GENERATOR NO. 2 GENERATOR NO. 5 I I R 11 II II JL JI 111 ❑ �❑ ❑ 7. O o 9 I 1 B EO FUTURE OZONE FUTURE OZONE '1 GENERATOR NO. 1 GENERATOR NO.4 I R R 1 II JL_ JI _ IL Lo Lo, 70'-0" A TOLERANCES UNLESS NOTED CUSTOMER INFORMATION DECIMALS ANGLES x .xx FRACQVEOLIA OF TH, TEXAS .xxx EAGLETY MOUNTTAINOWATER TREATMENT REV DESCRIPTION RE O OWN APPR APPR DATE PROPRIETARY ANDUMENTS CONFIDENTIAL: THECON TIANSMITPROPRIETARY RTY AND ALL INFORMATION ANDKNOWLEDGEI CONTAINED ORREFERREDSHALL NOT INGSOLELY } PLANT PAHSE IV EXPANSION BE EFORTHIS USED THEOLIA RWISEIDAS DISCLOSED OR USED OTHERWISE IN SUCH ARE INS TRUMENTSOFSERVICE FOR USE SOLELY WITH RESPECT i0 THISUST PROJECT. THESEINSTRUMENT$OFSERVICESHALL NOT ODUCED, ED, DISCLOSED USE RREPRODUCED,TRANSMITTED, WHOLE OR IN PART. WITHOUT PRIOR WRITTEN AGREEMENT BY VEOLIA AND MUST BE IMMEDIATELY RETURNED OR DESTROYED UPON REQUEST I I I 8 7 6 5 4 MECHANICAL ROOM ELECTRICAL ROOM OZONE GENERATION BUILDING PLAN 111 a C 1 3 I. o E aA 0 DRAWING NUMBER REVISION r 14XXX-200-0201 Al REF.: - JI DOC. OWNER: - 4 PROJECT NO. PART/MATERIAL NO. SCALE SIZE SHEEP u OF LH LAST SA ED: Wednesday, my 2D4.' 2412:0425 PM 2 I 1 (i) VEOIIA Ozone Generation System Technical Proposal 610347 Rev. 0 Eagle Mtn WTP — Phase IV Expansion Forth Worth, TX City Project No. 105176 Ozone Generation System August 8, 2024 Contact information: Prepared By: VEOLIA Water Technologies Treatment Solutions USA, Inc. William Nezgod Tel: 908-303-7477 Email: william.nezaod(a�veolia.com Local Sales Representative: Hartwell Environmental Bob Russell Tel: Email: brussell@hartwellenv.com Regional Veolia Sales Manager: John Hughes Tel: Email: john.hughes@veolia.com Eagle Mtn WTP - Phase IV Expansion Fort Worth, TX Bid Description Section TECHNICAL SCOPE OF SUPPLY A Detailed Scope of Supply for COMPLETE System 1 Highlighted P&ID Drawings 2 EQUIPMENT LAYOUT DRAWINGS B Ozone Generator / PSU Supplemental Nitrogen Sytsem Ozone Destruct Unit Purge Destruct Unit Closed -Loop Heat Exchanger Master Ozone Control Panel LOX Remote 1/0 Panel Ozone Injection System Components DATA SHEETS - OZONE GENERATION SYSTEM EQUIPMENT C Ozone Generator/Power Supply Unit Supplemental Nitrogen System Closed -Loop Cooling Water Heat Exchanger Ozone Destruct Unit Purge Destruct Unit Ozone Injection Syst Components COMPANY INFORMATION AND SUPPORT SERVICE D 8/8/2024 - 10:44 AM TOC 08-06-2024.xlsx Veolia Water Technologies Treatment Solutions USA, Inc. QVEOLIA 600 Willow Tree Road Leonia, NJ 07605, USA Tel: +1 201 676 2525 August 8, 2024 Attn. Tony Sholola, P.E. City of Fort Worth 100 Fort Worth Trail Fort Worth, TX Subject: Eagle Mountain WTP — Phase IV - Expansion City of Fort Worth, TX City Project No. 105176 Ozone Generation System Sections 46 31 50, 46 31 53, 46 31 51, 46 31 53.02, 46 31 54.35, 46 31 55, 46 31 56, Applicable sections of Div. 00, 1, and 40 Drawings — Appendix B — Ozone System P&IDs Proposal 610347 Rev. 0 Dear Mr. Sholola: Veolia Water Technologies Treatment Solutions USA, Inc, (hereinafter Veolia) is the Ozone System Supplier (OSS) basis of the design as shown in the specifications and mechanical ozone room layout drawing. Veolia shall provide the following scope of supply in response to the above Bid Documents — Plans and Specifications: Veolia is the largest and most experienced Ozone System Supplier in North America with over 130 ozone systems installed for potable water treatment systems in North America with over 340,000 Ibs/day of installed ozone generation capacity. We are pleased to provide the following proposal for the supply of the ozone system equipment and services for the Westminster Blvd. Water Treatment Facility. Included are the following specification sections and drawings: 4631 50 • 4631 53 • 4631 51 4631 53.03 • 4631 54.35 • 4631 55 4631 56 9 • Relevant portions of Division 00, 01, 40 Drawings — Appendix B — Ozone System P&IDs Note: This proposal includes Addendum No. 1 and 2 (including answers to the RFI's). Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 2 of 23 OVEOLIA Please let us know if you have any questions or require additional information. We look forward to the opportunity to work with you on this project. Very truly yours, Veolia Water Technologies Treatment Solutions USA, Inc. William Nezgod Senior Sales Manager — Engineered Ozone Plants Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 3 of 23 QVEOLIA SCOPE OF SUPPLY TO: Attn. Tony Sholola, P.E. City of Fort Worth 100 Fort Worth Trail Fort Worth, TX (Hereinafter referred to as "Purchaser") Proposal No.: Proposal 610347 Rev. 0 Date: August 8, 2024 For: Eagle Mountain WTP — Phase IV - Expansion City of Fort Worth, TX City Project No. 105176 Ozone Generation System VEOLIA Water Technologies Treatment Solutions USA, Inc. (Hereinafter referred to as "Veolia") offers to furnish the following described materials and equipment ("Products") and/or services at the prices ("Purchase Price") stated herein. This Proposal shall remain in effect for from the date hereof and shall expire at that time unless extended in writing by Veolia. This Proposal and any resulting contract shall be referred to hereinafter as "this Contract'. Sections : (see above specification sections) (See above drawings) Ozone related Highlighted P&ID Drawings and Mechanical Drawings denoting scope split between OSS and Contractor Sales Representative: Regional Veolia Sales Manager Mr. Bob Russell Hartwell Environmental Tel : Fax: Email: brussell@hartwellenv.com Mr. John Hughes Veolia Water Technologies Treatment Solutions USA Inc. Tel: Fax: Email: john.hughes@veolia.com Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 4 of 23 QVEOLIA 1. OZONE SYSTEM DESIGN CRITERIA 1. LOX/Vaporizer Equipment: 2. GOX Equipment 3. Supplemental Nitrogen System 4. Ozone Generators and PSU's 5. Closed Loop CW System Provided by Contractor 1 x GOX Filter 1 x Differential Pressure Indicator, Switch 2 x Pressure Regulating valves 2 x AIT Dew point in main GOX line 1 x Full Duplex Supplemental Nitrogen System 2 x 550 Ibs/day @10% 03 2 x Closed Loop Heat Exchangers 6. Side -stream Ozone Injection Syst. 4 x Venturi Ozone Injectors 2 x Pipeline Flash Reactors 7. Ozone Destruct System 8. Purge Ozone Destruct Unit 9. Control Panels (Field mounted) 10. Ozone & Oxygen Monitors 11. Misc. Equipment and Services 1 x System including: 4 x Demisters 2 x Ozone Destruct Units 1 x Purge Ozone Destruct Unit 1 x Master Ozone Control Panel (MOCP) 1 x Liquid Oxygen Control Panel (LOXCP-RIO) 1 lot as described below 1 lot as described below 12. Spare Parts 1 lot as described below 13. Field Service, Testing and Training 1 lot as described below 14. Options 1. None at this time Veolia shall provide the following equipment and services: Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 5 of 23 QVEOLIA II. SCOPE OF SUPPLY A. Liquid Oxygen (LOX/GOX) System — PID-1 (By Contractor) LOX Tank, Vaporizers, Instruments and Valves provided by Contractor per PID-1 B. GOX Filter/Press Regulators — Section 46 31 51, Highlighted PID-1, PID-3 Veolia shall provide the following GOX components as shown in highlighted PID-1, PID-3 including the following: • One (1) GOX Filter (GF-X) sized for up to 230 SCFM of GOX flow at a pressure of 70 psig or higher o One (1) Differential Pressure Indicator (PDI/PDSH) • Two (2) Cashco model SLR-2 Pressure Regulating Valves (PREG-X, PREG-X), each sized to handle up to 20 — 230 SCFM of GOX flow at an inlet pressure of 70 psig or higher and an outlet pressure of approximately 22 psig. C. Supplemental Nitrogen System — Section 46 31 53.02, PID-2 One (1) skid -mounted full -duplex supplemental nitrogen boost system including the following major components as shown in highlighted PID-2: • Two (2) Oil -free rotary scroll compressors (AF-X, AF-X) with Control Panels • Two (2) Air-cooled aftercoolers • One (1) Air receiver tank • Two (2) pre -filters • Two (2) Dual -tower desiccant dryers • Two (2) Particulate filters • One (1) Pressure Regulating valve • One (1) Dew point analyzer (AIT-XXX) • One (1) Mass flow controller (FIT/FCV-XXX) • One (1) Flow indicator with bypass (not shown) • One (1) lot required instrumentation as shown on P&ID. • One (1) lot manual isolation valves as shown on P&ID • One (1) Manual Isolation ball valve • One (1) PP-NIT-X Power Panel to provide the 480V power to the Compressors and 120V power to the Local Control Panel. • One (1) Local Control Panel (CP-NIT-X) that shall include Remote 1/0 for all signals to be transmitted by a communication network in lieu of hard -wired signals. Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 6 of 23 OVEOLIA D. Ozone Generators, Power Supply Units — Section 46 31 53, PID-3 1. Ozone Generators Two (2) Veolia Model ozonic° model SP-73 Advanced Technology skid mounted medium frequency Ozone Generators (OZ-GEN-001/OZ-PS-001, OZ-GEN-002/OZ-PS-002), each unit capable of producing 550 Ibs/day @ 10% 03 with an open -loop cooling water temperature of 90°F. The ozone generators will be provided as a skid -mounted package including the ozone generator vessel, piping, instruments, valves and Power Supply unit as a single skid -mounted unit as detailed in the highlighted P&ID drawing. Note: The ozone generator vessel shall be insulated at the factory installed. Insulation on the cooling water piping shall be provided by Veolia either shop installed or installed at the job site by Veolia or their sub -Contractor. Model SP-73 Ozone Generator w/PSU The following instrumentation and valves, pre -wired and pre -piped for ease of installation. Tag nos. are based on OZ-GEN-X. Instrumentation Qty. I Tag No. I Manufacturer Oxygen Inlet Line 1 PIT-X Rosemount or Endress and Hauser Instrument Description Pressure Indicating Transmitter Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 7 of 23 QVEOLIA Qty. Tag No. Manufacturer Instrument Description 1 TE/TIT-X Foxboro, Rosemount or Temperature Indicating Endress and Hauser Transmitter 1 FIT-X FCI, Magnetrol or Flow Indicating Transmitter Endress and Hauser 1 PSH-X Ashcroft or equal Pressure Switch High PSL-X Pressure Switch Low Cooling Water Inlet Line 1 PIT-X Foxboro, Rosemount or Pressure Indicating Transmitter Endress and Hauser 1 TE/TIT-X Foxboro, Rosemount or Temperature Indicating Endress and Hauser Transmitter 1 PSL-X Ashcroft Pressure Switch PSH-X Ozone Outlet Line 1 AIT-X Teledyne 465H High Concentration Ozone Monitor 1 TSH-X Ashcroft or equal Temperature Switch, High 1 TIT-X Temperature Indicating Transmitter 1 PIT-X Foxboro, Rosemount or Pressure Indicating Transmitter Endress and Hauser Cooling Water Outlet Line 1 FIT-X Endress and Hauser or Flow Indicating Transmitter — GEN equal 1 TI-X Ashcroft Temperature Indicator (not shown) 1 TSH-X Ashcroft Temperature Switch, High 1 FIT-X Endress and Hauser or PSU Flow Transmitter - PSU equal 1 TSH-X Ashcroft Temperature Switch, High — PSU 1 TIT-X Foxboro, Rosemount or Temperature Transmitter - PSU Endress and Hauser 1 PIT-X Foxboro, Rosemount or Pressure Transmitter - PSU Endress and Hauser Valves Qty. I Tag No. Manufacturer Valve Description Oxygen Inlet Line Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 8 of 23 OVEOLIA Qty. Tag No. Manufacturer Valve Description 1 BV-X Worcester or equal Motorized Isolation Ball Valve 1 PRV-X Kunkle or equal Safety Relief Valve (GOX) Note: Not shown in PID Cooling Water Inlet Line 1 BFV-X Pratt, Valmatic or equal 1 BFV-X Pratt, Valmatic or equal 1 BV-X Worcester or equal 1 PRV-X Kunkle 1 BV-X Worcester or equal Ozone/Oxygen Outlet Line 1 DCV-X Check -All or equal 1 BV-X Worcester or equal 1 BV-X Worcester or equal 1 BV-X Worcester or equal Cooling Water Outlet Line 1 CV-X Check all or equal 1 BFV-X Pratt or equal 1 CV-X Check -all or equal 1 BV-X Worcester or equal Manual Isolation Butterfly Valve Motorized Isolation Butterfly Valve Manual Isolation Ball Valve — PSU Pressure Relief Valve Drain Valve Check Valve Note: not shown Motorized Isolation Ball Valve Manual Isolation Ball Valve Motorized Ozone Purge Valve Check Valve Manual Isolation Butterly Valve Check Valve Manual Isolation Ball Valve 2. Power Supply Units — Section 46 31 53, P&IDs N33-602, N33-604 Two (2) Veolia Ozonia° model IPS-1 6-0200-WC-1 2 Medium Frequency Power Supply Units (OZ- PS-001, OZ-PS-002). The Power Supply Units (PSU) utilize the latest in IGBT (Insulated Gate Bipolar Transistor) power converter technology (Ozonic° I -Stacks) and shall be in full compliance with IEEE 519 electrical specification. The Power Supply Unit shall be capable of providing 110% of the power limit as per the specifications. The following are some of the advantages of a Power Supply Unit equipped with IGBT-based Power Converter technology, versus the older SCR (Silicon Controlled Rectifier) based technology: • Operation at almost unity power factor (> 0.97) over the entire operating range • Power to ozone generator vessel turndown of 100:1 • Low operating voltage < 4200 volts • The upstream half of the power converter is equipped with an "Active front-end", eliminating the need for harmonic mitigation equipment that would need to be installed Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 9 of 23 QVEOLIA within the PSU, such as capacitor banks, apart from the power converter. The "Active front-end" feature on the power converter is equivalent to a PSU with 18-pulse SCR - based technology. Very low harmonics, below the latest requirement of IEEE519 Constant frequency inverter switching at whole multiples of the line frequency. Line notching traditionally associated seen on SCR -based technology using diode converters is also eliminated. Remote monitoring and connectivity are an additional combined feature of the IGBT-based (Ozonia° I -Stacks) power converter. By means of a common web browser, the power converter can be accessed without having to open the PSU doors, remotely from anywhere in the plant, via laptops, tablets, workstations and even a SCADA. Provided the infrastructure is available and permissions are granted, the power converters can also be access from a remote (external location) by Veolia service personnel. This feature allows real-time, remote troubleshooting and support and access to operational historical data, resulting in quick support to the plant personnel to maintenance of operation. The PSU shall be a NEMA-12 painted steel enclosure and shall be located on the same skid as the ozone generator. The PSU, and subsequently the associated ozone generator, will be controlled by a Schneider Electric PLC, Series M580 PLC. The PSU will be equipped with an OIT, Schneider Electric Magelis, 15". The programming and configuration of both the PLC and OIT will follow Veolia Standard Programming Practices and Established Code Standards E. Closed -Loop Cooling Equipment Components Section 46 31 53, Highlighted PID-5 Veolia shall provide the following closed -loop cooling water equipment in accordance with 46 31 53 and as shown in highlighted PID-5: Two (2) Polaris (Danfoss) Model S64-IG150-74-TM Double Wall Closed -loop Plate and Frame heat exchangers, each sized to handle the 115% of the heat load for three (3) ozone generators and Power Supply units. The open -loop and closed -loop cooling water flow rates shall be as shown in the Cooling Water data sheet and as given below: • Closed -loop cooling water flow rate: 235 gpm (design load) • Open -loop cooling water flow rate: 245 gpm (design load) F. Ozone Dissolution (Injection) Syst. — Section 46 31 53.01 and Highlighted PID-4 Veolia shall provide ozone dissolution equipment components as specified in section 46 31 53.01 (Add. 1, 2) and highlighted PID-4 (Add. 1): Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 10 of 23 QVEOLIA Equipment (shipped loose for installation in the field by the Contractor) Qty. Tag No. Manufacturer 4 INJ-X Mazzei INJ-X INJ-X INJ-X 2 R-X Mazzei R-X Equipment Description Model 4093 — 4 in. diameter Venturi injectors, each sized to handle Model PFR420602AOOA — 42 in. diameter Pipeline Flash Reactor (PFR) to handle One (1) Two-phase CFD modeling to ensure the required mixing takes place to meet the performance guarantees. Four (4) Ozone delivery pipe spools each to include the following: • One (1) Thermal Mass Flow Transmitter (FIT-X) to measure 03 gas flow • One (1) Worcester or equal v-port Modulating Flow Control valve (GLV-X) to control the ozone gas flow to the venture injector. • One (1) type 316L S.S. pipe spool with 150 lb flanged ends to include the above components. G. Ozone Destruct System and Off -gas Components— Section 46 3155, Highlighted P&ID's N33-606, N33-608 1. Field Equipment The following equipment shall be provided shipped loose for installation in the field by the Contractor as per highlighted PID-6, PID-7, PID-8: • Four (4) Off -gas Demisters, each sized to handle up to 60 SCFM of contact chamber. Note: Each contact chamber shall have two (2) demisters and the four (4) demisters shall be capable of handling the max. gas flow from the ozone generation system when producing up to 1650 Ibs/day. 2. Ozone Destruct Units Two (2) Veolia Model 4 Thermal/Catalytic Ozone Destruct Units (ODU-Skid 1, ODU-Skid 2), each capable of handling up to 225 SCFM of off -gas from the Ozone Contact Chambers at an inlet concentration of 1.8% by weight and reducing the ozone concentration to less than 0.05 ppm by volume. Each ozone destruct unit shall be a skid -mounted unit consisting of the following major components: Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 11 of 23 QVEOLIA Equipment Qty. Tag No. Manufacturer Equipment Description 1 PH-X Heatrex Pre -Heater 1 CD-X Veolia Catalyst Chamber 1 RD-X Veolia Rupture disc on Catalyst chamber 1 BLR-X Cincinnati Fan or NY Off -gas Blower sized for 230 scfm @ Blower 24 in H2O 1 SIL-X Off -gas Silencer 1 PP-ODU-X Veolia Power Panel for blower, pre -heater NEMA-4X type 304 stainless steel 1 CP-OCU-X Veolia Local Control Panel NEMA-4X type 304 stainless steel The local control panel will be equipped with a Schneider Electric PLC, Series M580 and a Schneider Electric OIT, Series Magelis, 15". Instrumentation Qty. Tag No 1 AIT-X 3 1 1 1 TE-X TE-X TE-X TSH-X PDI-X PDSH-X TIT-X 1 PDIT-X 1 AIT-X Manufacturer Instrument Description Teledyne Medium Concentration Off -gas Ozone Analyzer Endress and Hauser or Thermocouple for Pre -heater equal controller Ashcroft or equal Ashcroft or equal Foxboro, Rosemount, Endress and Hauser or equal Foxboro, Rosemount, Endress and Hauser or equal Teledyne 465L Temperature Switch, (BLW) Differential Pressure Indicator and Switch, High Temperature Indicating Transmitter Differential Pressure Indicating Transmitter Vent gas Ozone Analyzer Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 12 of 23 QVEOLIA Valves Qty. Tag No. Manufacturer 1 BFV-X Bray Series 40 or equal 1 BFV-X Bray Series 40 or equal 1 BV-X Worcester or equal 2 SV-X ASCO or equal 1 CV-X Check -All or equal 1 BFV-X Bray Series 40 or equal Valve Description Manual Isolation Valve — Inlet off - gas line to destruct skid Motorized Isolation Butterfly Valve — Inlet off -gas line to destruct skid Motorized Air Inlet Valve Block/bleed condensate drain Solenoid Valves Check Valve — Blower Outlet Manual Isolation Butterfly Valve J. Purge to Destruct Unit — Section 46 31 55 and Highlighted PID-8 One (1) Veolia Purge to Destruct Unit (PTD Unit No. 1) designed to handle pre -purge and post - purge ozone gas flow from the ozone generators in accordance with par. 2.8 of section 46 31 55 of the specifications. The unit shall be skid -mounted and include the following instruments and valves as part of the skid package: Instrumentation Qty. Tag No. Manufacturer 1 PI-X Ashcroft 1 PDI/PDSH-X Orange Research or Ashcroft 1 TIT-X Foxboro, Rosemount or Endress and Hauser 1 AIT-X Teledyne 465L Valves Instrument Description Temperature Indicator Differential Pressure Indicator/Switch Temperature Indicating Transmitter Vent gas Ozone Analyzer Qty. Tag No. Manufacturer Valve Description 1 BV-X Worcester or Apollo Inlet Isolation Ball Valve 1 CV-X Outlet Check Valve 1 BV-X Worcester or Apollw Outlet Isolation Ball Valve Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 13 of 23 QVEOLIA K. Ozone, Oxygen and Dew Point Analyzers — Specification 46 31 50, Highlighted P&ID's The following Monitoring Equipment shall be provided in accordance with the specifications and as shown on the highlighted P&ID's: Instrumentation Qty P&ID Ref Tag No. Mfg. Shipped Instrument Description 1 PID-1 AIT-X ATI or MSA Shipped Ambient Oxygen Analyzer loose in 03 Gen room 3 PID-3 AIT-X Teledyne Shipped Ambient Ozone Analyzer in AIT-X loose 03 Gen room AIT-X 2 PID-3 AIT-X Michell Shipped Dew point Analyzer in 03 AIT-X loose Gen room 3 PID-4 AIT-X Teledyne Shipped Ambient Ozone Analyzer in AIT-X loose 03 Injection System room AIT-X 4 PID-6 AIT-X Rosemount Shipped Dissolved Ozone Analyzer PID-7 AIT-X loose near Ozone Contact AIT-X Chambers AIT-X 2 PID-6 AIT-X Hach, Shipped ORP Analyzer located near PID-7 AIT-X Rosemount loose Ozone Contact Chambers or equal L. Control Panels — 46 31 50 and Highlighted P&ID's In accordance with the plans and specifications, Veolia shall provide the following Control Panels as part of our scope of Supply Standalone Control Panels (mounted in Field) 1. 1 x Liquid Oxygen Control Panel (LOXCP-RIO) NEMA-4X, Type 316 stainless steel enclosure. Equipped with a Schneider Electric x80 1/0 modules, communicating to the MOCP-PLC through standard Remote 1/0 communication protocols. 2. 1 x Master Ozone Control Panel (PLC-MOCP) NEMA 12 (as per par. 2.1.F.2.a of section 46 31 50) painted steel enclosure. Equipped with a Schneider Electric redundant PLC, Series M580. Equipped with an OIT, Schneider Electric, 15" Magelis. Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 14 of 23 QVEOLIA The programming and configuration of both the PLC and OIT will be coordinated with the AESS. Veolia will accommodate its programming of the PLC and OIT to the AESS developed standards, taking into account and abiding to features that impact the visualization of control elements, while maintaining the principle features required by Veolia to deliver an appropriately operating ozone system M. Miscellaneous Equipment and Services • Standard anchor bolt seismic calculations are included for all equipment skids. • Provide one set of dielectric removal and insertion tools. Harmonic Calculations as specified in section 46 31 50, paragraph 1.4.D.3 For the purpose of evaluating costs for this proposal, Veolia has selected that the "connection point", as described in the aforementioned section/paragraph, will be the main circuit breaker of the Ozone Generator's Power Supply unit N. Spare Parts The following contract spare parts shall be provided: Liquid Oxygen System — 46 31 51 • One (1) GOX filter element Ozone Gen/PSU — 46 31 53 • 10% of the dielectrics in one ozone generator 10% of the dielectric fuses in one ozone generator • One (1) set of end cover gaskets for one ozone generator • One (1) set of HV enclosure/Bushing gaskets • One (1) complete sets of field replaceable circuit boards for one PSU • One (1) set of fuses for one PSU • One (1) set of bolts, nuts and washers for the ozone generator end covers • QRe (1) replacement nhemiGals fer nleses7_leeP heeling water system Note: OSS is only providing the H/E for the cooling water system. This should be by Contractor. Heat Exchanger — 46 31 53 • One (1) complete set of gaskets for one (1) Heat Exchanger Nitrogen System — 46 31 53.02 • One (1) set of replacement filter elements • Two (2) spare dryer towers for the desiccant dryers • One (1) set of bearings, gaskets, o-rings for each nitrogen compressor Ozone Destruct — 46 31 55 • One (1) replacement demister pad • One (1) ozone destruct heater element • One (1) catalyst replacement for one ozone destruct unit • One (1) set of control circuit and line -power fuses for the ozone destruct unit Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 15 of 23 QVEOLIA PLC and Controls Spares • Two (2) or 10% of installed quantity of each 1/0 modules type, whichever is greater. • One (1) spare module for each network interface, remote 1/0 communication module • Miscellaneous components (including cables): Provide spares for each unique component installed. • One (1) spare of each tvoical PLC with its program loaded onto the non-volatile memory. Instrument Spares • 1 x Magnetic Flow Transmitter — 03 Gen • 1 x Magnetic Flow Transmitter — PSU • 1 x Mass Flow Transmitter — 03 Gen • 1 x Mass Flow Transmitter — 03 Del for INJ • 1 x Temperature Transmitter — Gas • 1 x Temperature Transmitter - Water • 1 x Flow Switch, CW • 1 x Pressure Gauge - CW • 1 x Pressure Gauge - Gas • 1 x Pressure Transmitter - Gas • 1 x Pressure Transmitter — Water • 1 x Differential Pressure transmitter — Blower • 1 x Differential Pressure gauge — Destruct catalyst bed • 1 x Pressure switch — Gas • 1 x Pressure switch — Water • 1 x Temperature gauge — Gas • 1 x Temperature gauge — Water • 1 x Temperature switch — Gas • 1 x Low concentration Ozone Analyzer • 1 x Medium Concentration Ozone Analyzer • 1 x High Concentration Ozone Analyzer • 1 x Ambient Oxygen Analyzer • 1 x Dissolved Ozone Analyzer • 1 x ORP Analyzer Ozone in Water and Dew Point Analyzers • 1 x Calibration test kit • 1 x Sensor replacement kit • 6 x membrane replacement parts kits • 4 oz electrolyte • 1 x set fuses for DO3 analyzer • 2 x sonic probe cleaners • 2 x Dew point probes • 1 x Barometric Pressure transmitter • 2 x Vacuum pumps for ambient ozone analyzer • 4 x UV lamps for Ozone Analyzer • 2 x sets fuses for Ozone Analzyer • 2 x sets O-rings for UV sample cell • 4 x Solenoid valves for 03 analyzers • 4 x Destruct cartridges for 03 analyzers • 3 x Quartz windows for 03 analyzers Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 16 of 23 QVEOLIA Oxygen Analyzer • 1 x Set fuses for 02 Analyzer • 1 x Calibration test kit for 02 Analyzer including calibration gases O. Factory Testing Veolia shall provide Factory testing of the ozone generators, power supply units and ozone control system, along with the inspection and fabrication validation of the four (4) standalone control cabinets to ensure the equipment is fully operational before shipping to jobsite. 1. Ozone Generator Factory Testing As per the specifications, Veolia has included for full ozone generator/power supply factory testing including the production of ozone. 2. Ozone Control System (OCS) Factory Acceptance Testing: Veolia will only provide Controls Factory Testing in accordance with par. 2.9.E of section 4631 50 P. Meetings, Commissioning, Testing and Training Services — Section 46 31 53 — VEOLIA shall attend the following meetings, and provide the following commissioning, testing and training services in accordance with specification section 46 31 50 and related sections • Coordination Meetings — Two (2) 1-day Coordination Meetings with the Owner and Contractor. • Attendance at up to two (2) submittal review meetings to facilitate review and approval of the ozone system submittals. • Software Coordination Meetings — Attendance for up to three (3) one -day Software Coordination Meeting. Veolia will attend the first meeting in person and be available for the additional two (2) meetings virtually. • Installation Oversight — Up to four (4) trips and a total of eight (8) days on site for equipment installation oversight support. (Four trips is too many and some of the time will be used in ORT and FVT) • Installation Inspection — One (1) trip for a total of two (2) days on site to inspect OSS provided equipment (Four days is too much time for inspecting the equipment) • Operational Readiness Testing (ORT) and Functional Validation Testing (FVT) — Thirty (30) man -days on site • Performance Testing — Five (5) days on site • Training — Up to fifteen (15) days of training (classroom/hands-on) on site Note: If additional site time is required due to no fault of Veolia, additional labor is available at the daily rate of $ 1460 per day plus travel and living expenses. Q. Engineering Provided Engineering will be in accordance with the issued specifications. Veolia will provide all necessary design, installation and operating information for equipment provided by Veolia. Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 17 of 23 QVEOLIA Veolia will coordinate and review other equipment items associated with the ozone system but will not be responsible for the design, installation and operation of equipment and systems supplied by others. Veolia will furnish bid statements and guaranteed power and oxygen numbers, as per specifications. Engineering information by Veolia for equipment that it supplies shall consist of: 1. System Integration Engineering 2. General equipment orientation and dimensional drawings for all equipment and system components. 3. Process and Instrumentation drawings (P&ID) for each piece of equipment. 4. Electrical schematics, panel layouts and interconnecting terminal block drawings for all controls and instruments supplied. 5. Office and field coordination with the I&C subcontractor. 6. Equipment layout and data including manufacturer, model, power requirements, capacity and materials of construction. 7. Storage, handling and erection requirements. 8. Foundation loading and anchor bolt calculations. 9. Performance test procedures. 10. Operations and Maintenance manuals. R. Work Not Provided The following items are not included in the proposed selling price and will be provided by others unless specifically called for in the body of this proposal: a. Equipment unloading, storage or erection. b. Interconnecting and intra-connecting electrical wiring except on skid mounted packaged equipment. c. Interconnecting and intra-connecting oxygen, ozone or water piping and manual valves between the oxygen system components, ozone system components, equipment skids, contactors or ozone destruct system components. d. Wall sleeves and fittings. e. HVAC f. Control wiring or piping g. Insulation on ozone generators, cooling water piping, ozone destructors or other hot or cold surfaces (unless as noted in this proposal elsewhere) h. Air, ozone, liquid oxygen, gaseous oxygen or water piping not on skids i. Anchor bolts j. Instruments and valves except as noted. k. Instrument air, instrument tubing or fittings I. Design, programming, testing or commissioning of any Control Systems other than those provided by Veolia. m. Power wiring and conduit, except on equipment skids n. Motor control center and local disconnects Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 18 of 23 OVEOLIA o. Field calibration of instruments not provided by Veolia p. Contact Chamber leakage testing q. Design of equipment not furnished by Veolia r. Cost for Power, Water or Liquid Oxygen (LOX) for commissioning and testing of equipment on site. III. WARRANTIES AND GUARANTIES 1. Veolia shall provide a ten (10) year warranty after substantial completion on the dielectrics. 2. The ozone system warranty shall be two (2) years from substantial completion or agreed - upon no. of months from delivery of the equipment per par. 1.12.13 of section 46 31 50. 3. The vent gas concentration leaving the ozone destruct units shall be <_ 0.07 ppm by volume. 4. Veolia shall provide a five (5) year warranty on the power supply converter/inverters from substantial completion. IV. OPTIONAL ITEMS/SYSTEM ALTERNATES 1. None at this time V. CLARIFICATIONS, EXCLUSIONS AND EXCEPTIONS Clarifications 1. Instructions to Proposers Par. 19.1 and 19.2 In accordance with EPA AIS Final Guidance document dated March 20, 2014, certain equipment is not considered as "construction material" for the purposes of the AIS requirement (see attached EPA AIS document — page 8). Mechanical and electrical components, equipment and systems are not considered construction materials. Mechanical equipment is typically that which has motorised part4 and/or is powered by a motor. Electrical equipment is typically any machine powered by electricity and includes components that are part of the electrical distribution system. The following examples (including their appurtenances necessary for their intended use and operation) are NOT considered construction materials: pumps, motors, gear reducers, drives (including variable frequency drives (VFDs)). clectric!pneumaticimanual accessories used to operate valves (such as electric valve actuators), mixers, gates, motorized .crccn% (such as traveling screens), blower.vacration equipment, compressors, meters, sensors, controls and switches, supervisory control and Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 19 of 23 OVEOLIA data acquisition (SCADA), membrane bioreactor systems, membrane filtration systems, filters, clarifiers and clarifier mechanisms, rakes, grinders, disinfection systems, presses (including belt presses). conveyors, cranes, HVAC (excluding ductwork), water heaters, heat exchangers, generators, cabinetry and housings (such as electrical hoxcsfcnclosures), lighting fixtures, electrical conduit, emergency life systems, metal office furniture, shelving, laboratory equipment, analytical instrumentation, and dewatering equipment. Based on this waiver to the requirement for an "iron or steel product", the ozone generation system equipment would not be required to meet the AIS requirement for iron and steel products. 2. Terms and Conditions This bid and its acceptance is contingent upon the parties agreeing to mutually acceptable terms and conditions as applicable to a typical equipment purchase. Areas of discussion include limitation of liability and indemnification amongst others. Based on the contract documents and previous experience there is no reason to believe that this cannot be easily achieved. 3. Payment Terms With reference to Article 4of the Special Conditions, Veolia would be looking to received 80-85% payment upon shipment of the equipment since the OSS loses control of the equipment schedule of installation and commissioning once the equipment is shipped. This can be discussed as part of the negotiation. 4. Programming The programming and configuration of both the PLC and OIT will be coordinated with the AESS. Veolia will accommodate its programming of the PLC and OIT to the AESS developed standards, taking into account and abiding to features that impact the visualization of control elements, while maintaining the principle features required by Veolia to deliver an appropriately operating ozone system Exceptions 1. Veolia has no exceptions to the drawings or specifications. 2. Mazzei Exceptions 1.2.A.3 — Summary (p. 1) o The Mazzei scope of supply does not include the provision of a static mixer. 1.6.C.3 — Shop Drawings (p. 2), 1.6.D.1.a.2 - Submittals o A detailed fabrication document for the Mazzei pipeline flash reactor will not be provide due to its proprietary nature. However, a general assembly drawing showing overall dimensions and weights will be included at the time of submittal. 1.6.D.1.b — Side -Stream Injection System (p. 3), 1.6.D.1.c — Side -Stream Injection System (p. 3), 1.6.D.1.d — Side -Stream Injection System (p. 3). 1.6.D.1.g — Side -Stream Injection System (p. 3) Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 20 of 23 QVEOLIA o Gas suction performance data will only be provided for the project -specific operating conditions. Please refer to Appendix B — Equipment Operating Condition: for details on the provided design parameters. o Due to the variability in facility infrastructure, including piping sizes, configurations, and equipment, Mazzei is unable to provide pressure drop or hydraulic calculations for networks beyond the supplied equipment. This also applies to 2D or 3D layouts and general arrangements for the venturi injector and pipeline flash reactor • 3.2.A — Installation (p. 8) o Mazzei takes exception to the project specification section 40 05 07, as we were not provided a copy for review. Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 21 of 23 QVEOLIA CONDITIONS OF FIELD SERVICE If this Contract does not include Field Service or if Purchaser requires such service in addition to that included in this Contract, Purchaser may purchase from VEOLIA such Field Service or technical advice during installation or start-up of the Products, in which case Purchaser agrees to pay VEOLIA for Work Time, Travel Time and Standby Time based on (1) VEOLIA's "per diem" rates in effect at the time the service is performed; (2) the expenses of each VEOLIA employee so furnished; and (3) the terms and conditions under which such service is performed. "PER DIEM" CHARGES FOR SERVICE The following rates are currently in effect. They are subject to change by VEOLIA and are based on the definitions below. These rates are for domestic service only. Rates for service outside the Continental United States will be quoted upon request. Classification of Serviceman STANDARD SERVICE CONTROLS PROGRAMMING TIME DEFINITIONS (a) Work Time - shall include all hours that VEOLIA service personnel are on Purchaser's job site, either working or ready for work, and shall be payable at the applicable specified rates. (b) Travel Time - shall include the time spent by VEOLIA service personnel in traveling between their customary headquarters and Purchaser's job site and in returning (including travel occurring on Saturdays, Sundays and holidays) up to a maximum of eight (8) hours chargeable time for any given one-way trip. Travel Time shall be paid for at the applicable Straight Time Rate and shall not be cumulative with Work Time in determining Overtime. (c) Standby Time - shall include all time (excluding Work Time) that VEOLIA service personnel are available for work at Purchaser's job site, whether on the job site or not, up to a maximum of eight (8) hours per day, between the hours of 7:00 a.m. and 6:00 p.m., Sunday through Saturday, including holidays if availability has been requested by Purchaser. Standby Time shall be paid for at the applicable Straight Time Rate; however, Standby Time preceded and/or followed by Work Time is cumulative in determining Overtime. RATE DEFINITIONS (a) Straight Time Rate - This rate shall be paid for Work Time, Standby Time or Travel Time on a regular schedule of eight (8) hours per day, Monday through Friday. (b) Time and One -Half Rate - The rate of one and half (1-1/2) times the Straight Time Rate shall be paid for any Work Time or Standby Time in excess of eight (8) hours, but not exceeding sixteen (16) hours, per day, Monday through Friday, and for any Work Time or Standby Time on Saturdays, not to exceed sixteen (16) hours. (c) Double Time Rate - The rate of twice the Straight Time rates shall be paid for time worked in excess of sixteen (16) hours per day, without a six (6) hour break, Monday through Saturday, and for all time worked on Sundays and holidays. Holidays shall be those observed in the locality where the work is to be performed. Straight Time Rate $ 1460.00 Per day $ 1500.00 Per day CHARGES FOR EXPENSES In addition to the "Per Diem" charges above, Purchaser shall pay VEOLIA for all the traveling and living expenses and all other expenses of each VEOLIA employee incidental to the work. TERMS AND CONDITIONS (1) Notification - Purchaser shall give VEOLIA at least two (2) weeks advance notice when ordering Field Service. (2) Terms of Payment - Purchaser shall pay VEOLIA immediately upon receipt of invoices covering the time and expenses of VEOLIA's employees furnished for such services. OVERDUE PAYMENTS NOT RECEIVED BY VEOLIA WITHIN THIRTY (30) DAYS FROM DATE OF INVOICE SHALL BE SUBJECT TO FINANCE CHARGES AT THE RATE OF ONE AND ONE-HALF PERCENT (1-1/2%) PER MONTH. (3) Time Sheets - VEOLIA employees shall present Purchaser at the end of each week or at the completion of the job if less than one (1) week, appropriate documents on which shall be indicated the number of hours spent and the estimated expense incurred on this work. Purchaser shall sign these documents in the place indicated, thus signifying approval of the time spent and estimated expense incurred on this work. (4) Delays - If the work of an VEOLIA employee is postponed or suspended by Purchaser, or is delayed or does not proceed with reasonable dispatch, due to no fault of VEOLIA, VEOLIA may withdraw such employee and return a serviceman to the job when needed and available; and any additional costs (including Travel Time and expenses) incurred by VEOLIA because of this shall be an additional charge to Purchaser. (5) Limitation of Liability - VEOLIA in providing any Field Service hereunder, shall do so in an advisory capacity only and shall not be held responsible in any way for the acts, workmanship or omissions of the employees, contractors, sub -contractors or agents of Purchaser. VEOLIA SHALL NOT BE LIABLE IN ANY EVENT FOR SPECIAL, INDIRECT, INCIDENTAL OR CONSEQUENTIAL DAMAGE. Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 22 of 23 QVEOLIA SELLING PRICE: Selling Price: Item Q — Engineering Services $ 95,000 (*) Items A — P, R $ 3,973.800 (*) Total Selling Price $ 4,068.800 (*) (") Note: Above prices are (exclusive of sales tax). Should sales tax be required it will be added to the invoice SHIPPING TERMS: DDP freight included to jobsite TERMS OF PAYMENT: 10% Shop Drawings (Recommened) 80% upon shipment of equipment 5% on completions of Commissioning, Operator Training 5% on successful Performance Testing TERMS AND CONDITIONS: As per negotiated terms VALIDITY: Three -hundred Sixty Five (365) days from bid opening date BONDING: Performance and Payment Bond Cost has been included SERVICE: Field Service included in this Contract shall be provided for a period not to exceed * eight -hour man -days provided in not more than * ♦ trips to check the completed installation by Purchaser, to place the Products in operation and to instruct Purchaser in their operation. Purchaser agrees to pay VEOLIA for any additional service days and/or trips in accordance with VEOLIA's standard service rates and conditions in effect at the time the service is performed. * ♦ A minimum of one (1) full day of service will be charged to each trip. See proposal details SCHEDULE: Approval drawings and data shall be submitted approximately (per Bid Documents) weeks after agreement to all terms. STSI estimates that shipment of the Products can be made in approximately 52 weeks after Veolia has received from Purchaser approval of submittal drawings and data and release for fabrication. PURCHASER'S ACCEPTANCE: Veolia Water Technologies Treatment Solutions USA Inc. Company Name By: William Nezgod Senior Sales Manager — By: Engineered Ozone Plants Name/Title Date: Date: August 8, 2024 Ship To: Projects:\Proposal 610347 Rev. 0 - Fort Worth TX_8-8-24.Docx Page 23 of 23 21 w I \"/ I \"/ n n n LOX -RI O O TYPICAL of 2 DI 0 0 DO 0 0 Al 1 1 AO 0 0 I I I I I I I I I I 1 � I � I � I � I � I � I � I � I � I � I � I � I � I VACCUM OUTER VESSEL TANK ; TI RELIEF DEVICE SHELL PRV—X LIT PI PIT INNER VESSEL RELIEF DEVICE INNER PRV—X TANK x x I I -X LOX-TK-X TLOX TANK NO. 1 GLV—X , U U � I � I � I � I VACCUM OUTER VESSEL TANK TI RELIEF DEVICE SHELL PRV—X LIT PI PIT INNER VESSEL RELIEF DEVICE IN PRV—X TANK x x I I 0 0 I GLV—X LOX-TK-X LOX TANK NO. 2 DEG 1 "—GOX—SST—X GLV—X NK GLV—X DEC 1 "—GOX—SST—X GLV—X 0 TYPICAL of 3 1 3 0 2 0 0 0 0 I I I I I I I I I I I I I I PRV—X � I � I i I 1 "x4" � I I Demo- PREGV—X BV—X I PG DL I I I PRV—X I M 2"xX" 11x4" > c� GLV—X BFV—X LOX-VAP-X LOX VAPORIZER NO. 3 1 "—GOX—SST PRV—X x I x Cf) 2"XX" I N ~ I � x X of GLV-X N LOX-VAP-X LOX VAPORIZER NO. 2 PRV—X 4 2"xX" GLV—X LOX-VAP-X LOX VAPORIZER NO. 3 PRV— X 2" DELIVERY GLV—X / NC CONNECTION GLV—X W/ DUST CAP FLEXIBLE GLV—X CV—X PROVIDED BY LOX SYSTEM SUPPLIER SST HOSE x C::: I m 1 " BLOW —OFF CONNECTION Veolia Scope of Supply Rev000 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD REMARKS NO. DESIGNED BY - DRAWN BY - SHEET CHK'D BY - CROSS CHK'D BY: APPROVED BY - DATE: X CDMA. KHAN X Smith X 801 Cherry Street, Unit 33, Suite 1820 X Fort Worth, TX 76102 Tel: (817) 332-8727 JULY 2024 � I � I � I � I I PG TSL I I I M "x4" CD BFV—X � I � I � I � I I PG TSL I i I x I M x4" > c� BFV-X RIO link (fiber optic) 0 0 0 DI 0 0 DO 1 1 Al 0 0 AO I I I I I I TIT � � PDSH I I 4 1 TE PIT PDI I 46 1 IM x x > 0 4%X" > > X"x4" m m i� - BFV-X BFV-X F O BFV-X F- X GOX PARTICULATE 4"-GOX-SST-X FILTER I U) I x 0 CD CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION LOX OZONE STORAGE I GENERATION AREA I ROOM s a }-0'1 BFV—X T 0 0 0 I OZONE SYSTEM MCP-OZ-X 1� MASTER CONTROL PANEL 2 0 <� CONTINUED ON PID-2 0 0 1 1 0 0 i i i i i i i i 2 � PIT X"x4" 1 BFV-X PREGV- FV-X \`J2 A PID-3 4"xX" X"x4" 0 OZONE GENERATORS BFV-X PREGV-X BFV-X 4"xX" 4"—GOX—SST—X i i O 120VAC --- AIT ASH • 46 A < 02(G) (:!I NOTES: O PRESSURE RELIEF VALVES SHALL BE 1 /2" AND HAVE A TEST AND OPERATING PRESSURE RATING EQUIVALENT TO THE PIPING SYSTEM TO WHICH THEY ARE ATTAC H E D. O PROVIDED BY OZONE SYSTEM SUPPLIER. OTHE CONTRACTOR SHALL FURNISH ALL PIPING SHOWN ON THIS SHEET INCLUDING THAT REQUIRED FOR CONNECTIONS TO EQUIPMENT AND VALVED SUPPLIED BY THE OSS. THE CONTRACTOR SHALL COORDINATE WITH THE OSS TO PROVIDE ALL NECESSARY FITTINGS, ADAPTERS, ETC, FOR CONNECTIONS. O4 A COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN APPLICABLE SPECIFICATIONS, CONTROL DESCRIPTIONS AND FINAL CONSTRUCTION DOCUMENTATION. PROCESS AND INSTRUMENTATION DIAGRAM LIQUID OXYGEN STORAGE AND VAPORIZATION THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW UNDER THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-1.DWG SHEET NO. PID-1 11 12 13 14 OZONE PRE -SELECTION PACKAGE W \"/ 1 \"/ 1 \"/ I \`/ Q6 n �o N Q � U 0 Q N 0 a) �--� N -p 01 a E U O J 6 �w� N J Q N 0- I Q U) o U ate) / u > 6 co W Of 0 / X J U * Nitrogen Boost Skid will be equipped with two (2) panels: - Local Control Panel - Power Panel CONTINUED C ON PID-1 ' MCP-OZ-X OZONE SYSTEM O MASTER CONTROL PANEL C, CONTINUED ON PID-3 RIO link ^-------- ------ -----­-\7 ----------------------------------------------------------------------------------------------------------------, CP-NIT-X NITROGEN BOOST SKID NITROGEN CONTROL PANEL (with RIO) ' i PG 46 Not Integral to I I I I I PSH PRV—X I x Required the dryer Not I 120VAC I 46 1 PSL Required I ' > q I AIT i PDG x 46 I 46 I' x 46 x TSH TSH > TG I I 1 � m x 46 PG PG I I I ` � 46 46 PRV—X I DEW m m M I m VTA 46 46 PIT AE ��-120VAC 46 � NITROGEN GAS ` 1"—N2—SS—X PSL 46 ' % �, N. a PDG 46 PDG FIT x FROM AIR SUPPLY 1—N2—SS—X BV—X x x �j x x x 'j I —I 1 46 1 `" > PRV—X 1 I 46 1 > 46 M 00 1 "—N2—SS—X I AF_ X CHU - X m m �' > m m 001 "x 1 /2" < 46 � INLET AIR AC—X AFTERCOOLER N0. 1 , x 1 "—N2—SS °� BV—X 1 /2"x 1 " BV—X FILTER NO. 1 COMPRESSOR NO. 1 x BV—X BV—X BV—X 1 "—N2—SS—X CV—X BV—X BV—X PREGV—X �T BV—X CV—X PID-3 A single/common � FE � 0 OZONE I after -cooler upstream x m X F—X AD-X F—X 46 GENERATORS p I o COALESCING DESICCANT PARTICULATE of tank would suffice. � TK-X I FILTER NO. 1 DRYER N0. 1 FILTER NO. 1 I IR RECEIVER NO. 1 N , I I Z Ir y ' I T I DRAIN PDG m i x 46 x TSH TS)46 Cross -over not required i > > M 46 PRV—X CONDENSATE x x x x , TRAP w/TI M E y I I I I NITROGEN GAS AUTO BLOWDOWN DRAIN cn cn cn cn I 1—N2—SS—X I N N N N ROM AIR SUPPLY I 1"—N2—SS—X n BV—X ' CHU-X X AC—X AFTERCOOLER NO. 2 FILTE NO. 2 COMPRESSOR NO. 2 PG PG i VTA 46 46 PSL ' ' I i PDG x 46 PDG 46 �' N PRV—X > > 46 > M BV—X m m DOI BV—X BV—X BV—X 1 "—N2—SS—X CV—X BV—X BV—X x AD-X ' II F—X DESICCANT F—X o COALESCING DRYER NO. 1 PARTICULATE I FILTER NO. 2 FILTER NO. 2 N O DRAIN , 1 ------------—--—--—--—--—--—--—--—--—--—--—--—--—--—--—-- — -- — -------—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--—--— -- ---J Air filters are typically an integral part of the compressors, where it would be impossible to add "differential pressure gauges" We've not seen the need for detecting HIGH TEMPERATURES at this point Veolia Scope of Supply DESIGNED BY- J. LEE CDN1 DRAWN BY- J. LEE ReVOOO SHEET CHK'D BY- X Smith CROSS CHK'D BY: X X 801 Cherry Street, Unit 33, Suite 1820 Fort Worth, TX 76102 EV REV. APPROVED BY' Tel: (817) 332-8727 DATE DRWN CHKD REMARKS DATE: MAY 2024 Veolia will provide a PSLL on the tank, in addition to the PSH and PSL. CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER. O A COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN APPLICABLE SPECIFICATIONS, CONTROL DESCRIPTIONS AND FINAL CONSTRUCTION DOCUMENTATION. PROCESS AND INSTRUMENTATION DIAGRAM SUPPLEMENTAL NITROGEN SYSTEM Ell PROJECT NO. 0515-294565 FILE NAME: PID-2.DWG SHEET NO. PID-2 11 12 13 14 OZONE PRE -SELECTION PACKAGE n n n n DI 0 0 2 CONTINUED C ON PID-2 ' DO 0 0 0 Al 1 1 1 AO 0 0 0 I OZONE COOLING WATER RETURN I 6"-CLS-SS-X 0 i� up > PID-5 z FROM CLOSED LOOP I COOLING WATER SYSTEM I 1 O� AIT AIT 46 46 < DENPOINT < DEWPOINT AE AE 46 46 � � 40 40 x x x GASEOUS OXYGEN > > PID-1 IN, m FROM GOX HEADER 4"-GOX-SS-X NITROGEN > PID-2 FROM NITROGEN GENERATION SYSTEM 1 "-N2-SS-X -' x 4"x3" m A � C7 I I > m x x I I U) U) U) V) I I x m O C� U Q0 > I � I � I > I G 1 20VAC --- AIT 46 < AE 03 O > AIT 46 120VAC --- > 46 < > I AE 03 I I O 46 > AIT > 120VAC--- 46 > AE 03 >\ 46 ICI BFV- 0 MCP-OZ-X 1 0 O OZONE SYSTEM MASTER CONTROL PANEL 7-------------------------------------� 1 I CP-OZ-X O ' GENERATOR CONTROL PANEL 1 1 I I I I I I I I I I I I I I + } I I I I I I 4"x6" I 6"-CI R-SS-X I I 4"-CLR-SS-X o-" I l x I � II m I I I I I I I I I I I I I I I T I I I I I ' I Z !L��64 BV-X6 I I TG AIT I I I I I I I I I I I I I I I I BV-x 46 46 I I I I I I I I I FIT �_� � < 03 I 1 PIT TIT PSL PSH FIT 46 FE AE TSH TIT PIT ' I i 46 46 46 46 46 46 46 46 46 46 x > x x x x M x x x ; ; > > I M i BFV-X 1 4„xX„ 43 X„x4' m m m °° > z m m m 4 o—� �Q 4"-GOX-SS-X AT � _ _? ` X"-OZ-SS-X X BFV-X OOZE GENATOR BFV-X i BFV-X x FE NO. 1 1 1 1 m 46 X"-CLR-SS-X A i I < I 1 PIT TIT T46 PSH ' M 46 46 46 43x x x PRV-XI6"x4" M m m m BFV-X I BFV-X 4 � � Imo{ I I 6"-CLR-SS-X ' X"-CLR-SS-X �� x ' BFV-X BFV-X BV-X "I I m x 1 y �I x U) 1 FIT _--120VAC TSH TIT PIT _I I � I � I I � 46 46 46 46 N U o I x x x I _I I I I x co > m m m X"-CLR-SS-x OZ-PS-001 K�!)4 PSU N0. 1BFV-X CV-X BFV-X 6 1 PROVIDED BY VENDOR - ---------------------------------------------------------------------------� (TYPICAL OF 2) 4"x3" 3"-GOX-SS-X BFV-X 6"xX„ 6"-CLR-SS-X Veolia Scope of Supply Rev000 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD REMARKS NO. OZONE GENERATOR 2 ice{ X"-OZ-SS-X BFV-X 6 -CLR-SS-X BFV-X "-OZ-SS-; 1 -- -- -- -- -- --� _ OZONE GENERATOR 3 BFV X BFV-X 6 "xX" I (FUTURE) — — — DESIGNED BY - DRAWN BY - SHEET CHK'D BY - CROSS CHK'D BY: APPROVED BY - DATE: X CDMA. KHAN X Smith X 801 Cherry Street, Unit 33, Suite 1820 X Fort Worth, TX 76102 Tel: (817) 332-8727 JULY 2024 CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION 0 0 0 0 1 1 0 0 6"-CLR-SS-X CONTINUED ON PID-4 2L OZONE COOLING WATER RETURN PID-4 > O CLOSED LOOP COOLING WATER SYSTEM I I OZONE I I X"-OZ-SS-X PID-4 > 0 OZONE SVI SYSTEM NO.1 TIT PIT 40 40 x x I I m m OZONE X"-OZ-SS-X PID-4 > O OZONE SVI SYSTEM NO.2 IL ►_R 1 "-OZ-SS-X OZONE PID-8 > O OZONE DESTRUCT SYSTEM NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER. > A COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN APPLICABLE SPECIFICATIONS, CONTROL DESCRIPTIONS AND FINAL CONSTRUCTION DOCUMENTATION. PROCESS AND INSTRUMENTATION DIAGRAM OZONE GENERATION THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW UNDER THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-3.DWG SHEET NO. PID-3 11 12 13 14 OZONE PRE -SELECTION PACKAGE w I 0 0 CONTINUED ON PID-4 DI DO Al AO 8"x6" D 8"x6" D TYPICAL of 2 n 3 1 1 1 0 0 1 0 0 1 0 0 ' I I I I I I I I I I I I I I I I I I I I I I I I MCC-X-X I * With VFD I I I I I 480V I I �I I TSH PSH PI PI I x "—CLR—STL—X x N I I m ma > 6"X8" m }-0'1 _-Ey CV—X BFV—X x I x > P_X m m CLOSED —LOOP COOLING WATER PUMP NO. 1 'T' MCC-X-X * With VFD I I I I 480V I I yl I TSH PSH PI PI I x "—CLR—STL—X x > � m 6"X8" m CV—X BFV—X BFV—X 'j P-X m CLOSED —LOOP COOLING WATER PUMP NO. 2 CHEMICAL POT [ .. Dc< FEEDER BV—X BV—X NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER. O A COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN APPLICABLE SPECIFICATIONS, CONTROL DESCRIPTIONS AND FINAL CONSTRUCTION DOCUMENTATION. Veolia Scope of Supply Rev000 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD REMARKS NO. DESIGNED BY - DRAWN BY - SHEET CHK'D BY - CROSS CHK'D BY: APPROVED BY - DATE: 0 3 0 p 0 2 0 p 1 0 1 1 0 0 0 p I I I I I I I 8"—CLR—STL—X I I I I I I I I I I I I I PI I I I TIT CTE I I 1 I TIT TE PI POTABLE WATER FROM PLANT GV—X PROTECTED WATER 8"—OLS—STL X CDNI A. KHAN X Smith X 801 Cherry Street, Unit 33, Suite 1820 X Fort Worth, TX 76102 Tel: (817) 332-8727 JULY 2024 3 MCP-OZ-X O 2 OZONE SYSTEM MASTER CONTROL PANEL 0 0 I i i I i I i i i I X I �m x I I I " m ,,�"—OLS—STL—X x A FIT m FIE x I m —X M 0 0 0 0 0 0 1 1 a am Mimi 3 2 0 0 i i I i i i 8"—CLS—STL—X an Op M E © E 0 m a a 8"—CLR—STL—X 0° j m I I I I I x I I I I I m I DI PI I I PI � PI I ?T�E TIT I I TIT TE ?TE<y'TIT (D 1 1 1 � I I I 1 (!)6 TITT T(: TIT I -8"—OLS—STL—X � PI PI PI x x N U) I I m 44T�� J J O O -I L-------!--------- 00°° _x _x _x �il> Tm m m 8"—OLR—STL—X POTABLE WATER > > FROM PLANT PROTECTED WATER CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION 8"—CLR—STL—X—STL—X I TK-X EXPANSION TANK y DRAIN FIT FE M FROM OZONE GENERATORS PID-3 PROCESS AND INSTRUMENTATION DIAGRAM COOLING WATER SYSTEM < CONTINUED 1 ON PID-6 TO OZONE GENERATORS PID-3 > TO PLANT DRAIN > THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW UNDER THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-5.DWG SHEET NO. PID-5 11 12 13 14 OZONE PRE -SELECTION PACKAGE TYPICAL of 4 /\ TYPICAL of 3 CONTINUED % DI 1 3 1 MCP—OZ—X 0 2 0 0 ON PID-3 OZONE SYSTEM DO 0 1 0 MASTER CONTROL PANEL 0 0 0 Al 0 0 0 1 1 1 AO 0 0 0 0 0 0 FAI I_\TiTARTi%lIII:i I I I I I I I I MCC-X-x 120VAC--- AIT 1 I * With Starter 46 I I I < I PSH PG 03 FIT PIT PSL PG 40 40 AE 120VAC --- 40 40 40 40 480V 46 < DI SS < I O x x M I > 1 > 10"—RW—DI—X °0 10%4" 4"—RW—SS—X ` m m 10"—RW—DI—X i-°'{ M O CV-X BFV-X BFV-X CV-X xj FE INJ —X BFV-X 40 INJECTOR NO. 1 P-X BASKET SIDESTREAM STRAINER PUMP N0. 1 x ,T, � I PSH PG m FIT PIT GV-X PSL PG 120VAC --- 40 40 40 40 40 40 �' < x DI SS I x O x M > > 1 > 10"-RW-DI-X °� 10"x4" 4"-RW-SS-X m o °° 10"-RW-DI-X M 0.1 Nn '{ O CV-X BFV-X BFV-X CV-X x FE BFV-X INJ—X P—X 40 INJECTOR NO. 2 SIDESTREAM \/ PUMP NO. 2 IA-1 ROM RAW WATER ETERING SYSTEM NOTES: O PROVIDED BY OZONE SYSTEM 0 01 120VAC--- LIERAIT 120VAC--- AIT O A COMPLETE LISTING OF 46 46 OPERATORS, LIGHTS, AND SIGNALS < < WILL BE PROVIDED IN APPLICABLE SPECIFICATIONS, CONTROL AE 03 AE 03 DESCRIPTIONS, AND FINAL CONSTRUCTION DOCUMENTATION. 46 46 PSL PG PSH PG 120VAC FIT PIT --- 40 40 40 40 40 40 'T' < x DI SS I x O I ` I 1 x M > I > I m < m 0 0 1 0 ILI I }-0'I BFV—X PIT 40 x I m I-0'I BFV-X }-0-1 BFV-X PIT 40 x I m I-0-1 BFV-X 1-0-1 BFV-X PIT 40 x I m TYPICAL of 4 1 0 C CONTINUED ON PID-5 0 0 1 1 1 0 — I I I I 0 FIT M 120VAC ---� (: 46 < 46 OZONE GAS �{ 3"-OZ-SS-X } A T }--C PID-3 > CV-X GLV-X FROM OZONE GAS HEADER 4"x6" a 4"x6" 4 4"x6" 6"-SVI-SS-X ! 'T' 120VAC--- FIT 1O M 46 3"-OZ-SS-X 46 ` AT CV-X -7LV-x e46 L - - 6"-SVI-SS-X 11111111110- R-X PIPELINE FLASH REACTOR NO. 1 s M 3"-OZ-SS-X 46 CV-X GLV-X 42"-OW-SS PID-6 > 0 OZONE CONTACTOR NO. 1 11 12 '1`' FIT O 120VAC-_- 46 \3 < AT }--C OZONE V PID - 3 FE FROM eHEADER OZONE GAS 46 > 10-RW-DI-X 10 x4 4-RW-SS-X M 10"-RW-DI-X 1�.{ I-0'�t D. I-O-{ I�.I ']n4 1-0-1 4 6"-SVI-SS-x w" O CV-X BFV-X BFV-X CV-X x BFV-X 'T' O BFV-X > INJ -X 120VAC--- 0 FIT 1 INJECTOR NO. 3 M 4E P—X 46 < BASKET SIDESTREAM 3"—OZ—SS—X 1 oT STRAINER PUMP N0. 3 x ,, 'T' } I i� "i-/ BFV-X CV-X GLV-X FE PSH PG m FIT PIT PIT GV-X PSL PG 40 40 120VAC --- 40 40 40 - 46 42"-OW-SS 40 40 'T' < PID-7 > MAI x DI SS I x x I ` I O I 0 OZONE x M ,> m ,> ,> < m m 4,>x6,> CONTACTOR N0. 2 > 1 0-RW-DI-X 10 x4 4-RW-SS-X 6"-SVI-SS-X R—X 4 Imo.{ }-0'�s I� I-0'{ }�J M I-0-1 4 o M 10"-RW-DI-X PIPELINE FLASH Nd �-�'{ O CV-X BFV-X BFV-X CV-X x FE BFV-X REACTOR NO. 2 INJ —X THIS DOCUMENT IS BFV—X CD40INJECTOR NO. 4 _ RELEASED FOR THE P—X I I PURPOSE OF REVIEW UNDER AW WATER SIDESTREAMTHE AUTHORITY OF PUMP N0. 4 /�\�/I\� SARAH ALBERS STEWART IA-1 LICENSE NO. 111102. � s OM RAW WATER �� MAY 2024 IT IS NOT TO BE USED FOR ETERING SYSTEM CONSTRUCTION, BIDDING OR PERMIT PURPOSES. Veolia Scope of Supply DESIGNED BY X CDrA PROJECT NO. 0515-294565 X CITY OF FORT WORTH, TEXAS FILE NAME: PID-4.DWG DRAWN H Smith Rev000 SHEET CHK'D BY- X PROCESS AND INSTRUMENTATION DIAGRAM SHEET N0. 1 7/26/24A. KHAND. BOND ADDENDUM NO. 1 CROSS CHK'D BY: X 801 Cherry Street, Unit 33, Suite 1820 EAGLE MOUNTAIN WATER TREATMENT PLANT OZONE SIDESTREAM INJECTION SYSTEM . APPROVED BY- X Fort Worth, TX 76102 PHASE I V EXPANSION PID-4 REV DATE DRWN CHKD REMARKS JULY 2024 Tel: (817) 332-8727 NO. DATE: OZONE PRE -SELECTION PACKAGE Y O 0 CONTINUED , 1 MCP—OZ—/� O A <CONTINUED ON PID-54 DI o o o 0 0 0 1 > ON PID-7 0 0 DO 1 0 0 1 0 0 0 OZONE SYSTEM 1 0 0 1 1 MASTER CONTROL PANEL 1 0 0 Al 0 0 0 AO 0 0 0 0 0 0 0 I I I I I I I I OZONE OFF -GAS 6"-OG-SS-X PID-8 I I I I I I I I I AVV-X AVV-X 0 OZ OFF -GAS I I I I DESTRUCT SYSTEM I I I PG PG X X I I I o 40 0 40 O Vxy4- BV-X x �j O V5`4 BV-X 1 /2"-OG-SS-X V) � ^/ 1 /2"-OG-SS-X 10"-OG-SS-X BV-X j 10"-OG-SS-X BV-X I I BFV-X BFV-X T T I I I I I I LIT S V-V-V- � - V- V- V LT 40 40 LE I I 40 PORTED BAFFLE WALL 12 OZONATED WATER OUTLET CHANNEL I I I (CHANNEL) ` SAMPLE POINT SAMPLE POINT I SAMPLE POINT I SAMPLE POINT I SAMPLE POINT 0 COAGULATED WATER OZONATED WATER S1 Now- S2 I S3 I S4 I S5 CHANNEL 42—OW—SS—X > PID-4 I�� low 0 0 I 0 I 0 I 0 FROM PIPELINE BFV-X s FLASH REACTOR U I N I 1 V) cn I U) I cn I V) I Q I Q I Q I U) U) I I I Q — BV-X a I I I X n x Jn x x x I x I x I x N TO RAPID MIX BASIN m m I m I m I m N 0C—X OZONE CONTACTOR NO. 1 40 40 40 40 x v1SH Cn )43 Q U) N i x x > I I m >m x x 1 1 U - U m m x v1SH )43 Q U) � cis chi P—X P—X RECYCLE PUMP NO. 1A RECYCLE PUMP NO. 1 B SAMPLE RECYCLE PUMP STATION 1 Veolia Scope of Supply Rev000 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD REMARKS NO. N � r r r 1 /2"—SA—SS—X r r x I Cn (n I Q N I � I I ES --- AIT 1 x 4 m AE 03 D� 46 BV-X 1 "-DR-SS-X 1/2"-SA-SS-X BV-X L _ DESIGNED BY- X CDM DRAWN BY- SHEET CHK'D BY- A. KHAN X Smith CROSS CHK'D BY: X APPROVED BY- X 801 Cherry Street, Unit 33, Suite 1820 Fort Worth, TX 76102 Tel: (817) 332-8727 DATE: JULY 2024 r r 1 /2"-SA-SS-X 1 /2"-SA-SS-X 1 /2"-SPL-SS-X r Do4 � BV-X BV-X x x I I Cn V) (n I I Q Q U) C/) I I I I > ES--- AIT 1 1 ES --- AIT 1 1 x m 46�A 4 A I AE 0 AE 0R[P m BV-X 46 46 BV-X 1 "-DR-SS-X 1 "-DR-SS-X D011 / Dal BV-X 1 /2"-SA-SS-X BV-X INSTRUMENT PANEL NO. � CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION SS DI 6"-PD-SS-X GV-X NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER. OA COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN THIS DOCUMENT IS APPLICABLE SPECIFICATIONS, CONTROL RELEASED FOR THE DESCRIPTIONS AND FINAL CONSTRUCTION PURPOSE OF REVIEW UNDER DOCUMENTATION. THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-6.DWG PROCESS AND INSTRUMENTATION DIAGRAM SHEET NO. OZONE CONTRACTOR NO. 1 PID-6 OZONE PRE -SELECTION PACKAGE DRAIN B/L > 0 PLANT DRAIN 13 14 Y 0 0 CONTINUED —< CONTINUED 00 4 1 DI 0 0 1 0 0 0 o MCP_0z_X O 1 ON PID-6 � ' ON PID-8 0 0 DO 1 0 0 1 0 0 0 OZONE SYSTEM 0 0 Al 0 1 0 0 1 1 1 MASTER CONTROL PANEL 0 0 AO 0 0 0 0 0 0 0 I I I I I I I I OZONE OFF -GAS 6"-OG-SS-X PID-8 > I I I I I I I I I I AVV-X AVV-X 0 OZ OFF -GAS I I I I I DESTRUCT SYSTEM I I I I I PG PG X X I I I I I o 40 0 40 O v� BV-X x �j O VV� BV-X 1 /2"-OG-SS-X V) V ^ 1 /2"-OG-SS-X 10"-OG-SS-X BV-X j 1 10"-OG-SS-X BV-X I I I BFV-X BFV-X T T I I I I (: I I I b4O s I I I v-v-v-�-v-v-v LT 40 LE 0- I I 40 PORTED BAFFLE WALL 12 OZONATED WATER OUTLET CHANNEL > SAMPLE POINT SAMPLE POINT I SAMPLE POINT I SAMPLE POINT I SAMPLE POINT 0 COAGULATED WATER OZONATED WATER S1 Now- S2 I S3 I S4 I S5 CHANNEL 42-OW-SS-X > PID-4 IVY low 0 I 0 I 0 I 0 FROM PIPELINE BFV-X s FLASH REACTOR Cnx I U I N I x V) cn I cn I cn I V) Q Q I Q I Q I I U) U) I I I Q — BV-X a I I I X n x x x x I x m I x I x N 0 RAPID MIX BASIN m m I I m I m N 0C—X � OZONE CONTACTOR NO. 2 40 40 40 40 x v1SH Cn )43 Q U) N ri x v1SH )43 Q U) � cis chi P—X P—X RECYCLE PUMP NO. 2A RECYCLE PUMP NO. 2B SAMPLE RECYCLE PUMP STATION 2 Veolia Scope of Supply Rev000 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD REMARKS NO. N � r r r 1 /2"—SA—SS—X r r x I Cn (n I Q N I � I I ES --- AIT 1) x > . 4 1 m AE O3 D� 46 BV-X 1 "-DR-SS-X 1/2"-SA-SS-X BV-X L _ DESIGNED BY- X CDM DRAWN BY- SHEET CHK'D BY- A. KHAN X Smith CROSS CHK'D BY: X APPROVED BY- X 801 Cherry Street, Unit 33, Suite 1820 Fort Worth, TX 76102 Tel: (817) 332-8727 DATE: JULY 2024 r r 1 /2"-SA-SS-X 1 /2"-SA-SS-X D04 �)Ol 1 /2"-SPL-SS-X r BV-X BV-X x x I I Cn V) (n I I Q Q U) C/) I I I I j ES --- AIT 1 1 ES --- AIT 1 1 x m 46 4 A I qE 03 qE OR Dal m BV-X 46 46 BV-X 1 "-DR-SS-X 1 "-DR-SS-X DIC1511 / Dal BV-X 1 /2"-SA-SS-X BV-X INSTRUMENT PANEL NO. � CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION SS DI 6"-PD-SS-X GV-X NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER. OA COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN THIS DOCUMENT IS APPLICABLE SPECIFICATIONS, CONTROL RELEASED FOR THE DESCRIPTIONS AND FINAL CONSTRUCTION PURPOSE OF REVIEW UNDER DOCUMENTATION. THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-7.DWG PROCESS AND INSTRUMENTATION DIAGRAM SHEET NO. OZONE CONTRACTOR NO. 2 PID-7 OZONE PRE -SELECTION PACKAGE DRAIN B/L > 0 PLANT DRAIN 13 14 w an T 0 1 DI DO CONTINUED ON PID-7 Al AO 6"-OG-SS-X OZONE OFF -GAS > PID-6 FROM OZONE CONTACTOR NO. 1 6"-OG-SS-X OZONE OFF -GAS > PID-7 FROM OZONE CONTACTOR NO. 2 0 0 1 0 I I I I 1 0 2 0 0 0 0 1 1 0 0 0 I I I I I I L_ 1 I I I I I I I I BV-X It �1 "-OG-STL BV-X R x I U) V) BV-X o It �1 "-OG-STL BV-X MCP-OZ-X O OZONE SYSTEM MASTER CONTROL PANEL IN CP-ODU-X O _I I DESTRUCT CONTROL PANEL i I I I VENT TO I I I I I I I ATMOSPHERE ODU SKID NO. 1 1 I I I I I I I � x I I I I I I I I I I I I O I 1 I I I I I AIT A HS H ASH i I I I I I 0 _ I I I I (nT1120VAC --� < 03AIT � I ITIT TIT /PDSH TIT I6 I AE 46 M6 I I < 46 46 46 1 46 i AE 03 > > VACUUM (546 > x F > RUPTURE DISC x x > TSH > x 6 1 1 m m x 1 -X I x TE TE TSH m m TE 46 m M >I 46 46 46 46 M 4"-OG-SS-X i�Hs 6"x4" I� 46 m 1� CV-X BFV-X PH-X CD-X � l 1 � I 4"-OG-SS-X 4"-OG-SS-X , BFV-X BFV-X A PREHEATER N0. 1 4"-OG-SS-X CATALYTIC DESTRUCT N0. 1 i I I I BLR-X , m BLOWER NO. 1 , M I S S 46> B/L I AMBIENT AIR BV-X SV-X SV-X L----------------- ---------- - - - - -- ----------------------------------------------------------------------------- r-------------------------------------------------------------------------------------------------------- VENT TO CP-ODU-X ATMOSPHERE DESTRUCT CONTROL PANEL I AIT A HS H ASH I _ 1 I 1 I 1 1 PDIT I 120VAC --� < 46 I i AIT 0 U SKID NO. 2 �� 1 03 TIT TIT /PDSH TIT 1 46 I AE 46 O M6 1 I 1 --� 46 i < 46 46 I 46 AE 03 i 1 > VACUUM < x 1 I RUPTURE DISC (546 I Ix6x x < m TSH m x T TE TE TSH m m TE 46 m i -X x � I M > 46 46 46 46 M 6"x4" I 4 m4-OG-SS-X 4"-OG-STL PH-X � CD-X 4"-OG-SS-X CV-X BFV-X � BFV-X BFV IX • A PREHEATER NO. 2 4"-OG-SS-X CATALYTIC DESTRUCT NO. 2 x BLR-X > $ m BLOWER N0. 2 M 46 S S � i >B/L � 3"-PA-SS-X >i x i m AMBIENT AIR BV-X SV-X SV-X i i — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — J VENT TO VENT TO I ATMOSPHERE ATMOSPHERE NOTES: --- URGE -TO -DESTRUCT SKID ------____ __________ _____________ w O PROVIDED BY OZONE SYSTEM SUPPLIER. JUNCTION BOX r - 7- - /P� AIT A HS H ASH O AND OSIGNALS LISTING BEOPROVIDEDOINS, LIGHTS O 120VAC --- TIT x APPLICABLE SPECIFICATIONS, CONTROL 46 46 46 c� DESCRIPTIONS AND FINAL CONSTRUCTION 120VAC < I DOCUMENTATION. PG x I m > PID-3 FROM OZONE GENERATORS L Veolia Scope of Supply Rev000 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD REMARKS NO. m DESIGNED BY - DRAWN BY - SHEET CHK'D BY - CROSS CHK'D BY: APPROVED BY - DATE: 1 "-OG-SS-X J. LEE J. LEE X X X JULY 2024 (n46 IAE x x < m m TE 46 46 CV-X BV-X x m CD-X Imo. ► CATALYTIC DESTRUCT NO. 3 CDm Smith 801 Cherry Street, Unit 33, Suite 1820 Fort Worth, TX 76102 Tel: (817) 332-8727 1 "-OG-SS-X CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION CD 0 ^I PROCESS AND INSTRUMENTATION DIAGRAM OZONE DESTRUCT SYSTEM THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW UNDER THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-8 SHEET NO. 11 12 13 14 OZONE PRE -SELECTION PACKAGE 6x 01X6"THRU A If v 94/16" ff A w �L 10 a lI H 04 �1 cl) M II , = 121"SKID v- 23Y„ F 1 74Y6' 86Y" MOUNTING HOLES 100Y6" SECTION A -A _ 5 „ SCALE 1 : 36 — 112Y6 EH I — ----------------------------------- 96" o A LEFT SIDE VIEW A 0 0 72" MIN. REQUIRED © CLEARANCE FOR MAINTENANCE © TYP. BOTH ENDS � 0 _ FD I © © D 0 121" FRONT VIEW D AS BUILT DE JArg 12/17/2010 SCALE: 3/8"=1'-0" C CHANGED DRAWING NUMBER TO AVOID DUPLICATION JArg LM 10/21/2010 DRAWN: 3/4/2010 JArg B AS PER ENGINEER'S COMMENTS JArg OL 6/18/2010 CHECKED: - -- REV. DESCRIPTION DRAWN APPD. DATE APPROVED: . SAME ELEVATION STOMER CONNECTIONS A q 0 _'o L 00 0 © 1 Mc' c) _'o L Ln CONNECTION SCHEDULE MARK DESCRIPTION SIZE A OXYGEN IN 2" 150# RFSO B WATER OUT 3" 150# RFSO C WATER IN 3" 150# RFSO D OZONE OUT 2" 150# RFSO E PSU WATER OUT 1 1/2" 150# RFSO F PSU WATER IN 1 1/2" 150# RFSO G PSU DRAIN 1 1/4" P.E. H DRAIN 2" P.E. J OZONE OUT BYPASS 1 1/2" 150# RFSO GENERAL PIPE NOTES: 1. HOLD DIMENSIONS WITHIN +/- 1/8" TOLERANCE. 2. 1/8" THK. GASKETS FOR OZONE AND OXYGEN LINE TO BE TEFLON. 3. NEOPRENE RUBBER 1/8" THK GASKETS FOR ALL WATER PIPE LINE. 4. PIPING LESS THAN 1-1 /2" TO BE SCH. 40 ALL OTHER PIPING TO BE SCH. 10. 5. ALL GAS PIPING TO BE 316L S.S. 6. ALL GAS PIPING TO BE CLEANED FOR OXYGEN PER CGA G-4.1. 7. ALL WATER PIPING TO BE 304L S.S. AND BRASS THREADED FOR PSU WATER CONNECTIONS. 8. ALL FLANGES TO BE 150# RATED. 9. ALL FASTENERS TO BE 304 S.S. 10. APPLY LUBRICATION/PASTE DUPONT KRYTOX GPL-206 ON ALL THREADED PIPE. 11. PIPING TO BE FREE OF ALL GREASE AND CUTTING OIL. 12. ALL THREADED PIPING TO BE SCH. 40 AT MINIMUM. 104Y" O.A. PRELIMINARY TITLE: SP-73 OZONE GENERATION SYSTEM SKID MOUNTED LAYOUT ❑ ❑ 0 0 H H 109Y6' WITH REMOVABLE LIFTING LUGS RIGHT SIDE VIEW OZONIA NORTH AMERICA SHT.: 50NIA600 WILLOW TREE ROAD 2 OF 2 LEONIA, NEW JERSEY 07605 SIZE: DWG. NO.: REV.: B 14104-02-0103 D THIS PAGE IS INTENTIONALLY LEFT BLANK D1 AR 1'-516 ,y 6> Nl 11 ,coM -4'-7"OVERALL WIDTH ASB = 65 9/16' 8' D1 SV HV-207 �.21 7, 41-71C.O.M. n o SUEZ TERMINATION POINT LIST - TAG. No. TP No. SIZE FLANGE DESCRIPTION N1 1/2' 150# N2 OUTLET D1 1/2, MNPT DRAIN AR 1' - AIR RELEASE I O U AR ww U 2'-7' OMPRESSOR CLEARANCE FLEX HV-204 FLEX �HV-202 III I —I I I'I� 0 o w w U q Z r I U N� 6'-8' EYED BOLT nVERALL LENGTH L,: I U I A BILL OF MATERIAL - QTY (1) ASSEMBLY ITEM NO. QTY. DESCRIPTION MATERIAL 1 1 SKID A36 2 2 COPCO COMPRESSOR - 3 1 VERTICAL AIR RECEIVER CARBON STEEL 4 1 AFTERCOOLER - 5 1 COMPRESSOR SPOOL 316L SS 6 1 AFTER COOLER OUTLET 316L SS 7 1 CONTROL PANEL CARBON STEEL 8 1 PRE -FILTER SPOOL 316L SS 9 1 POST -FILTER & OUTLET SPOOL 316L SS 10 1 PI-41.211 SPOOL 316L SS 11 1 PRESSURE INSTRUMENTATION SPOOL 316L SS 12 10 U-BOLT 304SS 13 2 U-BOLT 304SS 14 3 SPLIT RING HANGERS 15 2 SPLIT RING HANGERS 16 1 SPLIT RING HANGERS 17 1 U-BOLT 304SS 18 2 AIR DRYER - 19 1 DRAIN SPOOL 316L SS 20 4 DIFFERENTAL PRESSURE INDICATOR 316L SS 21 1 CERMET II WITH ENCLOSURE - GENERAL NOTES 1. ALL DIMENSIONS ARE IN INCHES UNLESS OTHERWISE SPECIFIED, ALL DIMENSONS SHOWN HAVE A TOLERANCE OF ±1/4'. 2ALL ITEMS ON BILL OF MATERIAL TO BE VERIFIED DURING FABR CATION PER ENGINEERING DATA SHEETS, 3ALL WELDED PIPING LESS THAN 2' TO BE SCH40 ALL OTHER WELDED PIPING TO BE SCH. 10. ALL THREADED PIPING TO BE SCH40 AT MINIMUM. 4ALL GAS PIPING TO BE 316L S.S. 5ALL FLANGES TO BE 150# RATED, 6ALL FASTENERS TO BE 304 S.S.. 8SKID WEIGHT IS APPRUX12,5001 LBS. 9, FOR DIRECTIONS ON LIFTING METHOD OF ASSEMBLY, SEE OZONIA DRAWING N TBD. 10C.O.M. = CENTER OF MASS 11ASB = AS BUILTIN o n J o PRELIMINARYo ) s CUSTOMER INFORMATION I Ip2 NITROGEN BOOST SYSTEM �1 G J V�i I I GENERAL ARRANGEMENT SCALE SHEET SIZE NTs� 15F1 D OZONE GENERATION SYSTEM IREF.I 31417163 III CONTRACT NUMBER ISSUER DISCIPLINE PRODUCT PHASE DOC, TYPE CHRONO REVISION REV REVISION DESCRIPTION DWN CHKD APPR DATE I I (PROI46iETARY AND CONFIDENTIAL THIS DRAWING AND ALL INFORMATION AND KNOWLEDGE CONTAINED OR REFERRED HEREIN ARE 4: CONFENTIAL AND PG IPRIETARY PROPERTY OF SUEZ AND AS SUCH ARE 0 0 0 3 3 S N A INSTRJMENTS OF SERVICE FOR USE SOLELY WITH RESPECT TO THIS PROJECT. THESE INSTRUMENTS OF SERVICE SHALL NOT BE R:PRODUC-D, TRANSMITTED, DISCLOSED OR USED OTHERWISE, IN WHOLE OR IN PART, WITH PRIOR WRITTEN AGREEMENT BY SUEZ AND MUST BE IMMEDIATELY RETURNED OR DESTROYED UPON REQUEST. MI 2 4 3 10 0 6 EA 0 01 .. LAST SAVED: Monday, Nove'ber 19, 201 11:55:54 AM THIS PAGE IS INTENTIONALLY LEFT BLANK 8 I 7 I 6 I 5 ♦ 4 GROUNDING LUG 0 .63 BV-6102 7-FOR 1/2' DIA BOLT (6PL) `BV-6103 T-BV-6104 , 1 D I I k:— o o I BV-6108� ° m n o o m BV-6106 8 e g GROUNDING LUG 16 .63 o � (2PL) 4.00 ^ / ^iN (2PL) 40.00 / 5.75 TE-6101 (2PL) 1 J }'•�/ 76.00 BV-6109 C (2PL) 20.00 80.00 43.88 1 FRAME TOP VIEW 59.38 ANCHOR BOLT LOCATIONS SHIP LOOSE TO BE INSTALLED AND SUPPORTED BY CONTRACTOR I � BV-6107 I I TI-610 B I I TE-6103—,, n1d-hfn "< I ►� `J TE6105i 0 BV-6101 "o A C 34.25 1 80.00 I 80,00 I TOLERANCES UNLESS NOTED CUSTOMER INFORMATION DECIMALS ANGLES x as .xx +/-0.5 FRAC s u e 2 A INITIAL RELEASE 133892 TG VC NL 21 A 19 xxx N/A REV DESCRIPTION C ECO OVN APPR EZ A DATE PR�`ETARY AND LQiQENNAL� THIS SOLELY AND ALL ]PELT TO AND KNOWLEDGE THEE INSTRUMENTS DR REFERRED HEREIN ARE HE CONFIDENTIALREPRODUCED, AND PROPRE►R7 PRISED O U SUEZ AND KS SUCH ARE NSTRUNENTS 6 SERVICE FOR USE SOLELY WITH RESPECT iO THIS PROJECT. THESE INSTRUMENTS OF SERVILE SHALL ILA BE REPRODUCED, TRANSMITTED, DISCLOSED dt USED OTHERWISE M YTLLE DR li \�T✓J PART VITHOJT PRDR WRITTEN AGREEMENT BY SIEZ AND MUST BE IMMEDIATELY RETURNED OR DESTROYED UPON REQUEST 8 7 6 5 4 I 3 I 2 I 1 CONNECTION TABLE ITEM DESCRIPTION TYPE SIZE An SERVICE INLET 150# RF FILL 6.00 (B� SERVICE OUTLET I50# RF FLG 4.00 lI DRAIN FNPT 0.75 (\JC D-) AIR INLET - 2.00 NOTES. I. SHIPPING WEIGHT - 24001b/I1100 kggI 2. OPERATING WEIGHT - 2800 Ib/11300 kg] PIPING BASIC ELECTRICAL PANED 3. 4. ALL & EQUIPMENT SHOWN SHALL BE FULLY SUPPORTED BY SUEZ PRODUCTION, ALL INTERCONNECTING PIPING SHALL BE FULLY & INDEPENDENTLY SUPPORTED BY OTHERS. 5. GASKET MATERIAL- 1/8 GARLOK D 6. FASTENER MATERIAL - ALL HARDWARE IS SS304 GRADE B HEAVY HEX BOLTS/SA563 GRADE A HEAVY HEX NUTS 7. ALL DIMENSIONS IN INCHES. a PIPING & INSTRUMENTATION DIAGRAM, 1318679(SHEET 1OF 1). O OPTIONAL ITEM. EQUIPMENT & PLUMBING TABLE ITEM QTY. SAP DESCRIPTION U/M 1 1 3169465 SPOOL-BLOWER,316,SUCTION,6.0,VDD EA w w 2 2 3169474 VESSEL,CATALYST,316,19.0,200 SCFM,VOD 3 1 3169489 PLMB-DRAIN,316,S.6X3.0XO.75,VO➢ EA EA N w / 4 1 3169524 SPOOL-INLET,316,BASIC,6.OX2.0,VOD 5 1 3169550 SPOOL,SILENCER,316,4.0,VDD EA EA — LOCAL CONTROLPANEL BASIC POWER PANEL J 6 1 316%38 MUFFLER,AIR,316,4.0,SSA,CINCINNATI EA 7 1 3165 HEATER .O,FLG,V,480/3/60 EA — — — 8 I 3170164 SUPPORT-FRAME,CS,PDIT,VOD EA 9 1 3170759 BLOWER-AIR,CINCINNATI,2HP,HP-4A17 EA 10 1 3170888 FRAME-BASE,CS,80.0X80.0X6.O,VOD EA 13 1 3072453 BOLT-U,316X6.00,0.50ROD,LWT EA C POWER PANEL WITH VFD 9O CONTROL PANEL 9O '/—HDPE PLATE 76.5OX48.OXO.50 B UU o B � HDPE PLATE 74.5OX21.OXO.50 5A 60.00 OVERALL 7 ASSY,VOD SYSTEM,AIR, DRAWING NUMBER REVISION 200004OD-PG-01 A 230 SUM REF, M DOC. OWNER - PROJECT NO. PART/ ATERIAL NO, SCALE I SIZE I SHEET 3169444 I ld6 I D 1 1 OF 1 I I I LAST SAVE) Mgusk 21, 2019 1IM2 THIS PAGE IS INTENTIONALLY LEFT BLANK C A 1 I 2 3 I 4 I 5 I 6 I 7 I 8 GENERAL NOTES: 1. ALL DIMENSIONS ARE IN INCHES UNLESS OTHERWISE SPECIFIED. ALL DIMENSIONS SHOWN HAVE A TOLERANCE OF ±1 /4". 2. ALL ITEMS ON BILL OF MATERIAL TO BE VERIFIED DURING FABRICATION PER ENGINEERING DATA SHEETS. = 41„ = 3. GASKETS FOR OZONE AND OXYGEN LINE TO BE 1 /8" THK. GARLOCK GYLON FIG. 3504. ALL GASKETS TO BE CLEANED FOR 02 SERVICE = 22"' BY OZONIA. 14/," 4. ALL WELDED PIPING EQUAL OR LESS THAN 2" TO BE SCH. 40 ALL OTHER WELDED PIPING TO BE SCH. 10. I 0 0 l o o — P — 5. ALL THREADED PIPING TO BE SCH. 40 AT MINIMUM. ALL GAS PIPING TO BE 316L. 0 o o o o o 6. ALL GAS PIPING TO BE CLEANED FOR OXYGEN PER CGA G-4.1. o — ® 7. ALL FLANGES TO BE 150# RATED. 0 0 8. ALL FASTENERS TO BE 304 S.S. o 00 0 9. ALL STRUCTURAL STEEL MATERIALS TO BE CARBON STEEL. 0 0 0 0 BASE FRAME AND ALL SUPPORTS TO BE PAINTED PER ONA P o a 10 STANDARD. BIRCH WHITE -SHERWIN WILLIAMS #F63 BXM 9962 (a) PRIMER COAT (b) TOP COAT TEXTURE COAT _ OR EQUIVALENT TEXTURED POWDER COAT. O 1 10. SKID WEIGHT IS APPROX. 850 LBS. CONTROL BOX (T.B.D.) I® 14_t7l-�_ m LEFT SIDE VIEW THIS DRAWING AND ALL INFORMATION AND REV REVISION DESCRIPTION KNOWLEDGE CONTAINED OR REFERRED HEREIN ARE THE CONFIDENTIAL AND PROPRIETARY PROPERTY OF OZONIA NORTH AMERICA ("ONA") AND AS SUCH ARE - ORIGINAL ISSUE INSTRUMENTS OF SERVICE FOR USE SOLELY WITH RESPECT TO THIS PROJECT. THESE INSTRUMENTS OF A REVISED FOR FABRICATION SERVICE SHALL NOT BE REPRODUCED, TRANSMITTED, DISCLOSED OR USED OTHERWISE, IN WHOLE OR IN PART, WITHOUT PRIOR WRITTEN AGREEMENT BY ONA AND MUST BE IMMEDIATELY RETURNED OR DESTROYED UPON REQUEST. THIRD ANGLE PROJECTION I�p E PLAN VIEW FRONT VIEW DRAWN APP DATE PROJECT INFORMATION AAJ LM O1/12/16 AAJ LM 01/13/16 CONTRACT# 31514150 PROJECT MANAGER MECH. ENGINEER WILLIAM ASTBURY LEONID MARKMAN RIGHT SIDE VIEW • • . BY DATE DRAWN AAJ 01/12/16 CHECKED LM 01/12/16 ot APR LM 0 /12/16 m PO# OZONIA NORTH AMERICA, U.C. ELEC. ENGINEER 600 WILLOW TREE ROAD ��+� SHT: 2 OF 2 SIZE LEONIA, NEW JERSEY 07605 R 3 IMALOG (201) 676-2525 SCALE 1 :1 6 v o PRELIMINARY PURGE TO DESTRUCT UNIT GENERAL ASSEMBLY 14150-06-0000 L a`o o" v eM 0 / UM a10 'E� N O U� o:2 / T O C O .. E° LLJ 3)> z (D V) THIS PAGE IS INTENTIONALLY LEFT BLANK `T� F1-F4 AND 131-134 4" ANSI CLASS 150 DCD 2,5 MM CLADDED rl rn � vlly � A � Lri Y u O Ln \4j O F1 F2 O I I C: I � N I ' Ln I L— CO I '-' O O N I I F4 I F3 o I O I N pp O u Ln 1 O t O 225 [8.86 in] 480 [18.9 in] 50 [1.97 in] L=600 m m A 00 N O '", r r .ib,l L1.5 ini on i i IN 50,8 [2 in] L L+100 [3.93in] 20 [0.79 in] L+60 [2.36in] Ln ,� u O 18 [0.71 in] 50 [1.97 in] 20 [0.79 in] 225 [8.86 in] rl Lr) u I — L O B2 B1 O, I I O I 01 � I N � I u I '-' O I al I c O B3 I 134 O' � I } u O !_ O 480 [18.9 in]W. Ln M 00 ,--I N ,--1 N A 018 [0.71 in] Designed by Date Approved by Date Rev. no. Revision Text LGK 25-04-2022 25-04-2022 00 Description: S64 IG 150 PSI 4 INCH DIM DRAW LENGTH 600 MM PI ATE HEAT EXCHANGERS Rev. date Rev. by I Drawing no. Sheet 641G15OPS14INCHL400-1000 11 /1 THIS PAGE IS INTENTIONALLY LEFT BLANK I 904" IN29 1 i OPERATOR INTERFACE TERMINAL 0ES 59" 36" r r If 72" 1. 0 0 0 FRONT VIEW I. ---K 24" a c THIS DRAWING AND ALL INFORMATION AND KNOWLEDGE CONTAINED OR REFERRED IIEgFIN ARE THE CONFIDENML AND PROPRIETARY PROPERTY OF YEOIN AND AS SUCH ARE RISIRINIENIS DE FOR OT SOLELY WITH RESPECT TD T i6 PRO ECF. ,I ESE NSIRUMENTS aF Q 12 4 010 - EAGLE MOUNTAIN WT P - PHASE IV EXPANSION SETMCE SMALL NOT BE REPRODUCED. 7RANSYIfIED, 06fYD5ED OR USED OMFRW79E, k1 WHOLE OR IN PART WTTVOW PRIOR WRIfIQI AGREFl1ENT B! YEOIN AND MUSE BE WED4NELY RENIRNED OR DEKIROIID WON REQUEST. FAN NOTES P_FNr,_ RIGHT SIDE VIEW REV DATE DRAWN PREPARED BY BY PLOT COLORS IN BLACK EXCEPT 253 MASTER OZONE CONTROL PANEL PO4_RO8/AUTOCAD 16.0 LAYOUT DRAWING SCALE: lin.=lft. PLOT: 1=12 EXTERNAL LAYOUT IMALOG PROJECT No: Q124010 DWG No: PAGE REV QVEOLIA Q124010-ME-011 1 - N A O 0 U) 0 In 0 O O 0 0 0 X X 0 0 c� N A O_ 0 0 T O O 0 X CD G 0 0 m n BMEXBP1200 BMEXBP1200 BMEXBP0400 BMEXBP0400 oN 12-slot Chassis 12-slot Chassis 4-slot Chassis 4-slot Chassis N A O V BMXCPS3500 o BMXCPS3500 o BMXCPS3500 o BMXCPS3500 Power Supply Power Supply Power Supply Power Supply BMECRA31210 BMECRA31210 10 Drop Adapter 10 Drop Adapter BMEH584040 — BMEH584040 — M580 CPU M580 CPU BMXAM10810 N BMXDA11604 N N N Analog Input Module (8) Digital Input Module (16) BMXAM10810 BMXDA11604 BMEN000321 BMEN000321 W W W W Analog Input Module (8) Digital Input Module (16) Ethernet Module Ethernet Module BMXAM10810 BMXDA11604 A A A A Analog Input Module (8) Digital Input Module (16) Empty Slot Empty Slot BMXAM10810 BMXDA11604 N N Analog Input Module (8) Digital Input Module (16) BMXAM10810 BMXDA11604 Analog Input Module (8) Digital Input Module (16) BMXAM10810 V V V V Analog Input Module (8) Empty Slot BMXAM10810 BMXDA01605 Analog Input Module (8) Digital Output Module (16) BMXAM10810 BMXDA01605 Analog Input Module (8) Digital Output Module (16) Empty Slot Empty Slot o 0 0 ;0 0 7- BMXAM00802 o Empty Slot Analog Output Module (8) cQ O BMXAM00802 3 Empty Slot Analog Output Module (8) ^' i THIS PAGE IS INTENTIONALLY LEFT BLANK NOTES 24" _ 2 THIS OAWING AND ALL INFORMATION AND KNOWLEDGE CONTAINED OR REFERRED HEREIN ARE THE CONFIDENTIAL AND PROPRIETARY PROPERTY OF VEDLA AND AS SUCH ARE INSTRUMENTS OF SERVICE FOR USE SOLELY WITH RESPECT TO THIS PROJECT. THESE INSTRUMENTS OF SERVICE SNML NOT BE REPRODUCED, TRANSMITTED, DISCLOSED OR USED OTHERWISE, IN WHOLE OR IN PART WITHOUT PRIOR WRITTEN AGREEMENT BY VEDLA AND MUST BE IMMEDIATELY RETURNED OR DESTROYED UPON REQUEST. 36" (0�I AC1 72" r Q124010 - EAGLE MOUNTAIN WTP - PHASE IV EXPANSION � 24" a P_FNr,_ REV DATE DRAWN PREPARED BY BY PLOT COLORS IN BLACK EXCEPT 253 LOX REMOTE 1/0 PANEL (LOX—RIO) PO4—RO8/AUTOCAD 16.0 LAYOUT DRAWING SCALE: tin.=lft. PLOT: 1=12 EXTERNAL DETAILS IMALOG PROJECT No: Q124010 DWG No: PAGE REV OVEOLIA Q124010-TE-018 1 - N A O 0 U) 0 0 O O 0 0 0 X X p O c� p N A O_ 0 cn 0 T O O 0 X CD G O 0 O m n BMEXBP1200 12-slot Chassis oN N A O O — O O BMXCPS350OX Power Supply BMECRA31210 10 Drop Adapter BMXDA11604 N Digital Input Module (16) BMXDA11604 W Digital Input Module (16) Empty Slot A BMXDA01605 Digital Output Module (16) Empty Slot rn BMXAM10810 J Analog Input Module (8) BMXAM10810 Analog Input Module (8) BMXAM10810 Analog Input Module (8) Empty Slot ;0 — m 0 7- BMXAM00802 o Analog Output Module (8) cQ * O 3 Empty Slot THIS PAGE IS INTENTIONALLY LEFT BLANK = 30.00 (OVERALL) 9.31 SUCTION PORT I I INLET - MA19W:816 M19RNs 1101L FLOW SIDE VIEW OUTLET 09.00 _ (OVERALL) END VIEW 7.00 \ 11.50 (OVERALL) /I MAllEI INJECTOR CO., LLC �' ►�,► 500 ROOSTER DRIVE BAKERSFIELD, CA 93307 PHONE:(661) 363-6500 FAX:(661)363-7500 ITLE: Lal WWW.MAllEI.NET AQQRpVE M��� P�- INJECTOR; SSF04093AAAAO PSE� FpR SIZE: JOB NO.DRAWING NUMBER: REV: B N/A SF04093AAAAO-SUB B SCALE:1;C (WEIGHT: 73 LBSI SHEET. 2 OF 2 NOTES: 1. MATERIAL OF CONSTRUCTION: TYPE 316L, STAINLESS STEEL 2. MTR/HEAT NUMBERS ARE PROVIDED AND SHALL MEET APPLICABLE MATERIAL SPECIFICATIONS. 3. FLANGE BOLT HOLES TO STRADDLE COMMON CENTERLINES, UNLESS OTHERWISE NOTED. 4. PIPELINE CONNECTION: 42" NOMINAL DIA., AW WA C228, CLASS SD, RING FLANGE 5. SIDESTREAM CONNECTION: 6" NOMINAL DIA., ANSI B16.5, CLASS 150, SCHED. 40, RAISED FACE - WELD NECK FLANGE. 6. WELDING JOINTS TO BE COMPLETE JOINT PENETRATION, WHERE POSSIBLE. 7. ALL WELDS MUST FOLLOW APPROVED WPS IN ACCORDANCE WITH ASME SECTION IX. 8. HYDROTESTING MAY BE PERFORMED IN ACCORDANCE WITH MAllEI SOP NO. 6090. 9. DYE PENETRANT TESTING MAY BE PERFORMED IN ACCORDANCE WITH MAllEI SOP 6095. 10. CLEAN & PICKLE FOR PASSIVATION PER ASTM A380 GUIDELINES. 11. PASSIVATED PER ASTM A967 SPECIFICATION. 12. FINISH: EXTERIOR BEAD BLASTED. 13. WELD MAP, NON DESTRUCTIVE TESTING (NDT), CLEANING AND INSPECTION REPORTS TO BE PROVIDED BY MAllEI. 14. MAllEI EQUIPMENT CAN BE USED FOR A VARIETY OF GAS AND LIQUID WATER AND WASTEWATER SYSTEMS. FOR INFORMATION ON TECHNICAL BULLETINS OR TROUBLESHOOTING GUIDANCE, PLEASE GO TO WWW.MAllEI.NET/SUPPORT. AL ONLY EL�M�NAR pR SUBMITTAL NOTICE CONFIDENTIALITY NOTICE ANY RECOMMENDATIONS FOR PRODUCT AND/OR SYSTEM DESIGN, THE INFORMATION CONTAINED IN THIS WHETHER CONTAINED IN A DOCUMENT, WITHIN THIS DRAWING, DRAWING IS THE SOLE PROPERTY OF COMMUNICATED BY ELECTRONIC MEANS OR GIVEN VERBALLY, ARE MAllEI INJECTOR COMPANY LLC. ANY INTENDED SOLELY AS GUIDELINES TO ACTUAL SYSTEM DESIGN. SAID REPRODUCTION IN PART OR AS A WHOLE RECOMMENDATIONS ARE BASED UPON INFORMATION SUPPLIED BY WITHOUT THE WRITTEN PERMISSION OF OTHERS, THE ACCURACY OF WHICH IS BEYOND VERIFICATION BY MAllEI IS STRICTLY PROHIBITED. MAllEI INJECTOR CO. LLC. THEREFORE MAllEI CANNOT AND DOES NOT WARRANT THE SUITABILITY OF ITS PRODUCTS FOR A PARTICULAR SERVICE NOR THE PERFORMANCE OF ANY SYSTEM CONTAINING DRAWING MAY NOT BE PRINTED FULL SIZE COMPONENTS MADE OR SOLD BY MAllEI. DO NOT SCALE REVISIONS REV. DESCRIPTION BY DATE APPROVED A ISSUED FOR SUBMITTAL I 8/2/2024 F. FLORES SUBMITTAL DRAWING UNLESS OTHERWISE SPECIFIED APPROVALS DIM ARE IN INCHES DRAWN: TOL ON ANGLE ± .50' J. FLORES PL ± 1/16" CHECKED: INTERPRET DIM AND TOIL PER M. MORALES ASMEY14.5M-1994 THIRD ANGLE PROJECTION �A. PPROVED: F FI nRFS (CUSTOMER f - ICUSTOMER: (ISOMETRIC VIEW) (FOR REFERENCE ONLY) DATE M MAZZEI INJECTOR CO., LLC �,V" 500 ROOSTER DRIVE BAKERSFIELD, CA 93307 7/25/2024 PHONE: (661) 363-6500 FAX: (661) 363-7500 7/30/2024 D W W W.MAllEI.NET CR PTION. PIPELINE FLASH REACTOR 8/2/2024 PFR4206062AOOA SIZE: JOB NO.: DRAWING NUMBER: REV: B 24-Pgt 4-PO16-PFR4?06062AOOA-SUB A ISCAL NONE erGHT: 1971.3 LES HEET: 1 OF 2 O OUTLET o :I J. �L (TOP VIEW) 2X LIFTING LUG INLET �2X 6" SIDESTREAM CONNECTION EQUIPMENT ID. - I-LUVV (FRONT VIEW) 65$" (O AL) � -644" (OAL) (R.S. VIEW) "0- ONLY Y SuBM� EL�M�NPR pR M MAZZEI INJECTOR CO., LLC n 500 ROOSTER DRIVE BAKERSFIELD, CA 93307 PHONE: (661) 363-6500 FAX: (661) 363-7500 W W W.MAllEI.NET D S`C. IIPTION'. I• i PIPELINE FLASH REACTOR H PFR4206062AOOA SIZE: JOB NO.: DRAWING NUMBER: REV: B 24-P�J,(j 4-P016-PFRj?pg62AMA-SUB A SCAL NONEIWerGHT' 1971.3 LBS FI 20F 21 0 OZONE GENERATING SYSTEM - Base Design I2:Z911111=111111aZI_\Ji1:6 Number Units Model Number Ozone Generator Design Capacity Feed Gas Source Feed Gas Flow Rate (design) Feed Gas Inlet Temperature Feed Gas Dewpoint Feed Gas Quality Type of Cooling Open -loop Cooling Water Temp. Closed -loop Cooling Water Temp Eagle Mtn WTP - Phase IV Fort Worth, TX Two (2) SP-73 w/PSU 550 Ibs/day @ 10% 03 675 Ibs/day @ 8% 03 Gaseous Oxygen (GOX) 46.1 scfm @ 550 Ibs/day @ 10% 03 —86OF -76 OF (-60 OC) or lower Oxygen -- 98% Nitrogen — 2% Closed -loop CW System 90 OF Generator Inlet: 93 IF Connection Sizes: Oxygen In — 2" RF 316L S.S. (Gen. Skid) Ozone Out — 2" RF 316L S.S. Water In/Out -- 2-1/2" or 3" RF 304L S.S. Design Pressure Rating Operating Pressure (gas) Cooling Water Flow Rate to 03 Generator Cooling Water Delta T across vessel Minimum CW pressure to skid Dimensions w/PSU (L x W x H) Skid Weight Oxygen Side 50 psig Water Side 50 psig 22 psig (inlet pressure) — 78 gpm @ including PSU CW requirement <_ 8 OF — 20 psi 10'1" x 8'0" x 8'0" 12,600 Ibs DATE: 07/10/23 TITLE: SHT: Ozone Generator Specifications 1 of 2 APPROVED: 1DWG No. REV: VEOLIA 600WILLOW TREE A 14xxx-02-0100 - LEONAI, NJ 07605 OZONE GENERATING SYSTEM - Base Design I2:Z911111=111aaZI_\Ji1:51 Materials of Construction Insulation Power Supply Unit Model Number Type of PSU Active Power (based on design 03 production @ 93F CW) Incoming Power (Installed) Power Factor Converter/Inverter Type Power Supply Secondary Voltage o� Power Supply Frequency _Q 00 PSU Power Turndown Ratio a ha Enclosure maa `o Type of cooling N U !Q y�tZ Cooling water inlet temperature Cooling water flow rate Connection Sizes Cooling water temperature increase Recommended water quality Eagle Mtn WTP - Phase IV Fort Worth, TX Vessel 316L S.S. 02/03 Piping 316L S.S. H2O Piping 316L S.S. Note: Vessel and Cooling Water piping on skid to be insulated IPS-16-0200-WC-12 Medium Frequency -- 105 KVA @ rated 03 production 480V / 3Ph / 60Hz Greater than 0.98 cos phi IGBT (Insulated Gate Bipolar Transistor) Less than 4,200V Up to 1 ,750Hz Up to100:1 NEMA 12 painted steel enclosure Water Cooled with integrated H/E Same as ozone generator Up to 8 gpm max. CW In/Out: 1 in NPT 8.0 OF Same as ozone generator DATE: 07/10/23 TITLE: SHT: Ozone Generator Specifications 2 of 2 APPROVED: 1DWG No. REV: VEOLIA 600WILLOW TREE A 14xxx-02-0100 - LEONAI, NJ 07605 THIS PAGE IS INTENTIONALLY LEFT BLANK SUPPEMENTAL NITROGEN SYSTEM PROJECT NAME: NITROGEN SYSTEM Tag No. Equipment Type and Model No. Number of Nitrogen Generation Systems Installed Eagle Mtn WTP — Phase IV Fort Worth, TX One (1) Note: Supplemental Nitrogen system is sized to supply N2 for the future capacity (3 x 550 Ibs/day ozone generators in operation) Type of Nitrogen System Compressed Air Dryer System Type of Compressor Oil -free Rotary Scroll Compressor Manufacturer & Model Quincy OF-5 Number No. of Compressors Dryer Manufacturer & Model Number No. of Dryers Type of Air Dryers Control Panels - Power Panel o� c> 'C ma Local Control Panel 00 Equipment Rating and Capacity a ha maa Compressor Rating a .o y E Dryer Rating Q C N N 'my0 �s Qo Nitrogen Feed Rate Flow Control Method Outlet Dewpoint Two (2) Two (2) Heatless Dual -tower Desiccant Dryers 480V/3ph/60hz power Local Controls, Remote 1/0 based 13.3 scfm @ 116 psig 4.6 scfm outlet required (max.) @ 1550 Ibs/day, 10% 03 1.0 - 2.3% by weight 2.0 - 4.6 scfm @ 1550 ppd, 10% 03 Sierra Mass Flow Controller <- 100OF Input Power to Power Panel 480V, 3 Ph, 60 Hz, - 20 amps CHCKED: TITLE: SHT: PRELIMINARY Nitroqen Generation System Secifications 1 of - 2 DWpoREV:APPROVED: N QVEOLIA OOTREE'1'4kxx-10-0600 EO07605FIANL SUPPEMENTAL NITROGEN SYSTEM PROJECT NAME: Eagle Mtn WTP - Phase IV Fort Worth, TX Air Receiver Tank Volume, Rating 80 gallons, ASME code stamped Physical Dimensions Dimensions — Complete Unit Weight — Complete Unit Connection Sizes Materials of Construction Air Compressor Air Dryer Control Panel Skid 116" L x 56" W x78" HT 2500 Ibs '/2" Outlet Painted steel Painted steel Painted steel Painted steel CHCKED: TITLE: SHT: PRELIMINARY Nitroqen Generation System Specifications 2 Of 2 APPROVED: DWG No. REV: Q VEOLIA OOIANLOe TREE'214Ikxx-10-0600 - EONAI, NJ 07605 THIS PAGE IS INTENTIONALLY LEFT BLANK CLOSED -LOOP COOLING WATER EQUIPMENT HEAT EXCHANGERS ONLY PROJECT NAME: Eagle Mtn WTP - Phase IV Fort Worth, TX Note: Heat Exchangers are sized for the future maximum ozone generation capacity of 1650 Ibs/day @ 10% 03. Type of Cooling System Closed Loop Number of Heat Exchangers Two (2) Type of Heat Exchanger Number of Heat Exchangers Make and Model No. of Heat Exchanger Number of Plates Rating of Heat Exchanger Water Flow: Hot Side Cold Side Water Temperature Hot Side Inlet/Outlet Cold Side Inlet/Outlet o� c> 'C ma Pressure Drop: Hot Side E Cold Side a ,ha m-oa `o Heat Exchanger Design Pressure a Pressure Vessel Code y 8 :E = a o 2 Connection Sizes � �m.� �yo m 0 m y Dimensions - Heat Exchanger 3 U I Materials of Construction Plates Frame Plate and Frame Two (2) Polaris (Danfoss) Model S65-IG150-74-TM Double Wall 74 - 936,500 BTU/hr - 234 gpm max. 240 gpm max. 101 OF/93OF 90O F / 98 OF 5.5 psig 6.2 psig 150 psig ASME Hot Side: 4 in ANSI 150 Cold Side: 4 in ANSI 150 (see attached drawing) Type 316SS (Double Walled) Painted Steel CHCKED: TITLE: SHT: PRELIMINARY Closed -Loop Heat Exchanqer 1 of 1 APPROVED: DWG No. REV: VEOLIA 600'Wil owfTree Road,.gies A 17xxx-xx-0100 - LEONIA, NJ 07605 THIS PAGE IS INTENTIONALLY LEFT BLANK OZONE DESTRUCT SYSTEM PROJECT NAME: OZONE DESTRUCT UNIT Number of Ozone Destruct Units Installed Model Number Type of Destruct Unit Incoming Power Off -gas Flow Rating Blower Size (installed hp) Blower Static Pressure Type of Blower Heater Size (installed heater) Temperature Rise Across Heater Design Inlet Ozone Concentration Design Outlet Ozone Concentration Control Panels: Power Panel (PP) Local Control Panel (LCP) Dimensions Skid Weight Ambient pressure Ambient temperature Relative humidity CHCKED: PRELIMINARY APPROVED Eagle Mtn WTP Phase IV Fort Worth, TX Two (2) Size 4 Thermal/Catalytic 480V/ 3 Ph/ 60 Hz/30 Amps Up to 225 SCFM 7.5 Hp — 24 in HZO VFD Controlled <_ 4.0 KW Up to45°F 1 .8% < 0.08 ppmw 480V/3ph/60hz Power Local Controls PLC Based w/OIT L 80 in. W 80 in. H — 84 in (not including silencer). 2400 lbs. 14. 7 psig 1014 mbar 104 'F max. 40 °C max. 100 % max. TITLE: Ozone Destruct Unit Specifications DWG No. VEOLIA 600 iWil owi Tr ee Roadlogies A 17xxx-06-0100 LEONIA, NJ 07605 SHT: 1 of 1 REV:- THIS PAGE IS INTENTIONALLY LEFT BLANK PURGE OZONE DESTRUCT SYSTEM PROJECT NAME: Eagle Mtn WTP Phase IV Fort Worth, TX PURGE OZONE DESTRUCT UNIT Number of Ozone Destruct Units One (1 ) Installed Model Number Type of Destruct Unit Thermal/Catalytic Incoming Power 120V/1ph/60hz Off -gas Flow Rating Up to 30 SCFM Blower Size (installed hp) Not required Heater Size (installed heater) Not required Design Inlet Ozone Concentration Up to 10% Design Outlet Ozone Concentration < 0.08 ppmw Control Panels: Local Control Panel (LCP) Local Controls Dimensions L 46 in. W 30 in. o ° _ a H — 48 in m a E Skid Weight — 850 lbs. maa a 'a `o Ambient pressure 14. 7 psig a.o , Ambient temperature 104 'F max. ' Relative humidity 100 % max. � N O 1014 mbar 40 °C max. CHCKED: TITLE: SHT: PRELIMINARY Ozone Destruct Unit Specifications 1 of 1 APPROVED: DWG No. REV: VEOLIA 600/Wil oTrewteRoad"-""- A 17xxx-06-0100 - LEONIA, NJ 07605 THIS PAGE IS INTENTIONALLY LEFT BLANK /AYA\ mazzei OZONE DISSOLUTION SYSTEM Basis used to establish the acceptable performance requirements of the overall system, and components FORM# 3100-360a Rev A (Jan 1 2021) FACILITY DESIGN BASIS Eagle Mountain W T P Last Updated: 7/26/2024 Fort Worth, TX These calculations are intended to only be used as a guide to aid in system design Mauei is not, and does not present itself as, a licensed engineering firm and does not warrant these calculations as anything more than system design guidelines. The actual water quality requirements should be determined by formal means such as pilot tests, extensive operation experience, the guidance from a licensed engineer, etc. Site Information Facility Information Design Water Jobsite Plant No. of Flow No. Temp Elevation Flowrate Pipelines TOTAL # C it mgd # la 32 805 57.0 2 lb 1c ld 2a 45.6 2 2b 2c 3a 39.0 2 3b 3c 3d 4a 19.0 2 4b 4c NOTE 1 Gas Temperature = 0 C; Pressure =1.013 bar, absolute. NOTE 2 Assumes reaction or consumpton rate of ozone < 3 seconds Gas Production Information Pipeline Pipeline Pipeline Pipeline Pipeline Applied Gas Gas Gas Gas Gas Gas Gas TARGET Flowrate Flowrate Size Velocity Pressure Dose Prod. Prod. Prod. Conc. Conc. Vol. Vol. MTE PER PER NOTE1 NOTE2 mgd gpm OD ft/s ft we mg/I kg/hr kg/d ppd % wt Ng/m3 m'/hr scfm Maintenance Condition - Not a Performance Point 28.5 19,779 42 4.7 23.0 3.00 13.5 324 713 8 117.3 115.0 72.9 3.00 13.5 324 713 10 147.7 91.3 57.9 95 ±1 2.00 9.0 216 476 10 147.7 60.9 38.6 95 ±1% 1.50 6.7 162 357 10 147.7 45.7 28.9 95 ±1 22.8 15,823 3.8 23.0 3.00 10.8 259 571 10 147.7 73.0 46.3 95 ±1 2.00 7.2 173 381 10 147.7 48.7 30.9 95 ±1% 1.50 5.4 129 285 10 147.7 36.5 23.2 95 ±1 Maintenance Condition - Not a Performance Point 19.5 13,533 3.2 23.0 3.00 9.2 221 488 8 117.3 78.7 49.9 3.00 9.2 221 488 10 147.7 62.5 39.6 95 ±1% 2.00 6.2 148 325 10 147.7 41.6 26.4 95 ±1 1.50 4.6 ill 244 10 147.7 31.2 19.8 95 ±1% 9.5 6,593 1.6 23.0 3.00 4.5 108 238 10 147.7 30.4 19.3 95 ±1% 2.00 3.0 72 159 10 147.7 20.3 12.9 95 ±1 1.50 2.2 54 119 10 147.7 15.2 9.6 95 ±1% [MY\ Mazze " OZONE DISSOLUTION SYSTE Design Basis used to establish the acceptable performa�f th FORM# 3100-360a Rev A (Jan 1 2021) SIDESTREAM INJECTION DESIGN BASIS Eagle Mountain WTP Last Updated:7/26/2024 Fort Worth, TX These calculations are intended to only be used as a guide to aid in system design. Mazzei is not, and does not present itself as, a licensed engineering firm and does not warrant these calculations as anything more than system design guidelines. The actual water quality requirements should be determined by formal means such as pilot tests, extensive operation experience, the guidance from a licensed engineer, etc. Gas Production Information Sidestream Injection Information Piping Information Pump Information Design Contactor Applied Gas Gas Gas No. of Inj. Inlet Gas Water Outlet Side stream Pump Pump Pump Flow No. Flow Dose Prod. Concert. Vol. Inj. Model Pressure Pressure Flow Pressure Pipeline NPSH Efficency Rating MAX PER # mgd ni ppd wt% scfm # psig psig gpm psig OD psig % bHP Maintenance Condition - Not a Performance Point la 28.5 3.00 713 8 72.9 2 4093 60 5 622 18.0 6.625 0 70% 31 lb 3.00 713 10 57.9 2 60 3 635 18.0 32 1 c 2.00 476 10 38.6 2 60 0 670 18.0 34 1d 1.50 357 10 28.9 1 60 3 635 18.0 32 2a 22.8 3.00 571 10 46.3 2 60 1 649 18.0 32 2b 2.00 381 10 30.9 1 60 4 630 18.0 31 2c 1.50 285 10 23.2 1 60 1 649 18.0 32 Maintenance Condition - Not a Performance Point 3a 19.5 3.00 488 8 49.9 I 2 60 2 642 18.0 32 3b 3.00 488 10 39.6 I 2 60 0 670 18.0 34 3c 2.00 325 10 26.4 1 60 2 642 18.0 32 3d 1.50 244 10 19.8 1 60 0 670 18.0 34 4a 9.5 3.00 238 10 19.3 1 60 0 670 18.0 34 4b 2.00 159 10 12.9 1 60 0 670 18.0 34 4c 1.50 119 10 9.6 1 60 0 670 18.0 34 Motor Rating PER HP 40 D (j) VEOLIA August 8, 2024 Veolia Water Technologies — Treatment Solutions USA, Inc. 600 Willow Tree Road Leonia, NJ 07605, USA Tel: +1 201 676 2525 Subject: Company Information and Support Services 1. Proposed Execution Team (see attached) 2. Service and After -Sales Support (see attached) 3. Service Rate and Expenses • Service Rate: $1460 per day for eight hours • Service Rate: Overtime is at 1.5 x hourly labor rate ($275/hr) • Expenses: Expenses are charged at actual cost 4. Miscellaneous Company Characteristics a. Company and Contact Information Veolia Water Technologies Treatment Solutions USA Inc 600 Willow Tree Road Leonia, NJ 07605 Main number: 201-676-2525 Contact Information Commercial: Pedro DaCruz - Pedro.dacruz(@veolia.com Ph: 732-371-8004 Technical: William Nezgod - William. nezciodCcbveol ia.com Ph: 908-303-7477 b. There have been no legal actions regarding delivery or project execution over the past five years c. There have been no legal claims over the past five years regarding patent infringement. 5. Previous Project Experience (see attached Reference List) Veolia Water Technologies Treatment Solutions USA, Inc.. Company Information - Par. 16.7 - Instructions To Bidders.Docx 600 Willow Tree Road, Leonia, NJ 07605 THIS PAGE IS INTENTIONALLY LEFT BLANK Project Execution and Field Service Team Veolia Water Technologies Treatment Solutions USA Inc 9 Key Facts VEOLIA boo WIIlow Tree Road, Leonia, NJ 075a5 Based in Leonia, NJ 90+ employees specific to ozone system sales, engineering, manufacturing and service All work related to ozone systems is performed by Veolia employees dedicated to ozone (no outsourcing) Melanie Mailly-Demont Execution Manager Dorothee Jonville Project Manager >3 years of Experience executing Ozone Projects Bryan Agosto Lead Engineer > 8 years Experience Executing Ozone Projects Sacheev Mandhle, P.E. Project Engineer 3 years of Experience Executinq Ozone Projects Randy Sagan Mechanical Designer 6+ years of Experience Designing Ozone System Michael Bernhart Field Service Manager 17+ years of experience Commissioning Ozone Systems Armando Serrano, P.Eng. Automation & Controls 10+ years of experience in Programming PLC for Ozone System Vincent Tetreau, P.Eng. Electrical Hardware & Design 17+ years of experience in Power Electronics and design control panels Thomas Berryman (TN) Construction Manager 10 years of experience executing Ozone Projects Noel Cezar (NJ) Field Service Engineer 17+ years Experience Executing Ozone Projects Michael Bernhart (NJ) Field Service Manager 17+ years of experience Commissioning Ozone System Christopher Turner (NJ) Construction Manager 20+ years Experience Executing Ozone Projects Chris Graham (CN) Commissioning Support Specialist 6+ years of Commissioning Projects (Automation & Controls) Eric McClellan (CA) Field Service Technician 6+ years of experience commissioning Ozone Projects Serghei Semichin (CN) Commission Support Specialist 12+ years of experience commissioning Ozone Projects (Automation & Controls) Paul Beck (CA) Field Service Technician 8+ years of experience commissioning Ozone Projects THIS PAGE IS INTENTIONALLY LEFT BLANK O VEOIIA Customer Support, Parts Facilities, and Service Staff Factory Services and Support Veolia Water Technologies Treatment Solutions USA Inc. (Veolia) maintains a full time staff of customer service and phone representatives to respond and assist with initial service inquiries and spare part requests. Veolia has customer service representatives at our Leonia, NJ headquarters facility and can be reached as follows: Daniel Pence — Customer Care in Leonia (New Jersey) Tel: 201-676-2428 Email: Daniel. Pence(@veolia.com Mike Bernhart — Service Manager Tel: 804-676-2567 Email: Michael.bernhart(a)veolia.com Field Services Veolia has ten (10) full time employees in our Field Service Department and several independent Contract Field Engineers with extensive Veolia experience. All of Veolia field personnel are factory -trained and certified to perform system start-up, training and field testing. Locations of field service personnel are listed below. Leonia, NJ Richmond, VA Charlotte, TN Salt Lake City, UT Cagary, ALB Nova Scotia, CAN Los Angeles, CA Montreal, Quebec Service Contracts Veolia can provide Service Contracts once the initial warranty period has concluded. There are a number of different options available that we can provide upon request. Spare Parts Most proprietary equipment spare parts are stocked in large quantities at both our Ashland (VA) or Montreal QC facilities. THIS PAGE IS INTENTIONALLY LEFT BLANK V� O � (� Veolia Water Technologies Treatment Solutions USA, Inc 600 Willow Tree Road Leonia, NJ 07605, USA Tel: +1 201 676 2525 LARGE SYSTEM SPECIFIC PROJECT EXPERIENCE 1. GREEN BAY WTP Company Experience and Reference Green Bay Water Treatment Plant No. Requirement 1 Project Name 2 Name of Project Owner 3 City and State/Province where Equipment is Installed 4 Contact Person at Project Owner 5 Month and Year of Startup 6 Plant Capacity 7 Statement of Installed Ozone Capacity 8 Type of Feed Gas System 9 Type of Dissolution System 10 Equipment Provided Description Green Bay WTP City of Green Bay Near Green Bay WI Russ Hardwick Phone: (920) 845-2031 Email russ.hardwick@greenbaywi.gov Commissioning was completed in 2000 Max. Flow Up to 38 MGD Installed Capacity 2400 lbs/day (10%) Operating Capacity 1600 lbs/day (10%) Liquid Oxygen Fine Bubble DIffusion 3 x 800 lbs/day Ozone Generators 3 x Power Supply Units (recently upgraded to IGBT PSU technology) 1 x Supplemental N2 System 1 x lot Ozone Diffusers 3 x Ozone Destruct Units 1 x Master Ozone Control Panel 1 x lot Ozone, Oxygen Analyzers C:\Projects\Recent References 1—Green Bay WI.Docx Page 1 of 1 THIS PAGE IS INTENTIONALLY LEFT BLANK V� O � (� Veolia Water Technologies Treatment Solutions USA, Inc 600 Willow Tree Road Leonia, NJ 07605, USA Tel: +1 201 676 2525 LARGE SYSTEM SPECIFIC PROJECT EXPERIENCE 2. PINE HILLS WTP — ORLANDO UTILITIES COMMISSION (OUC) Company Experience and Reference OUC — Pine Hills WTP No. Requirement 1 Project Name 2 Name of Project Owner 3 City and State/Province where Equipment is Installed 4 Contact Person at Project Owner 5 Month and Year of Startup 6 Plant Capacity 7 Statement of Installed Ozone Capacity 8 Type of Feed Gas System 9 Type of Dissolution System 10 Equipment Provided 11 Cooling System 12 Design Criteria Description Pine Hills Water Treatment Plant Orlando Utility Commission (OUC) Orlando, FL Brad Jewell Phone (407) 434-4213 Email bjewell@ouc.com Commissioning was completed in 2017-2018 10.0 MGD for H2S removal Installed Capacity 1200/1600 lbs/day (12%/8%) Operating Capacity 600 lbs/day @ 12% Os Liquid Oxygen Sidestream Injection 2 x Ozone Generators, 600/800 ppd @ 12%/8% 2 x IGBT Power Supply Units Note: Project was a replacement for existing ozone system provided by Emery-Trailigaz Existing Ozone Destructs Units were reused Controls are done directly by OUC Plant SCADA system Closed -loop Cooling Water System with Plate & Frame Heat Exchanger Ozone Concentration Range: 6 — 12% Max. CW temperature: 85 °F open -loop C:\Projects\Recent References-2 - OUC Pine Hills-FINAL.Dou Page 1 of 1 THIS PAGE IS INTENTIONALLY LEFT BLANK V� O � (� Veolia Water Technologies Treatment Solutions USA, Inc 600 Willow Tree Road Leonia, NJ 07605, USA Tel: +1 201 676 2525 LARGE SYSTEM SPECIFIC PROJECT EXPERIENCE 3. SOUTHWEST WTP — ORLANDO UTILITIES COMMISSION (OUC) Company Experience and Reference OUC — Southwest WTP No. Requirement 1 Project Name 2 Name of Project Owner 3 City and State/Province where Equipment is Installed 4 Contact Person at Project Owner 5 Month and Year of Startup 6 Plant Capacity 7 Statement of Installed Ozone Capacity 8 Type of Feed Gas System 9 Type of Dissolution System 10 Equipment Provided 11 Cooling System 12 Design Criteria Description Southwest Water Treatment Plant Orlando Utility Commission (OUC) Orlando, FL Brad Jewell Phone (407) 434-4213 Email bjewell@ouc.com Commissioning was completed in 2014 35 MGD for HzS removal Installed Capacity 4000 lbs/day (12%) Operating Capacity 3000 lbs/day @ 12% 03 Liquid Oxygen Sidestream Injection 4 x Ozone Generators, 1000 ppd @ 12% 4 x IGBT Power Supply Units Note: Project was a replacement for existing ozone system provided by Ozonia North America (air based system) Existing Ozone Destructs Units were reused Controls are done directly by OUC Plant SCADA system Closed -loop Cooling Water System with Plate & Frame Heat Exchanger Ozone Concentration Range: 6 — 12% Max. CW temperature: 85 °F open -loop CAProjects\Recent References-3 - OUC Southwest WTP-FINAL.Docx Page 1 of 1 THIS PAGE IS INTENTIONALLY LEFT BLANK Veolia Water Technologies Treatment VE O L I A Solutions USA, Inc 600 Willow Tree Road Leonia, NJ 07605, USA Tel: +1 201 676 2525 LARGE SYSTEM SPECIFIC PROJECT EXPERIENCE 4. CARY/APEX WTP — CARY, NC Company Experience and Reference Cary/APEX WTP No. Requirement Description 1 Project Name Cary, NC 2 Name of Project Owner City of Cary, NC 3 City and State/Province where Cary, CA Equipment is Installed 4 Contact Person at Project Betsy Drake, P.E. Owner (919) 481-5093 5 Month and Year of Startup Project 1 Commissioning completed 2017 Project 2 6 Plant Capacity 56 MGD 7 Statement of Installed Ozone Project 1 Capacity Expansion (1 x new Ozone Generator) Installed Capacity: 1,500 lbs/day Operating Capacity: 1,500 lbs/day Project 2 Installed Capacity: 1,500 lbs/day Operating Capacity: 3,000 lbs/day 8 Consulting Engineer HDR — Raleigh, NC 9 Type of Feed Gas System Liquid Oxygen (LOX) 10 Type of Dissolution System Pre -Ozone Side -stream Injection Intermediate -Ozone Fine Bubble Diffusion No. of Trains: Six (6) — 2 new No. of Diffusion Cells (per Contactor): Two (2) C:\Projects\Recent References_4 - Cary NC_FINAL.Docx Page 1 of 2 11 12 13 Company Experience and Reference Cary/APEX WTP Equipment Provided Project 1: 1 x 1500 lbs/day Ozone Generators 1 x IGBT Power Supply Unit 2 x Ozone Destruct Units 3 x Closed -loop CW skids 2 x Sets of diffusers for 2 new Contact Chambers 6 x FIT, FCV for contactor upgrade Project 2: 3 x 1500 lbs/day Ozone Generators 1 x MOCP upgrade to integrate all new ozone equipment Cooling System Closed -loop Cooling Design Criteria Ozone Concentration Range: 6 — 12% Max.CW temperature: 95 °F closed -loop CAProjects\Recent References_4 - Cary NC_FINAL.Docx Page 2 of 2 THIS PAGE IS INTENTIONALLY LEFT BLANK V� O � �� Veolia Water Technologies Treatment Solutions USA, Inc 600 Willow Tree Road Leonia, NJ 07605, USA Tel: +1 201 676 2525 LARGE SYSTEM SPECIFIC PROJECT EXPERIENCE 5. HAWORTH WTP — VEOLIA NORTH AMERICA Company Experience and Reference Haworth Water Treatment Plant No. Requirement 1 Project Name 2 Name of Project Owner 3 City and State/Province where Equipment is Installed 4 Contact Person at Project Owner 5 Month and Year of Startup 6 Plant Capacity 7 Statement of Installed Ozone Capacity 8 Consulting Engineer 9 Type of Feed Gas System 10 Type of Dissolution System 11 Equipment Provided 12 Cooling System Description Haworth Water Treatment Plant United Water Haworth, NJ Chris Retty Phone 201-225-6810 Email christopher.retty@veolia.com Commissioning completed in 2009 200 MGD Ozone / DAF WTP Installed Capacity 4000 lbs/day Operating Capacity 1334 lbs/day CDM Liquid Oxygen System Fine -bubble Diffusion 3 x Ozone Generators 3 x IGBT Power Supply Units 1 x Closed -loop Cooling Water System 1 x Supplemental Nitrogen Unit 1 x Fine -bubble Diffusion System 2 x Thermal Catalytic Ozone Destruct Unit 1 x Master Ozone Control Panel (MOCP) Closed -loop cooling system with Plate & Frame Heat Exchanger CAProjects\Recent References-5 - Haworth NJ.Docx Page 1 of 1 THIS PAGE IS INTENTIONALLY LEFT BLANK Experience of Organization LARGE OZONE PROJECT REFERENCES SUEZ (Ozonic) Installations Ozone Plant Size fib/dayl Start -Up Date Los Angeles, CA 10,000 1986 Edmond, OK 1,000 1987 Bacancour, QU 100 1989 St. Hyacinthe QU 200 1989 Terrebonne, QU 200 1989 Fairfield, CA 1,000 1990 Ile Perrot, QU 100 1990 Fairfield, CA 500 1991 Martinez, CA 750 1991 MWD - LaVerne, CA 150 1991 Varennes, QU 260 1991 Vaudreuil, QU 150 1991 Contra Costa WD, CA 1,350 1992 Fort Worth, TX— Eagle Mtn. WTP 17100 1992 Lake Bluff, IL 1,500 1992 San Andreas, CA 3,264 1992 Alameda Co., CA 17275 1993 Los Angeles, CA 2,000 1993 QveOLIA SUEZ Installations Ozone Plant Size fib/daVl Start -Up Date Travis AFB, CA 290 1993 Calleguas, CA 2,000 1994 Castaic Lake, CA 1,000 1994 Ile Perrot, QU 50 1994 Modesto, CA 1,500 1994 Anaheim, CA — Lenain WTP 510 1995 Attleboro, MA 300 1995 Celina, OH 300 1995 Incline Village, NV 200 1995 Oklahoma City, OK— Lk Hefner WTP 2,040 1995 Ann Arbor, MI 2,200 1996 Delran, NJ— Tri-county WTP 3,150 1996 Fargo, ND 1,670 1996 Orlando, FL —Southwest Plant 3,800 1996 Billerica, MA 700 1997 Los Angeles, CA— LADWP WTP 2,950 1997 Asheville, NC 390 1998 Green River, WY 1,200 1998 Milwaukee, WI — Howard Ave WTP 3,960 1998 Milwaukee, WI — Linnwood Ave WTP 9,200 1998 VEOLIA SUEZ Installations Ozone Plant Size fib/dayl Start -Up Date St. Rose, QU 475 1998 Wilmington, NC —Sweeney WTP 2,070 1998 Arlington, TX — John Kubala WTP 3,090 1999 Arlington, TX — Pierce Burch WTP 3,090 1999 Green Bay, WI 2,400 1999 Fort Worth, TX — Eagle Mountain 2,600 2000 Gardener, MA 200 2000 Gwinnett County, GA — Lanier WTP 2,700 2000 Raleigh, NC 6,300 2000 Warrensburg, MO 200 2000 Vancouver, BC — Coquitlam WTP 6,171 2000 Helix Water District, CA 5,400 2001 MWD, CA — Mills WTP 9,000 2003 Fresno, CA 800 2004 Gwinnett Co., GA — Lanier 700 2004 Gwinnett Co., GA — Shoal Creek 4,980 2004 Gwinnett Co., GA — F. Wayne Hill 1,800 2004 Iola, KS 200 2004 Seattle, WA — Cedar River WTP 2,000 2004 QveOLIA SUEZ Installations Ozone Plant Size fib/dayl Start -Up Date Orlando Utilities — sky Lake WTP 6,000 2004 NJ American, NJ - Swimming River 1,500 2004 Castaic WD, CA— Earl Schmidt 1,900 2005 MWD, CA —Jensen WTP 18,750 2005 Flint, MI 1,800 2005 Andover, MA 1,000 2005 Bossier City, LA 1,200 2005 Wichita, KS 3,400 2005 Fairfax County, VA— Fred P. Grifith 6,900 2005 MWD, CA —Skinner WTP 19,000 2009 Tacoma, WA— Green River 2,400 2007 Frankfort, KY— WWTP 1,500 2007 Fort Worth, TX— Eagle Mountain 27400 2007 San Diego, CA —Twin Oaks 3,600 2008 MWD, CA— Diemer WTP 13,400 2012 Fairfax Cty, VA — Corbalis WTP 2,800 2008 Modesto, CA 1,350 2008 MWD, CA — Weymouth WTP 13,400 2014 Napa, CA —Jamieson Canyon WTP 850 2010 Clark Cty, NV — Clark CtyAWT 6,000 2011 QveOLIA SUEZ Installations Ozone Plant Size fib/dayl Arlington, TX — John Kubala WTP 4,000 Wilmington, NC — Sweeney WTP 650 Laval, QC — Pont Viau WTP 1,000 Lake Tawakoni WTP, TX 2,180 Sante Fe, NM — Buckman Diversion WTP Quebec City, QC — Lorrettville WTP Concord, CA — Bollman WTP Oklahoma City, OK — Lk. Hefner WTP Montreal, QC - Pierrefonds WTP Fort Worth, TX — North Holly WTP San Francisco, CA — Harry Tracy WTP Denton, TX NJ American Water, Delran, NJ Laval, QC — Chomedey WTP West Basin, CA — Edward C. Little WRC Montreal, QC — Atwater WTP Montreal, QC — Des Baillets WTP Danvers, MA Portland, ME — Sebego Lake WTP Seminole Cty, FL — Markham WTP 816 860 1,000 4,800 970 9,000 4,200 1,500 1,040 3,700 4,000 8,340 2,910 700 1,560 1,050 Start -Ur) Date 2010 2010 2009 2012 2010 2010 2009 2010 2012 2011 2013 2012 2012 2013 2012 2013 2013 2013 2014 2014 C)VEOLIA SUEZ Installations Ozone Plant Size fib/dayl Start -Up Date Orlando, FL —Southwest WTP 4,800 2014 Clearwater, FL 440 2014 Woodland, CA — DW 700 2015 St. Jean sur Richelieu, QC 680 2015 Arlington, TX— Kubala WTP 2000 2016 Loudon, VA 1,480 2017 Pougkeepsie, NY - WTP 630 2016 Cary, NC — Cary/APEX WTP 1,600 2016 Colorado Springs, CO — SDF 340 2016 Levis, QC — Levis WTP 600 2016 Fresno, CA —Southeast Surface WTP 840 2018 East Bay MUD, CA — Sobrante WTP 5,250 2018 East Bay MUD, CA — Upper San Leandro 5,250 2018 Middlesex Water, NJ— C.J. Olsen WTP 2,025 2019 OUC, FL — Pine Hills WTP 1,800 2019 No. TX Water— Bonham WTP 200 2018 Norman, OK— Norman WTP 800 2019 Water One Water, KS— Hansen WTP 8,000 2019 Gatineau, QC — Hull WTP 370 2020 (DrV(�OUA SUEZ Installations Ozone Plant Size fib/dayl El Paso, TX — Jonathan Rogers WTP 3,675 Montreal, QC — Jean R. Marcotte WWTP 130,000 No. TX Water — Leonard WTP 3,750 Thornton, CO — Thornton WTP 780 Houston, TX — NEWPP 17,400 Zone 7 Agency, CA — Patterson Pass WTP 900 Bangor, ME — Bangor WTP 450 Billerica, MA — Billerica WTP 1050 NJ American Water, NJ — Canal Rd WTP 7,500 West Nyack, NY — Lake DeForest WTP 525 Goodyear, AZ — Goodyear WTP 200 Cary, NC — Cary/APEX WTP 4,500 Montreal, QC — Lachine WTP 440 Dallas, TX — Bachman WTP 9,000 Dallas, TX — Elm Fork WTP 12,000 Shreveport, LA — TLAmiss WTP 5,250 Oklahoma City, OK — Lake Hefner WTP 8,763 Wilsonville OR — Wilsonville WTP 600 Seattle, WA — Tolt WTP 2,400 Start -Up Date 2019 2024 2021 2021 2022 2022 2021 2021 2021 2022 2022 2022 2021 2021 2022 2022 2023 2022 2023 QveOLIA SUEZ Installations Ozone Plant Size fib/dayl Start -Up Date Montreal, QC - Lachine WTP, QC 610 2023 Medford, OR - Duff WTP 1200 2023 Stanislaus, CA — Reg. Surface WTP 700 2023 Dekalb County, GA — Scott Candler WTP 4000 2024 Seattle, WA — Tolt WTP 2000 2023 St. Paul, MN — McCarrons WTP 2800 2024 Orlando, FL — OUC Kirkman WTP 3600 2024 Tampa, FL — Tampa Bay Water RSWTP 2400 2024 Willamette WTP — OR 1485 2025 Note: Ozonia North America — Municipal Plant Summary Total Number of Installations: 130 Total Installed Production: > 380,000 Ibs/day (not including Montreal) VEOLIA 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 13 Bond Number: 82733-ALL-24-3 BID BOND KNOW ALL BY THESE PRESENTS: That we, Veolia Water Technologies Treatment Solutions USA Inc. , known as "Bidder" herein and Euler Hermes North America Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Eagle Mountain Water Treatment Plant Phase IV Expansion - Ozone System NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 8th day of August 2024. ATTEST: Witness to ;'rincipai CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PRINCIPAL: Veolia Water Technologies Treatment Solutions USA Inc. BY: Signature Name and Title 00 41 00 Bid Proposal Workbook Witness s to re Jessica an a Attach Power of Attorney (Surety) for Attorney -in -Fact Address: 600 Willow Tree Road Leonia, NJ 07605 SURETY: Euler Hermes No merica In$ Tan Compan BY:Q,� S' 61ure ` Kristin S. Bender, Attorney -in -Fact Name and Title Address: 800 Red Brook Boulevard Owinds Mills. MD 21117 Telephone Number: 322-487-7883 00 43 13 BID BOND Page 2 of 2 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook Allianz ili Allianz Trade EULER HERMES NORTH AMERICA INSURANCE COMPANY 100 International Drive, 22nd Floor • Baltimore, Marylarid 21202 The number of persons authorized by this Power of Attorney is not more than: 7 POWER OF ATTORNEY KNOW ALL MEN BY TIlLSE PRESENT'S: That EULER HERMES NORTH AMERICA INSURANCE COMPANY (EULER IIERMES), a corporation organized and existing under the laws of the state of Maryland, does hereby nominate, constitute, arid appoint the person or persons named below, each individually if inure than one is named, its true and lawful attorney -in -fact, for and in its name, place, and stead to execute on behalf of EULER IIERMES, as surety, any and all bonds, undertakings, and contracts of suretyship, or otherwritten obligations in the nature thereof; provided that the liability of EULER HERMES on any such bond, undertaking, or contract of suretyship executed under this authority shall not exceed the limit stated below. NAME ADDRESS LIMIT OF POWER D-Ann Kleldosty Kristin S. Bender 445 South Street Unlimited Jessica lannotta Kelly O'Malley Suite 210 April D. Perez Kimberly Leonard Morristown, NJ 07960 AnnMarie Keane This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF, EULER IIERMES has caused those presents to be signed and attested by its appropriate officers and its corporate seal hereunder affixed this 1st day of December , 20 23 James Daly, �—,�,w'1t and CEO -The Americas State of Maryland, County of Baltimore Nicholas P. Verna 11, Senior Vice President and Regional Bead of Surety and Guarantee, Americas On this 1st day of__ _Decemlter_, 20 23 , before the personally appeared Nicholas P, Verna 11, to me known, being duly sworn, deposes and says that he resides in Sauthenslem�PA; that he is Senior Vice President and Regional Head of Surety and Guarantee, Americas of Euler Hermes North America Insurance Company, the Company described herein and which executed the above instrument; that he know the seat of EULER FIF,RMES; that the seal affixed to said instivurent is Such corporate seal; that it was so affixed by authority of the Board of Directors of EUI.FR 11 PRIMP.S; Enid that he'signed his name. thereto by like authority. ` ' 't �• Notary Pnbli Notarial Seal This Commission Expires February 2, 2026 This Pnv er ar Atlomewrj ranted by authority of the following resolutions adopted by the Board of Directors of EULER HERMES NORTH AMERICA INSURANCE COMPANY (C'ornpany) by unanimous consent on October 1, 2015, RESOLVED: That the President, Executive Vice President, Senior Vice President, Vice President, Secretary, arid Assistant Vice. Secretary, be and hereby are authorized from time to time to appoint one or more Attorneys -in -Fact to execute on behalf of the company, as surety, arid any and all bonds, undertakings and contracts ofsuretyship, or other written obligation in the nature thereof; to proscribe their respective duties and all respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTIIER: That the Company seal and signature of the aforesaid officers and may be affixed by facsimile to any Power of Attorney given for the execution of any bond, undertaking, contract of suretyship, or other written obligations in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as thought manually affixed. CERTIFICATION 1, Nicholas A Verna 11, Senior Vice President and Regional head of Surety & Guarantee, Americas of EULER IIERMES NORTH AMERICA INSUI2ANCE COMPANY, do hereby certify that the foregoing Power of Attorney arid the Resolutions of the Board of Directors of October 1, 2015, have not been revolted and are now in full force and effect. Signed and sealed this Sth day of August 120 24 Nicholas P, Verna 11, Senior VIrL President arid Regional Head of Surety arid Guarantee, Americas Eider Hennes NorthAmcriea Irtsurance Company and its affiliated debt collection company are pail oftlreAlliattz group and market their pruducts and services using the'Allianz Tmdo'trademark, Allianz Allianz Trade EULER HERMES NORTH AMERICA INSURANCE COMPANY Statutory Statements of Admitted Assets, Liabilities, and Policyholders' Surplus Statutory Basis at December 31, 2023 (In thousands, except share data) Admitted Assets 2023 Bonds $ 833,544 Common stocks 7,103 Cash and cash equivalents 3,189 Other investments 34,979 Total cash and invested assets 878,815 Premiums receivable 147,380 Reinsurance recoverable on paid losses 30,712 Reinsurance funds held 4 Reinsurance receivable profit commissions 18,533 Accrued investment income 3,925 Federal income tax recoverable — Net deferred tax assets 24,486 Electronic data processing equipment and software, net 997 Receivable from parent, subsidiaries, and affiliates 3,075 Other admitted assets 8,239 Total admitted assets $ 1,116,166 Liabilities and Policyholders' Surplus Liabilities: Unpaid losses and loss adjustment expenses $ 316,681 Unearned premiums 222.128 Premium taxes, licenses, and fees 6,780 Provision for reinsurance 954 Coded reinsurance premiums payable 51,556 Reinsurance payable on paid losses 19,417 Payable to parent, subsidiaries, and affiliates 25,272 Federal and foreign taxes 5,252 Accounts payable and accrued expenses 79,817 Funds held under reinsurance agreements 52,334 Total liabilities 780,191 Eider Nermes No!Yh America insurance Company and its a€liliated debt collection company are port or the Allionz group and mmket.lhon pradimts a nd services using the'Atlianz Tmde' tradonwrk Allianz ili Policyholders' surplus: Common stock — par value $10 per share. Authorized, issued, and outstanding shares 250,000 Gross paid -in and contributed surplus Unassigned surplus Total policyholders' surplus Total liabilities and policyholders' surplus $ Allianz Trade 2,600 13,167 320,308 335,975 1,116,166 Louise Jordan, being duty sworn, affirms that she is the Chief Financial and Administration Officer of Euler Hermes North America Insurance Company, and that to the best of her knowledge and belief, the foregoing statement is a true and correct statement of financial condition of said Company as of the 3111 of December, 2023, Subscribed and sworn to before me this day of �/ vt// f�. 2024 Notary P tic r Lousie Jordan, CFAO •.� iKk 0 no +fir +► r�. 11iC1 �� +RIfY9Ed� MORGAN A YANKOSKY Notary Public -Maryland Carroll County My Ca ml si n Expiras Eater Hennes Noith America Insurance Companyand ifs aPiihat.d debt mU dmncompany are part of the Allianzgroup and market their products and serviMusing the`Aliianz Trade` trademark Figure: 28 TAC §1.601(a)(3): 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Euler Hermes North America Insurance Company at 1-877-909-3224. 3 You may call Euler Hermes North America Insurance Company's toll -free telephone number for information or to make a complaintat: 1-877-909-3224 4 You may also write to Euler Hermes North America Insurance Company at: Euler Hermes North America Insurance Co. 100 International Drive, 22"d Floor Baltimore, Maryland 21202 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512)490-1007 Web: wwwtdi.texas.= E-mail: ConsurnerProtectiorO-tdi.texas cm 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact Euler Hermes North America Insurance Company first. If the dispute is not resolved, youmay contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 1 AVISO IMPORTANTE Para obtener informacion o para presentar unaqueja: 2 Usted puede comunicarse con Euler Hermes North America Insurance Company al 1-877- 909-3224. 3 Usted puede Ilamar al numero de telefono gratuito de Euler Hermes North America Insurance Company para obtener informacion o para presentar una queja al: 1-877-909-3224 4 Usted tambien puede escribir a Euler Hermes North America Insurance Company: Euler Hermes North America Insurance Co. 100 International Drive, 22"d Floor Baltimore, Maryland 21202 5 Listed puede comunicarse con el Departamento de Seguros de Texas para obtener informacion sobre companfas, coberturas, derechos, o quejas al: 1-800-252-3439 6 Listed puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104Fax: (512) 490-1007 Sitio web: www.tdi.texas.00v E-mail: Qgn u-,r�erPm1gctionQtdi_texas.g_ov 7 DISPUTAS POR PRIMAS DE SEGUROS 0 RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacion, usted debe comunicarse con Euler Hermes North America Insurance Company primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. 8 ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se convierte en parte o en condicion del documento adjunto. 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. City Project No. 105176, Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Veolia Water Technologies Treatment Solutions USA Inc. Company 600 Willow Tree Road Address Leonia, NJ 07605 City/State/Zip THE STATE OF �!� �J d �� § COUNTY OF' �yf� § Pedro DaCruz By: (Ple a Tint) Signature: ,• �� Title: NAM Sales Leader (Please Print) BF ORE ME, the undersigned authority, on this day personally appeared Yt� i&> ckj:7�— , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of VtvoL--A Iq*MT - IJETt-i1 : c-\� for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNLIR MY HAND AND §EAL OF OFFICE this ! day of sI , 202—V J Morgan Shostell Not/lic in and for the State of'rW= Notary Public of New Jersey Registration No. 50183818 commission Expires 01/2712027 END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP— Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised July 1, 2011 City Project No 105176 00 52 43 - 1 Special Engineering Services Agreement Page 1 of 12 SECTION 00 52 43 SPECIAL ENGINEERING SERVICES AGREEMENT THIS SPECIAL ENGINEERING SERVICES AGREEMENT, hereafter referred to as the "Agreement", is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Veolia Water Technologies Treatment Solutions USA. Inc., authorized to do business in Texas, acting by and through its duly authorized representative, ("Ozone System Supplier", hereafter referred to as "OSS"). City and OSS may jointly be referred to as Parties. City and OSS, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK 1.1 OSS shall provide Special Engineering Services ("Work") as specified or indicated in the Contract Documents. The Special Engineering Services to be furnished as per scope described in SECTION 01 11 00 — Summary of Work and OSS Proposal, in accordance with terms and conditions described in this agreement. 1.2 OSS shall attend progress design meetings as required by the City. OSS shall provide all necessary project documents required by the Engineer for design of the ozone system as part of the Eagle Mountain WTP — Phase IV Expansion. Article 2. PROJECT 2.1 The project for which the Work under this Special Engineering Services Agreement is to be provided is generally described in specifications sections 46 31 50, 46 31 53, 46 31 51, 46 31 53.02, 46 31 54.35, 46 31 55, 46 31 56, Applicable sections of Div. 00, 01, and 40, Drawings — Appendix B — Ozone System P&IDs of following project: Eagle Mountain Water Treatment Plant Phase IV Expansion — Ozone System, City Project Number 105176. 2.2 The OSS shall provide project design documentation, shop drawings, and assistance to the Engineer in the design of the ozone system and shall attend progress design meetings. 2.3 SPECIAL NOTE: The Work under this Agreement is part of OSS's proposal to design for and provide a 35-MGD Net Filtered Water Capacity Ozone System as described in the Proposal Form (00 41 00) contained within OSS's proposal. OSS shall enter into a subcontract with the City's contractor to provide the ozone system during construction of the Eagle Mountain Water Treatment Plant Phase IV Expansion. F.WM ram*$)QI M;7Tei r 9;7 [y 0 City agrees to pay OSS for performance of the Work as defined herein an amount, in current funds, of Ninety-five thousand Dollars ($95,000.00). Contract price may be adjusted by amendments or change orders duly authorized by the Parties. OFFICIAL RECORD Article 4. CONTRACT TIME CITY SECRETARY 4.1 Time of the Essence FT. WORTH, Tx A. All time limits for Milestones and the furnishing of Special Engineering Services as stated herewith are of the essence of the Agreement, and accordingly the parties have provided for liquidated damages in Article 8 of this Agreement. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 00 52 43 - 2 Special Engineering Services Agreement Page 2 of 12 4.2 Days to Achieve Submittal of Shop Drawings A. All Shop Drawings required by the Contract Documents shall be submitted to the City for Engineer's review and approval in accordance with Section 0133 00 — Submittals and the following schedule. 1. The OSS shall have submitted to the Engineer all Shop Drawings associated with the First Shop Drawing Submittal as described in Paragraph 4.3.A.1 below within 90 calendar days after the Notice of Award. The OSS shall have submitted to the Engineer all Shop Drawings associated with the Second Shop Drawing Submittal as described in Paragraph 4.3.A.1 below within 120 calendar days after the Notice of Award B. OSS will be assessed liquidated damages in accordance with Article 8 for failure to provide the above Submittals within the specified times. 4.3 Project Milestones for Special Engineering Services A. The furnishing of Special Engineering Services to the City and Engineer will commence upon the execution of the Agreement between the City and the OSS. The OSS shall provide all Special Engineering Services required by the Contract Documents based upon the following milestones: Upon execution of the Agreement, the OSS will begin to provide Special Engineering Services required for Shop Drawings and Samples. a) The First Submittal shall include P&IDs and equipment skid layouts for the ozone system, with shop drawings for the major equipment as defined in the specifications and electrical loads. b) The Second Submittal shall include shop drawings for all remaining equipment and facilities as defined in the equipment specifications, including design calculations, piping connections and layouts, equipment and piping materials and process instrumentation and controls. c) Refer to Section 46 3150 "Ozone System General" for other submittal requirements. OSS shall participate in up to four (4) three-hour virtual progress design meetings and provide assistance to Engineer during design of the Ozone System. 3. All submittals shall be in accordance with Section 0133 00 -Submittals. 5.1 Applications for Payment will be processed by City as provided in the General Conditions and as modified below. Applications for payment shall be submitted by the OSS on or before the last day of each calendar month. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 005243-3 Special Engineering Services Agreement Page 3 of 12 5.2 Progress Payments A. The City will make progress payments (net 30 days) on account of the Agreement Price on the basis of OSS's Applications for Payment as follows: 1. The City shall provide a payment of fifty thousand dollars ($50,000) for Special Engineering Services for approval of OSS's First Shop Drawing Submittal. 2. The City shall provide a payment of forty-five thousand dollars ($45,000) for Special Engineering Services for approval of OSS's Second Shop Drawing Submittal. Article 6. INDEMNIFICATION 6.1 OSS hereby covenants and agrees to indemnify, hold harmless and defend at its own expense, city, its officers, agents, servants and employees, from and against any and all claims or lawsuits for either third -party property damage or loss and/or personal injury, including death, to any and all persons, arising out of or in connection with this agreement, to the extent caused by the negligent acts or omission of OSS, its officers, agents, servants or employees. 6.2 Limitation on OSS's Obligation to Indemnify OSS's obligation to indemnify as set forth in Articles 6.1 is subject to the following exceptions and conditions: a) OSS will not be obligated to indemnify any other party for that party's own negligence or fault, regardless of nature or degree; and b) if a judgement, claim, loss, or expense occurs that is the result of the concurrent fault of multiple parties, each party will only be responsible for its own proportionate share of the fault. Article 7.OSS INSURANCE 7.1 Insurance coverage and limits: OSS shall provide to the City certificate(s) of insurance documenting policies of the following coverage 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. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 00 52 43 - 4 Special Engineering Services Agreement Page 4 of 12 Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee 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 2 years following the completion of the contract. An annual certificate of insurance referencing the project in the description of operations box on the certificate shall be submitted to the City for 2 years following completion of the contract 7.2 Certificates of insurance evidencing that the OSS has obtained all required insurance shall be delivered to the City prior to OSS proceeding with the Project. A. Applicable policies shall include the City as an Additional Insured thereon, as its interests may appear only to the extent that the additional insured is held liable for the negligence of the named Insured. 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. Thirty ( 30) 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. Notice of cancellation shall be evidenced on a blanket additional insured endorsement. Notice shall be sent to Chris Harder, Director, Fort Worth Water Department, 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 an insurance 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. Applicable policies shall include waiver of subrogation in favor of the City as respects the Project. G. For all lines of coverage underwritten on a claims -made basis, other than Professional Liability, 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. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 005243-5 Special Engineering Services Agreement Page 5 of 12 H. 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. I. Sub consultants and subcontractors to/of the OSS shall be required by the OSS to maintain the same or reasonably equivalent insurance coverage as required for the OSS. When sub consultants/subcontractors maintain insurance coverage, OSS shall provide City with documentation thereof on a certificate of insurance. Article 8. LIQUIDATED DAMAGES 8.1 The City and OSS recognize that time is of the essence of this Agreement and that the City will suffer financial loss if the Work is not completed within the Contract Time specified in Article 4 above, plus any extensions thereof allowed in accordance with this Agreement. Should OSS fail to complete the Work within this time, the City may retain liquidated damages in accordance with this Agreement. City's right to assess Liquidated Damages set forth in this Article 8 shall constitute the City's sole and exclusive remedy for delay by OSS in achieving any Milestones or dates for furnishing of Special Services or Engineering. In no event shall OSS 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 100% the Agreement 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 8 of this Agreement. 8.2 Liquidated Damages: A. OSS agrees to pay the City liquidated damages in the amount of five hundred dollars ($500.00) per working day that expires after the contract times or dates specified for the furnishing of Special Engineering Services in Article 4 of this Agreement. B. The liquidated damages are not a penalty but represent the fixed costs associated with the City's administrative fees and costs incurred by the City's inability to further design or place all or portions of this project into service within the time stipulated in the Agreement. C. By execution of this Agreement, City and OSS expressly agree that these liquidated damage amounts are reasonable under the circumstances existing at the time this Agreement is executed. Notwithstanding the foregoing language or anything contained in this Agreement associated with time of the essence, if a breach of this Agreement consists solely of a delay by OSS in achieving any Milestones or dates for furnishing Work, City's right to assess liquidated damages shall constitute its sole remedy for such breach until such liquidated damages equal hundred percent (100%) of the Purchase Order price. In the event the cap is reached, then City shall have the right to terminate OSS for cause in accordance with the termination provisions provided in the Terms & Conditions of this Agreement. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 005243-6 Special Engineering Services Agreement Page 6 of 12 I:RM=K"Biel 0M.7:11w11xH1 ' ' IMAby[tl3W 9.1 Authorization to Proceed OSS shall be authorized to proceed with this Agreement upon receipt of a written Notice to Proceed from the City. 9.2 Ownership of Intellectual Property All designs, devices, drawings, specifications, documents, prices, notes, other documents or information prepared or disclosed by OSS and other work products of the OSS, all related intellectual property rights, whether in hard copy or in electronic form, are instruments of service for this Project, whether the Project is completed or not and shall remain OSS's property. 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 OSS will be at the City's sole risk. OSS grants City a non-exclusive, non-transferrable license to use any such material solely for City, installation, operation, maintenance, and use of the Equipment for the Project. OSS may not withhold any such material from City in the event of a termination or dispute with City. City shall not disclose any such Instruments of Service to third parties, without Seller's prior written consent. 9.3 Force Majeure The parties agree that force majeure events such as extreme weather or other acts of God, strike or other labor shortage, fire , accident, war or civil disturbance, act of government, pandemic, delay of carriers, failure of normal sources of supply, complete or partial shutdown of a plant by reason of inability to attain sufficient raw materials or power, and/or similar contingency beyond the reasonable control of either party shall i) not give rise to delay damages (regardless of whether such delay may have been foreseeable), and (ii) allow schedule and pricing to be equitably adjusted. If delivery or performance is delayed for a period exceeding 180 (one hundred and eighty) days, either Party may terminate this Agreement as per termination provision of this Agreement 9.4 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 OSS for cause if either party fails substantially to perform through no fault of the other or fails to make any payment when due and does not commence correction of such nonperformance with 5 business days of written notice and diligently complete the correction thereafter, or either party becomes insolvent, makes an assignment for the benefit of its creditors, has a receiver or trustee appointed for the benefit of its creditors, or files for protection from creditors under any bankruptcy or insolvency laws. 1. Upon the termination of this Agreement by City for cause, City shall pay to OSS the portion of the Agreement price allocable for services performed and in progress before the effective date of termination. Upon the termination of this Agreement by OSS for cause, City shall pay to OSS in accordance with termination for convenience provision below. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 005243-7 Special Engineering Services Agreement Page 7 of 12 B. If this Agreement is terminated for the convenience of the City, the OSS will be paid for work prior to termination and termination expenses, plus reasonable overhead of such expenses as follows: 1. Cost of reproduction of partial or complete studies, plans, specifications or other forms of OSS's work product; 2. Out-of-pocket expenses for purchasing storage containers, microfilm, electronic data files, and other data storage supplies or services; 3. The time requirements for the OSS's personnel to document the work underway at the time the City's termination for convenience so that the work effort is suitable for long time storage. 4. Cost for work in progress. C. Prior to proceeding with termination services, the OSS will submit to the City an itemized statement of all termination expenses. The City's approval will be obtained in writing prior to proceeding with termination services. 9.5 Suspension, Delay, or Interruption to Work The City may suspend, delay, or interrupt the services of the OSS for the convenience of the City by thirty (30) day written notice to OSS. In the event of such suspension, delay, or interruption, an equitable adjustment in the Project's schedule, commitment, and cost of the OSS's personnel and subcontractors, and OSS's compensation will be made. 9.6 Assignment Neither party shall assign all or any part of this Agreement without the prior written consent of the other and on same terms as agreed here. Such consent not to be unreasonably withheld. 9.7 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, toil 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 OSS, and their officers, employees, agents, and subcontractors. 9.8 Alternate Dispute Resolution All claims, disputes, and other matters in question between the City and OSS arising out of, or in connection with this Agreement or' the Project, or any breach of any obligation or duty of City or OSS hereunder that cannot be resolved through informal processes between the parties will be submitted to mediation. The parties shall jointly agree on a mediator within 30 days of the date the informal process is declared an impasse. The cost of the mediator shall be shared by the Parties. If mediation is unsuccessful, the claim, dispute or other matter in question may be litigated in a court of competent jurisdiction. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 005243-8 Special Engineering Services Agreement Page 8 of 12 9.9 Severability and Survival If any of the provisions contained in this Agreement are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability 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. 9.10 Observe and Comply OSS shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations, effective as of date of agreement, 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 enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. OSS 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 employees. Article 10. MISCELLANEOUS 10.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 10.2 Successors and Assigns. City and OSS each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Agreement. 10.3 Severability/Non-Waiver of Claims. Any provision or part of the Agreement held to be unconstitutional, void, or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and OSS. The failure of City or OSS to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or OSS's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 10.4 Governing Law and Venue. This Agreement is performable in the State of Texas. The laws of the State of Texas shall govern the validity of this Agreement, its interpretation and performance, and any other claims related to it. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 10.5 Authority to Sign. OSS shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the OSS. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 00 52 43 - 9 Special Engineering Services Agreement Page 9 of 12 10.6 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 10.7 Prohibition On Contracts With Companies Boycotting Israel. OSS, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if OSS has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. Furthermore, Parties agree to comply with the antiboycott provisions set forth in Part 760 of the Export Administration Regulations (EAR). By signing this contract, OSS certifies that OSS's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 10.8 Prohibition on Boycotting Energy Companies. OSS acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, OSS certifies that OSS's signature provides written verification to the City that OSS: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 10.9 Prohibition on Discrimination Against Firearm and Ammunition Industries. OSS acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, OSS certifies that OSS's signature provides written verification to the City that OSS: (1) does not have a CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 00 52 43 - 10 Special Engineering Services Agreement Page 10 of 12 practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 10.10 Immigration Nationality Act. OSS shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, OSS shall E-Verify the information for any employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. OSS SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to OSS, shall have the right to immediately terminate this Agreement for violations of this provision by OSS. 10.11 No Third -Parry Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the OSS and there are no third -party beneficiaries. 10.12 Export Control Parties' obligations are conditioned upon compliance with all applicable trade control laws and regulations including those of the United States, European Union, and United Nations. Additionally, City shall not sell, distribute, disclose, export or re-export, directly or indirectly, or otherwise transfer any item or technical data provided under this agreement to: (i) any country designated as a "State Sponsor of Terrorism" by the U.S. Department of State including, for this Agreement, the countries of North Korea (ii) any entity located in, or owned by an entity located in, a "State Sponsor of Terrorism" country, North Korea, (iii) the region of Russian Federation and Russian occupied regions (Crimea, Donetsk People's Republic (DNR), Luhansk People's Republic (LNR), Kherson, Zaporizhzhia regions of Ukraine) or (iv) any person or entity listed on the `Entity List" or "Denied Persons List", the list of "Specifically Designated Nationals and Blocked Persons" maintained by any other applicable prohibited party list, such as those provided by the US, EU and United Nations. The City hereby certifies that the work, technical data, software or other information or assistance furnished by the OSS or its Affiliates under this contract will not be used in the design, development, production, stockpiling or use of chemical, biological or nuclear weapons either by the City or by any entity acting on the City's behalf or by the end user. City will not involve the shipment of goods or the provision of services or technology for or to a military end user. If during contract period the applicable trade control laws and regulations affect contract execution or designate any person or entity involved in business activity between [and/or including] the City and OSS, the obligations of the Parties to comply with all applicable trade control laws and regulations shall be implemented and shall survive any termination or discharge of any other contract obligations, and the parties will work either towards CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 00 52 43 - 11 Special Engineering Services Agreement 10.13 Page 11 of 12 achieving compliance within the following six (6) months or will terminate the agreement and work to effect a mutually agreeable and orderly process for such termination and/or winding down the business activity. OSS's Total Limitation of Liability. Notwithstanding any other provisions of the Contract Documents, the OSS's total liability arising at any time under any of the Contract Documents or otherwise in connection with completing the Contract (whether arising under breach of contract, tort, strict liability, or any other theory of law) shall not exceed 1.0 times the amount of the Total Contract Price of the Special Engineering Services Agreement OSS shall not be liable to the City for any consequential, incidental, special, punitive, or other indirect damages. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 3, 2024 City Project No. 105176 00 52 43 - 12 Special Engineering Services Agreement Page 12 of 12 IN WITNESS WHEREOF, City and OSS have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). OSS: By: 1,tr Pti3O,y , xl ilea Signature William Gill for Tawna Sharma (Printed Name) Contracts Manager Title 3600 Horizon Blvd Address Trevose, PA, 19053-4945 City/State/Zip November 13, 2024 Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2024 City of Fort Worth By: 0X William Johnson (N v26,202414:38CST) William Johnson Assistant City Manager 11 /26/2024 Date ann 'F FQRT nod Attest: ao adU Il�4564gd Jannette Goodall, City Secretary (Seal) M&C: NVA Date: N/A Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. O ��aga James W. McDonald Project Manager Approved as to Form and Legality: fj� Douglas Black (Nov 25, 202417:45 CST) Douglas W. Black — Sr. Assistant City Attorney APPROVAL RECOMMENDED: ChK-5foLgher ffG1! der Christopher Harder (Nov 22, 202417:03 CST) Christopher Harder, P.E. Director Water Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Eagle Mountain WTP— phase IV Expansion Ozone System City Project No. 105176 SECTION 00 6113 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, 006113-1 PERFORMANCE BOND Page 1 of 4 , known as "Principal" herein and , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Dollars ($ ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of , 20_, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Eagle Mountain WTP Phase IV Expansion — Ozone System, City Project No. 105176. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 8, 2023 City Project No. 105176 006113-2 PERFORMANCE BOND Page 2 of 4 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of ,20 PRINCIPAL: BY: ATTEST: (Principal) Secretary Signature Name and Title Address: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Eagle Mountain WTP — Phase IV Expansion Ozone System City Project No. 105176 Witness as to Principal Witness as to Surety CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 SURETY: BY: Signature Name and Title Address: Telephone Email Address: 006113-3 PERFORMANCE BOND Page 3 of 4 Number: Eagle Mountain WTP — Phase IV Expansion Ozone System City Project No. 105176 006113-4 PERFORMANCE BOND Page 4 of 4 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 Eagle Mountain WTP — Phase IV Expansion Ozone System City Project No. 105176 0061 14 - 1 PAYMENT BOND Pagel of 2 SECTION 00 6114 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, , known as "Principal" herein, and , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Dollars ($ ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the lday of , 20 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Eagle Mountain WTP Phase IV Expansion — Ozone System, City Project No. 105176. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 8, 2023 City Project No. 105176 0061 14 - 2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of ,20 PRINCIPAL: ATTEST: BY: Signature (Principal) Secretary Name and Title Address: Witness as to Principal SURETY: ATTEST: BY: Signature (Surety) Secretary Name and Title Witness as to Surety Address: Telephone Number: Email Address: Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 8, 2023 City Project No. 105176 006119-1 MAINTENANCE BOND Page 1 of 1 SECTION 00 6119 MAINTENANCE BOND NOT REQUIRED END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP - Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 8, 2023 City Project No. 105176 ® 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE [Assembler: For Contract Document execution, remove this page and replace with standard ACORD Certificate of Insurance form.] END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised July 1, 2011 City Project No. 105176 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1 — Defmitions and Terminology ..................................... 1.01 Defined Terms.......................................................... 1.02 Terminology............................................................. Article 2 — Preliminary Matters............................................................. 2.01 Copies of Documents........................................................ 2.02 Commencement of Contract Time; Notice to Proceed .... 2.03 Starting the Work.............................................................. 2.04 Before Starting Construction ............................................ 2.05 Preconstruction Conference .............................................. 2.06 Public Meeting.................................................................. 2.07 Initial Acceptance of Schedules ........................................ Article 3 — Contract Documents: Intent, Amending, Reuse ......... 3.01 Intent........................................................................... 3.02 Reference Standards ................................................... 3.03 Reporting and Resolving Discrepancies .................... 3.04 Amending and Supplementing Contract Documents 3.05 Reuse of Documents .................................................. 3.06 Electronic Data........................................................... Page ......................................1 ......................................1 ...................................... 6 ................... 7 .................. 7 .................. 7 .................. 8 .................. 8 .................. 8 .................. 8 .................. 8 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands.................................................................................................................. 11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 - City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 10 - Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work.................................................................................................................................. 39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement- 11.01 Cost of the Work..................................................................................................... 11.02 Allowances.............................................................................................................. 11.03 Unit Price Work...................................................................................................... 11.04 Plans Quantity Measurement.................................................................................. Article 12 - Change of Contract Price; Change of Contract Time ................................. 12.01 Change of Contract Price............................................................................ 12.02 Change of Contract Time............................................................................ 12.03 Delays.......................................................................................................... Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ... 13.01 Notice of Defects.................................................................................................... 13.02 Access to Work....................................................................................................... 13.03 Tests and Inspections.............................................................................................. 13.04 Uncovering Work.................................................................................................... 13.05 City May Stop the Work......................................................................................... 13.06 Correction or Removal of Defective Work............................................................ 13.07 Correction Period.................................................................................................... 13.08 Acceptance of Defective Work............................................................................... 13.09 City May Correct Defective Work......................................................................... .41 ..41 ..43 .. 44 .. 45 Article 14 - Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article 16 - Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 17 — Miscellaneous ............................................. 17.01 Giving Notice ............................................. 17.02 Computation of Times ............................... 17.03 Cumulative Remedies ................................ 17.04 Survival of Obligations .............................. 17.05 Headings ..................................................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 ................................................................................. 62 ................................................................................. 62 ................................................................................. 62 ................................................................................. 62 ................................................................................. 63 ................................................................................. 63 007200-1 GENERAL CONDITIONS Pagel of 63 ARTICLE I — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 2 of 63 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 -1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 -1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 -1 GENERAL CONDITIONS Page 6 of 63 62. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms orAdjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 -1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 -1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 1 I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.- Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for MWBE goal, Contractor is required to comply with the intent of the City's MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: hUs://co=troUer.texas. Qov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and OtherAreas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review.• 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDFD TO OPERATE AND BF FFFF,CTIVF F`TFN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTFNDFD TO OPERATE AND BE EFFECTIVE FVEN IF TT TS ALLEGED OR PROVEN THAT ALL OR SOME, OF THE DAMAGES RFTNG SOTTGH'T WERE CAUSED. TN WVLOLE OR IN PART. BY ANY ACT. OMjSSTON OIR NEGLIGFNCF, OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0 LA, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0l.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; no fee shall be payable on the basis of costs itemized under Paragraphs I1.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007300-1 SUPPLEMENTARY CONDITIONS �1 01401 1130111I1IK11II111 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-1.01, "Defined Terms" Add Definition: Substantial Completion — The date at which the Work (or a specified Dart thereof) has mo2ressed to the Doint where, in the oDinion of the Citv, the Work (or a specified Dart thereof) is sufficiently complete, in accordance with the Aereement and all Contract Documents, so that the Work (or a specified Dart thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantiallv completed" as applied to all or Dart of the Work refer to Substantial Completion thereof. Add Definition: OSS — Ozone Svstem SuDDlier: Experienced suDDlier of ozone systems, as described in the Contract Documents, which is responsible for 1)rovidin2 the ozone system. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of May 2024: Outstanding Right -Of -Way, and/or Easements to Be Acquired CITY OF FORT WORTH STANDARD CONSTRUCTION Eagle Mountain WTP — Phase IV Expansion SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Ozone System Revised August 15, 2017 City Project No. 105176 007300-2 SUPPLEMENTARY CONDITIONS PARCEL NUMBER None OWNER Page 2 of 7 TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of May 2024. EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None. SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: CDM Smith Inc., Garver, and Gupta and Associates, Inc. (3) Other: SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: CITY OF FORT WORTH STANDARD CONSTRUCTION Eagle Mountain WTP — Phase IV Expansion SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Ozone System Revised August 15, 2017 City Project No. 105176 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100, 000 each accident/occurrence $100, 000 Disease - each employee $500, 000 Disease -policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits o£ $1, 000, 000 each occurrence $2, 000, 000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X," ..C," and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100, 000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks [None]. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. CITY OF FORT WORTH STANDARD CONSTRUCTION Eagle Mountain WTP — Phase IV Expansion SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Ozone System Revised August 15, 2017 City Project No. 105176 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 The Contractual Liability coverage required by Paragraph 5.041) of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 1 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: SC-6.09., "Permits and Utilities" CITY OF FORT WORTH STANDARD CONSTRUCTION Eagle Mountain WTP — Phase IV Expansion SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Ozone System Revised August 15, 2017 City Project No. 105176 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses": The following is a list of known outstanding permits and/or licenses to be acquired, if any as of Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None None SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: CITY OF FORT WORTH STANDARD CONSTRUCTION Eagle Mountain WTP — Phase IV Expansion SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Ozone System Revised August 15, 2017 City Project No. 105176 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor None Scope of Work None SC-8.01, "Communications to Contractor" None Coordination Authority None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is James MacDonald, P.E., Fort Worth Water Department or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" None SC-14.10. "Substantial Completion" Add the following Section as follows: 14.10 Substantial Completion A. When Contractor considers the entire Work sufficiently complete, in accordance with the Contract Documents and this Asreement, such that the Citv may implement or use the Work for its intended Dumose. Contractor shall notify the Citv in writing that the entire Work is substantiallv complete and reauest that the Citv issue a letter of Substantial Completion. Contractor shall at the same time submit to the Citv an initial draft _punch list to be com_Dleted or corrected before final acceDtance. CITY OF FORT WORTH STANDARD CONSTRUCTION Eagle Mountain WTP — Phase IV Expansion SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Ozone System Revised August 15, 2017 City Project No. 105176 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 B. Promptly after Contractor's notification, Citv and Contractor shall make an inspection of the Work to determine the status of completion. If Citv does not consider the Work substantially complete. Citv will notifv Contractor in writins eivinQ the reasons, therefore. C. If Citv considers the Work substantiallv complete. Citv will deliver to Contractor a letter of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the Letter of Substantial Completion a list of items to be completed or corrected before Final Acceptance. D. At the time of receipt of the letter of Substantial Completion, Citv and Contractor will confer re2ardine Citv's use or occupancv of the Work following Substantial Completion. All surety and insurance shall remain in effect until Final Pavment. E. After Substantial Completion, the Contractor shall promptly beein work on the punch list of items to be completed or corrected prior to Final Acceptance. In appropriate cases. Contractor may submit monthlv ADDlications for Pavment for completed punch list items, following the progress Davment procedures set forth herein. SC-16.01C.1, "Methods and Procedures" None I OWMI7II.111[fJl Y [17►1 Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 8/15/2017 F. Goderya Added SC-1.01., and 14.10., "Substantial Completion" CITY OF FORT WORTH STANDARD CONSTRUCTION Eagle Mountain WTP — Phase IV Expansion SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS Ozone System Revised August 15, 2017 City Project No. 105176 00 74 00 SPECIAL CONDITIONS SECTION 00 74 00 SPECIAL CONDITIONS Special Conditions Page 1 of 7 These Special Conditions are complementary to Section 00 72 00 - General Conditions and Section 00 73 00 — Supplementary Conditions and other provisions of the Contract Documents as indicated below. Anything contained in this Section 00 74 00 — Special Conditions that is additive to any provision in Section 00 72 00 - General Conditions are to be read together. Any conflict between Section 00 72 00 — General Conditions and this Section 00 74 00, Section 00 74 00 shall control. Article 1- General The City of Fort Worth is in the process of designing the Eagle Mountain Water Treatment Plant (WTP) Phase IV Expansion. Design of the project is scheduled to be completed by December 31, 2024. Construction of the Eagle Mountain WTP — Phase IV expansion is scheduled to start in June 2025 and be substantially completed and producing potable water by June 2028. The plant process will include ozonation. The ozone system will be selected prior to commencing final design of the WTP facilities. The ozone system supplier (OSS) will be selected based on a present worth evaluated bid as specified herein. The selected OSS 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 OSS will be included as part of the General Construction Contract for the Eagle Mountain WTP — Phase IV Expansion. Once the General Contractor for the Eagle Mountain WTP — Phase IV Expansion Project is selected, the OSS will enter into a subcontract agreement with the General Contractor for the ozone system goods and services at the price submitted in the Proposal. Goods and services include, but are not limited to, ozone equipment, startup and commissioning support, factory and field testing and troubleshooting, workmanship, and performance and equipment warranties. 2. 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 OSS shall prove Performance compliant with the specification of this package during field and performance testing during commissioning of the project. The OSS 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 Eagle Mountain WTP — Phase IV Project or six months after successful completion of the performance testing, whichever comes first. OSS will be required to replace at its expense any part or all of this project which becomes defective due to these causes. Article 2 — Location and Description of Project 1. The Eagle Mountain Water Treatment Plant site is located at 6801 Bowman Roberts Road, Fort Worth, Texas 76179. The scope of work for the OSS consists of the furnishing of all the material, equipment, labor and supervision necessary for supplying the Ozone System for the Eagle Mountain WTP — Phase IV Expansion as described herein. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 8, 2024 City Project No. 105176 00 74 00 SPECIAL CONDITIONS Page 2 of 7 2. The Eagle Mountain WTP — Phase IV Expansion will be a new facility consisting of the following: A. Raw Water Ozonation Facilities 1. Oxygen Storage and Vaporizers 2. Ozone Generation Building 3. Ozone Side stream Injection and Contact Basins B. Rapid Mix, Flocculation, and Sedimentation Basins C. Biological Filters D. Membrane Filtration System Facilities 1. Membrane Building 2. Membrane Modules and Feed Pumps 3. Chemical Facilities 4. Membrane Backwash and Cleaning Facilities E. Chemical Storage and Feed Facilities 1. Chemical Building 2. Chemical Storage Tanks 3. Chemical Feed Pumps F. Washwater Recovery Systems 1. Washwater Basins 2. Recycle Pump Station G. Electrical Building Article 3 — Special Engineering Services Agreement The OSS shall provide Special Engineering Services related to the membrane filtration systems during the design phase of the project. The OSS shall enter into an agreement (Section 00 52 43) with the City of Fort Worth for these services, defined further within these specifications. The City shall pay the OSS $95,000 for these services. If the OSS feels that the cost of these services will exceed $95,000, the OSS shall include the additional cost within Item A of the Proposal. Article 4 — Subcontract Agreement with General Contractor 1. The OSS shall enter into a Subcontract Agreement with the General Contractor for the Eagle Mountain Water Treatment Plant Phase IV Expansion project for the work described herein, with exception of the work to be performed as part of the Special Engineering Services Agreement (Section 00 52 43). 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 Eagle Mountain WTP Phase IV Expansion. The scope of work of the OSS will be included as part of the overall scope of work for the General Contractor and become a part of their contract. 2. Progress and Final Payment a. After review and approval of all Shop Drawings and after the General Contractor has issued a "Notice to Commence Fabrication," the OSS shall submit an Application for CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 8, 2024 City Project No. 105176 00 74 00 SPECIAL CONDITIONS Page 3 of 7 Payment in accordance with the General and Supplementary Conditions. The City, 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. b. Prior to Performance Testing, progress payments will be made by the City, 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 OSS. c. Upon completion of the Performance Testing, the City, through the General Contractor, will pay an amount equal to 95 percent of the Contract Price, less the aggregate of payments previously made. d. Final Payment. Upon Final Completion or six months after completion of the Performance testing, whichever occurs first, the City, through the General Contractor, will pay the remainder of the Contract Price. e. Retainage. City, through the General Contractor, will hold five percent (5%) retainage for work performed until Final Payment. Article 5 — OSS Compliance with Worker's Compensation Law The OSS 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 OSS providing services on the project, for the duration of the project. Refer to the Sections 00 72 00 — General Conditions, 00 73 00 — Supplementary Conditions, and 00 45 26 — Contractor Compliance with Workers' Compensation Law. Article 6 — Wage Rates 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 water rates shall be for the specific project location. Refer to the website www.2Do.2ov/davisbacon/tx.html for the applicable rates. Article 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 OSS has received written permission of the Engineer to name a substitution for the material, which has been specified. Where the terms "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 OSS 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 OSS 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. Article 8 — Time of Completion CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 8, 2024 City Project No. 105176 00 74 00 SPECIAL CONDITIONS Page 4 of 7 The OSS 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 Section 00 52 43 Special Engineering Services Agreement. The OSS 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. OSS 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 City, OSS, Engineer, and General Contractor for the installation of the Goods prior to the issuance of the "Notice to Commence Fabrication." The OSS 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 365 days, but no more than 540 days, after the "Notice to Commence Fabrication" is issued. 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 OSS shall be liable for liquidated damages in as presented 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. Liquidated Damages 1. Should the OSS fail to complete the Work or portions of the Work under the Special Engineering Services Contract within the specified time periods, the OSS will be subject to liquidated damages as specified in Section 00 52 43 Special Engineering Services Agreement. 2. Should the OSS 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 above, thereby causing the General Contractor to be late and having to pay liquidated damages to the City, the OSS agrees to pay the Contractor liquidated damages in the amount of $2,500 for each and every calendar day of delay until the Work is completed. The total amount of liquidated damages payable by the OSS shall not exceed ten percent (10%) of the OSS Contract Price. Article 9 — Interpretation of Phrases Wherever the words "Directed", "Required", "Permitted", "Designated", "Considered Necessary", "Prescribed", or words of like import are used in the Plans or in the Specifications, it shall be understood that they are intended as Specifications, it shall be understood that they are CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 8, 2024 City Project No. 105176 00 74 00 SPECIAL CONDITIONS Page 5 of 7 intended as prerogative of the City and/or the Engineer, and, similarly, the words, "Approval", "Acceptable", "Satisfactory", or words of like import, shall mean approval, etc., by the City 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 City and/or Engineer shall be final judges 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 this interpretation of the meaning of such words, terms, or clauses. Article 10 — Substantial Completion Substantial Completion for the Ozone System shall be defined as such date when the ozone system has been installed, is completely operational, has successfully passed the performance test, and the City is obtaining beneficial use of the systems by producing potable water that can be pumped into the City's distribution systems. Article 11— Final Completion After construction work is satisfactorily completed, the Owner shall make a final inspection of the project. The City 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 00 72 00. After final acceptance, the OSS shall provide a two-year Guaranty in accordance with Article 6.2 of Section 00 72 00 — General Conditions, commencing the date of final acceptance. If Final Acceptance is greater than six months after substantial completion as defined in Section 00 72 00, the two-year Guaranty shall begin six months after substantial completion. Article 12 — Interpretation of Requirements 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. Lack of Understanding: 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. Article 13 - Age In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, OSS 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. OSS further covenants that neither it nor its officer's, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 8, 2024 City Project No. 105176 00 74 00 SPECIAL CONDITIONS Page 6 of 7 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. OSS 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. Article 14 - Disability In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), OSS 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, tends and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. OSS warrants it will frilly 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 OSS's and/or its subcontractor's alleged failure to comply with the above - referenced law concerning disability discrimination in the performance of this agreement. Article 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 City, 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. Article 16 — Warranty Certificates The OSS 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 supplied by the OSS during the warranty period due to defects of design, materials, or workmanship, the affected part or parts shall be replaced promptly upon notice by the OSS. All replacement parts shall be furnished, delivered and installed at the expense of the Manufacturer. All warranty certificates or OSS's guarantees, for equipment purchased and provided by the OSS shall be issued in the name of the City of Fort Worth. Article 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. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 8, 2024 City Project No. 105176 00 74 00 SPECIAL CONDITIONS Page 7 of 7 END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised March 8, 2024 City Project No. 105176 DIVISION 01 GENERAL REQUIREMENTS 011100-1 SUMMARY OF WORK SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 5 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this project as detailed in the Drawings and Specifications. 2. The Goods and Special Services furnished under the Special Engineering Services Agreement with the City and the Subcontract Agreement with the General Contractor consist of designing Goods to be provided by the Ozone System Supplier (OSS), submittal of shop drawings and samples, general arrangement drawings of ozone system skids and associated equipment, installation manuals, project coordination with the City, Engineer, and General Contractor, including: a. Participation in progress design and construction meetings b. Furnishing ozone equipment and appurtenances required for the Eagle Mountain Water Treatment Plant (WTP) Phase IV Expansion Ozone System. c. Providing manufacturer trained personnel for assisting the General Contractor with initial installation and start-up of the ozone system. d. Preparing and submitting operation and maintenance manuals e. Providing start up, commissioning, demonstration testing, and performance warranty testing as specified. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 01 11 00 - 2 SUMMARY OF WORK Page 2 of 5 3. The City is implementing a new 50-MGD water treatment plant facility that will be constructed in phases. The initial phase of construction will include an ozone system that includes LOX storage, nitrogen boost, ozone side stream injection, ozone contactors, and ozone destruct units sized for 50-MGD. Two ozone generators with a generation capacity to treat up to 35-MGD will also be provided. The ozone system shall be designed for future expansion to 50-MGD by addition of another ozone generator. The ozone system will be implemented in the following phases: a. The City will pre -select an OSS based on evaluation of submitted OSS proposals b. After pre -selection of the OSS, Engineer will develop project documents of the construction of the ozone system based upon the selected OSS. These documents will be included as part of the overall project documents of the Eagle Mountain WTP Phase IV Expansion project. c. The OSS scope and Proposal price will be included as part of the contract documents for the Eagle Mountain WTP Phase IV Expansion construction contract d. A subcontract agreement between the OSS and General Contractor will be developed and executed e. The General Contractor will install the ozone equipment. 4. Goods and Services to be provided by the OSS under the Special Engineering Services Agreement with the City and Subcontract Agreement with the General Contractor include: a. Design of the Goods provided by the OSS as specified in Divisions 1 through 46; b. Submittal of Shop Drawings, as required by Divisions 1 through 46; c. Submittal of general arrangement drawings of ozone system equipment; d. Submittal of installation manuals; e. Participate in meetings and assist the City and Engineer during the design. OSS shall attend up to four (4) virtual design meetings. f. Participation in meetings and assist City and Engineer during the construction, commissioning, and performance warranty testing of the Goods, per the requirements of these Contract Documents; g. Operation and Maintenance Manuals for all equipment provided; h. Scheduling of equipment delivery and inspection/inventory of equipment; i. Equipment and services for Commissioning, Demonstration, and Performance Warranty Testing; j. Training of General Contractor for the installation of the ozone system; k. Review of equipment installation; 1. Calibration of OSS supplied instrumentation; in. Commissioning of the Goods; n. Operator Training; and o. Warranties and Bonds. 5. Work by Engineer: a. Facility Design: 1) Overall facility design; 2) Review of the Goods provided by the OSS to determine compliance with the requirements of the Contract Documents; CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 011100-3 SUMMARY OF WORK Page 3 of 5 3) Design and specification of liquid oxygen storage and gaseous oxygen feed system; 4) Design and specification of cooling water system (cooling water pumps, closed -loop piping, open -loop piping) exclusive of sizing the OSS provided heat exchanger; 5) Design of ozone piping to the side stream injection equipment; 6) Layout of side stream injection system based on the OSS provided equipment; 7) Design of the ozone contacting system; 8) Design of electrical motor control centers (MCCs), VFDs, and conduit not provided by OSS; 9) Design facilities, platforms, walkways, HVAC, plumbing, etc.; 10) Preparation of Bidding Documents for General Contractor. b. Project Responsibility 1) Review of approval of Shop Drawing submittals; 2) Review of applicable building codes; 3) Periodic observation of OSS activities; 4) Periodic observation of the General Contractor and General Contractor activities; and 5) Periodic observation during installation, commissioning and Performance Warranty Testing. 6. Work by General Contractor: a. Construction of buildings and facilities to house the ozone system (ozone generation, side stream injection and ozone contactor); b. Unloading and storage of all equipment at the Point of Delivery; c. Installation of all ozone equipment provided by the OSS; d. Submittal, purchase, and installation of other equipment specified by ENGINEER; e. Installation of yard piping; f. Installation of all non-skid mounted piping within the ozone system; g. Installation of electrical systems and operator interfaces; and h. Corrective assistance during demonstration, field, and Performance Warranty Testing of the Ozone Equipment. 7. City's Responsibilities: a. Construction Observation through City's onsite Construction Manager 1) Observation of OSS activities; 2) Observation of the General Contractor and General Contractor activities; and 3) Observation during installation, commissioning, and performance warranty testing. b. Provision of operators and supervisors for training; c. Obtaining of permits as required; d. Operation of the treatment facilities in accordance with OSS's and Engineer's recommendations during the correction period; and e. Payment of interest parties. B. Subsidiary Work CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 01 11 00 - 4 SUMMARY OF WORK Page 4 of 5 Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way 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 City. a. 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. b. Excavated and waste materials shall be stored 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. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 011100-5 SUMMARY OF WORK Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 012500-1 SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised July 1, 2011 City Project No. 105176 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised July 1, 2011 City Project No. 105176 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Eagle Mountain WTP — Phase IV Expansion Ozone System City Project No. 105176 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Recommended Recommended Not recommended _Received late By Date Remarks Date Rejected Eagle Mountain WTP — Phase IV Expansion Ozone System City Project No. 105176 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Page 1 of 8 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize 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. b. Ozone System Supplier (OSS) is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the OSS's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other party. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e., A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. OSS Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the OSS with a Certification Statement affixed including: a. The OSS's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified 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." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. Order a. Cover Sheet 1) Description of Packet 2) OSS Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 013300-3 SUBMITTALS Page 3 of 8 3. OSS identification 4. The names of: a. OSS b. Supplier 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 by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for OSS and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 013300-4 SUBMITTALS Page 4 of 8 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased, or on -site construction accomplished which does not conform to approved shop drawings and data is at the OSS's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's E-Builder site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If OSS requires more than 1 hard copy of Shop Drawings returned, OSS shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 013300-5 SUBMITTALS Page 5 of 8 a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If OSS requires more than 3 copies of Shop Drawings returned, OSS shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. 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 the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the OSS of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the OSS from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the OSS, and the City will have no responsibility, therefore. 3. The OSS remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the OSS under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the OSS may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the OSS. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Eagle Mountain WTP — Phase IV Expansion Ozone System City Project No. 105176 013300-6 SUBMITTALS Page 6 of 8 a) The OSS may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The OSS may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The OSS must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At OSS's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the OSS's expense, based on the City's or City Representative's then prevailing rates. 2) Provide OSS reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the OSS to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the OSS, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the OSS to the areas that are incomplete. 8. If the OSS considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City, the OSS may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Eagle Mountain WTP — Phase IV Expansion Ozone System City Project No. 105176 013300-7 SUBMITTALS Page 7 of 8 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) OSS Request for additional information a. Clarification or interpretation of the contract documents b. When the OSS believes there is a conflict between Contract Documents c. When the OSS believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx," beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 Eagle Mountain WTP — Phase IV Expansion Ozone System City Project No. 105176 016000-1 PRODUCT REQUIREMENTS Page 1 of 13 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 PRIORITY OF OTHER SECTIONS A. Where there is a conflict between this Section and other individual Technical Specifications (Divisions 1 through 16), the latter shall govern. B. See individual Sections for additional information. 1.5 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 805 feet above Mean Sea Level. 2. The system shall be suitable for installation in an industrial indoor environment maintained between 50 degrees F and 80 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. 1.6 QUALIFICATIONS/QUALITY CONTROL A. All Equipment furnished shall consist of standard equipment of proven ability, modified as in accordance with the requirements of this Equipment Purchase Agreement (including, without limitation, all Appendices). B. All Vendors shall be fully experienced, reputable, qualified, and regularly engaged in the manufacturing of the Equipment to be furnished. All Vendors are subject to approval by the Engineer. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-2 PRODUCT REQUIREMENTS Page 2 of 13 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 OSS shall have the sole responsibility for proper functioning of the Equipment. 1.7 SPECIAL TOOLS AND SPARE PARTS A. Spare Parts 1. The Ozone System Supplier (OSS) 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 OSS or by the manufacturers of the equipment supplied by OSS. 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 the 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. OSS's name and address d. Applicable sections of the Specifications for each set of spare parts supplied. e. Acknowledgment signed by the OSS, that all spare parts and maintenance materials have been delivered. 5. The OSS 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 OSS 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 OSS. 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 OSS. This includes special tools, instruments, accessories required for proper "in -plant" adjustment, maintenance, overhaul, and operation. Tools shall be high-grade, smooth, forged, alloy tool steel. 2. The OSS 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 OSS. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-3 PRODUCT REQUIREMENTS Page 3 of 13 1.8 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located as follows: 1. Resources\02 - Construction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.9 SUBMITTALS A. Shop Drawings In accordance with the requirements of Section 013300, 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 OSS 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 OSS and OSS's equipment manufacturers. 1.10 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.11 CLOSEOUT SUBMITTALS [NOT USED] 1.12 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.13 QUALITY ASSURANCE [NOT USED] 1.14 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.15 FIELD [SITE] CONDITIONS [NOT USED] 1.16 WARRANTY [NOT USED] PART 2- PRODUCTS CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-4 PRODUCT REQUIREMENTS Page 4 of 13 2.1 MATERIAL AND EQUIPMENT — GENERAL A. These Specifications call attention to certain features, but do not purport to cover all details of construction of the units. However, the OSS shall furnish the components and/or Equipment complete in all details and ready for operation when installed by the Contractor and external connections are made. Where components standard with the manufacturer are not specifically mentioned, such components shall be provided by the OSS and incorporated in the Work as if they had been completely described or detailed, at no additional expense to the Owner. B. All steel members used in the fabrication of the Equipment shall conform to the requirements of "Specifications for Structural Steel", ASTM A36. C. Fabrication of structural steel members shall be in accordance with the latest edition of AISC "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings". Zinc Coating (hot dip) for steel shapes, bars, plates and strip shall be in accordance with the latest edition of ASTM A123. Zinc Coating (hot dip) for iron and steel hardware shall be in accordance with the latest edition of ASTM A153. All welding shall conform to the latest standards of the American Welding Society. D. All parts shall be amply proportioned for all stresses which may occur during fabrication, erection and operation. All parts of the same size and type shall be identical. 2.2 BOLTS, NUTS AND WASHERS FOR EQUIPMENT A. Bolts for the Equipment assembly shall be refined bar iron, except that where the Equipment body is stainless steel, aluminum or bronze alloy, the bolts shall be of the same corrosion resistant material. Hexagonal nuts shall be of the same metal as the bolts. All threads shall be clean cut, coarse threads, Class II fit, and shall conform to U.S. Standard BL 1-1060 for United Screw Threads unless otherwise specified. B. Plain steel bolts, nuts, and washers in contact with feed water, filtrate or waste from the process shall be of a material suitable for service with pre-treated water as specified herein. All other steel bolts, nuts, and washers shall be Type 304 or Type 316 stainless steel or galvanized or zinc -coated (after being threaded) by the hot -dip process in conformity with ASTM A153. Fasteners for the pumps may be steel material. C. Bolts and hardware for structural uses are included in Section 05500. Bolts and hardware for making up joints in pipework shall be specified herein, unless specified in the appropriate Section of these Specifications. 2.3 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 II 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. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-5 PRODUCT REQUIREMENTS Page 5 of 13 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 OSS of its responsibility for precision alignment of all driver -driven units as specified by the equipment manufacturer. B. Type I Couplings 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 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. 2.4 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 or provided with approved coating per Section 09901 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. 2.5 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 the Engineer. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-6 PRODUCT REQUIREMENTS Page 6 of 13 2.6 BEARINGS AND LUBRICATION FITTINGS A. Unless otherwise specified, all Equipment bearings shall be oil or grease lubricated, ball or roller antifriction type of standard manufacture. 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 Bearings for one of the following classes of B-10 rating life: Class Ml, 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. Bearings shall be protected by water -based slingers. B. Unless otherwise noted, all process -associated Equipment, including motors, drivers, and driven units shall have, as a minimum, bearings for Class M3 life. 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. This requirement may be waived for the pumps. 2.7 EQUIPMENT ANCHORAGE REQUIREMENTS, DESIGN AND ENGINEERING CALCULATIONS A. All Equipment designed to be fixed in position shall be securely fastened in place. For all Equipment with (1) an operating weight of 400 pounds (181 kilograms) or more, or (2) specifically identified in the specifications for anchorage calculations, detailed engineering anchorage calculations and figures shall be submitted to the Engineer. For other Equipment weighing less than 400 pounds (181 kilograms), the Equipment manufacturer shall provide recommended anchorage information to the Contractor for use in the installation of the Equipment. B. It shall be the responsibility of the OSS to provide the engineering anchorage calculations and figures to the Contractor. At a minimum, the OSS shall determine the number, dimensions, material, location, embedment, and installation conditions of all anchor bolts to be set in concrete in accordance with these Specifications and Shop Drawings. C. Engineering anchorage calculations and figures shall be prepared, stamped, and signed by a Professional Engineer registered in the State of Texas. Calculations shall be in accordance with the requirements of the 2021 International Building Code (IBC). CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-7 PRODUCT REQUIREMENTS Page 7 of 13 1. Seismic coefficients shall be derived from either the USGS seismic maps based on Longitude and Latitude of the Facility Site, or recommendations based on the project Geotechnical Report. 2. Equipment anchorage shall be designed for the combined seismic loads; include vertical seismic loads when less conservative, combined orthogonal seismic forces from the three principal directions, etc. 3. Tanks with their anchorage and anchorage and other support for Equipment and components shall be designed to maintain integrity and functionality when subjected to a seismic load. a. The minimum horizontal seismic force applied to Equipment, tank, or component in the direction of each principal horizontal axis shall be determined as presented in the IBC. b. In addition to the horizontal seismic forces, a vertical force modified from the minimum horizontal seismic force, with peak spectral response vertical acceleration replacing the design spectral response horizontal acceleration at short period, shall be applied to the Equipment, tank or component. c. Tanks with their anchorage and anchorage and other supports for Equipment and component shall be designed to resist seismic forces occurring at each of the three principal directions separately as well as simultaneously. The horizontal seismic loads in both principal directions and vertical seismic load shall be combined using the square root sum of the squares (SRSS) method. Where inclusion of vertical loads results in a less conservative design, vertical effects shall be neglected. However, the combined effect of horizontal and vertical seismic loads shall not be less than that defined by Equation 16-28 of the IBC. 4. Do not use friction to resist sliding due to seismic forces. Use cast -in anchors or drilled -in anchors for resisting seismic forces. a. Cast -in anchor bolts or headed studs shall be used whenever possible. Cast -in anchor bolts and headed studs shall be designed in accordance with Section 1913 of the IBC. Drilled -in expansion anchors shall not be used for critical fastening such as extreme vibrating conditions and impact loads. Drilled -in anchors used shall have current ICBO evaluation reports. b. Seismic forces must be resisted by direct bearing on the fasteners used to resist seismic forces. Do not use connections which use friction to resist seismic forces. D. Anchor bolts, nuts, washers, and bolt sleeves located in or above any wetted water - containing structure or channel, and also chemical containment areas, shall be Type 316 stainless steel; all other anchor bolts, nuts, washers, and bolt sleeves shall be galvanized, or zinc coated (after being threaded) by the hot -dip process in conformity with ASTM A153. Contractor will provide anchor bolts. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-8 PRODUCT REQUIREMENTS Page 8 of 13 E. Cast -in -concrete anchor bolts shall be installed and used whenever possible. Expansion anchor bolts, nuts, and washers, located in or above any wetted water containing structure or channel, and also chemical containment areas, shall be Type 316 stainless steel equal to Hilti Kwik Bolt II; in all other areas expansion anchor bolts, nuts, and washers shall be zinc plated steel equal to Hilti Kwik Bolt 11. All expansion anchor bolts used in tension or shall have current ICBO evaluation reports. Adhesive anchor bolts, only if approved by the Contractor, shall be Hilti Hit HY-150 Ramset/Red Head Epcon, Covert CIA -Gel 7000 or equal with ICBO evaluation reports. No expansion anchor or adhesive anchor shall be used on vibrating Equipment greater than 2.0 horsepower. No expansion anchors are allowed to be used without prior written submittal for each individual applications or locations. F. For all Equipment weighing 400 pounds (181 kilograms) or more, the minimum anchor bolt (including expansion anchor and adhesive anchor) diameter shall be 1/2-inch. The minimum anchor bolt diameter for all other equipment shall be 3/8-inch. All anchor bolts securing Equipment to be grouted shall be furnished with leveling nuts, the faces of which shall be tightened against flat surfaces to not less than 10 percent of the bolt's safe tensile stress. G. Anchor bolts, expansion bolts, and adhesive anchors shall be set accurately. Anchor bolts shall be set before the concrete has been placed and shall be carefully held in position with suitable templates of an acceptable design. If adhesive or expansion bolts are set after the concrete has been placed, all necessary drilling, grouting, caulking, repairs, and cleaning shall be done by the Contractor at his expense. The Contractor shall locate existing rebar using non-destructive methods prior to drilling holes for adhesive or expansion anchors and adjust spacing of anchors to miss existing reinforcing. Care shall be taken not to damage the structure or finish by cracking, chipping, spalling or otherwise during the drilling, expanding and caulking. H. No Equipment shall be anchored to vertical structural elements without written approval of the Engineer, except pipe hangers, supports or anchorage as specified. 2.8 ELECTRICAL DEVICES FURNISHED WITH MECHANICAL EQUIPMENT A. This Section of the Specifications shall set a forth below all electrical, instrumentation, and control hardware required for a 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 OSS. 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 OSS shall furnish a complete field wiring diagram showing all required interconnections labeled consistently with the terminal markings. It shall be the responsibility of the OSS (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 NFPA 79: Electrical Standard for Industrial Machinery or as modified herein. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-9 PRODUCT REQUIREMENTS Page 9 of 13 E. Panels housing electrical Equipment shall be NEMA 12 painted steel enclosures for process and non -process areas in dry locations and NEMA 4X Type 316 stainless steel for process areas in damp and wet locations and shall be suitable for floor or wall mounting. F. 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 the Contractor. For the purposes of this Section of the Specifications, the following definitions shall apply: power = 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.). G. All panels housing electrical Equipment shall be designed for front access only unless otherwise noted. H. 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 or liquid -tight flexible 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. I. Gasketed type conduit hubs will be used for all conduit penetrations of the panel. The main panel power disconnect handle shall be externally mounted (operable with the enclosure door closed) and pad -lockable 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 fusible safety switch or UL 489 thermal magnetic circuit breaker for 480 Volt, 1 phase or 3 phase panels with interrupting capacity to comply with available fault currents; or 2. A heavy-duty fusible safety switch, circuit breaker or fractional horsepower manual motor starter switch without overloads for 120 Volt, 1 phase panels. K. 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. L. Starters incorporated into panels shall be of the full -voltage magnetic controllers, NEMA ICS 2 type with solid-state type overload relays switch or dial selectable for motor -running overload protection. Disconnects shall be UL 489 MCP with interrupting capacity complying with available fault currents, instantaneous -only circuit breaker with front -mounted, field -adjustable, short-circuit trip coordinated with motor locked - rotor amperes. Provide external overloads reset push button. M. 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. N. All devices shall be of a heavy-duty industrial type of quality. Devices mounted in panel interiors shall be suitable for use in non -ventilated panels subjected to a 40 degree C ambient without de -rating the system. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-10 PRODUCT REQUIREMENTS Page 10 of 13 O. Schematic (elementary) diagrams, wiring (interconnection) diagrams, riser (interconnection with external components) diagrams, panel interior and exterior elevation Shop 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. P. 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. Q. Input or output instrumentation level signals shall in general be 4-20 ma and provided as required per the Specifications. R. 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. NEMA rated devices may be used in lieu of placing the devices within an enclosure. S. Unless otherwise noted control panels furnished under this Section of the Specifications 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. T. The short circuit current rating (SCCR) of the panel assemblies shall be a minimum of 65,000 Amperes for 480 Volt circuits and 22,000 Amperes for 120 Volt circuits and shall bear a UL recognized label with the NEC required SCCR rating. U. 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. V. The low voltage and 480 Volt compartment shall each have separate enclosure doors. 2.9 LUBRICANTS A. The OSS shall provide all mechanical Equipment with a sufficient supply of correct lubricants for starting, testing, the 6-month demonstration period, and one year's additional supply of lubricants under normal operating conditions. All lubricants 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. 2.10 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. Unless specifically waived by the Contractor, this requirement includes the process pumps. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-11 PRODUCT REQUIREMENTS Page 11 of 13 2.11 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: Speed Range Antifriction Bearings a Sleeve Bearing_ s 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). 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 sub -rotational, 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 paid for and coordinated by the General Contractor. Test personnel will be experienced in vibration testing and all testing shall be witnessed by the Owner. The OSS will be responsible for making necessary modifications to the equipment and installation if the vibration testing does not meet specification. E. Where specified or noted in the Shop Drawings, the Equipment, including the base, shall be mounted on or suspended from vibration isolators to prevent the transmission of vibration and mechanically transmitted sound to the supporting structure. Vibration isolation available internally in the Equipment unit is not equivalent and shall not be provided when vibration isolation as specified herein by these Specifications. Normally provided internal vibration isolators need to be replaced with rigid supports in such cases. F. Where required for certain units of mechanical Equipment, details of the vibration isolators are included in the Specifications for furnishing and installing those units. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-12 PRODUCT REQUIREMENTS Page 12 of 13 2.12 NOISE REQUIREMENTS A. All equipment to be furnished by the OSS under this Equipment Purchase Agreement, unless specified otherwise in the Specifications, shall be designed to ensure 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 enclosures are an acceptable means of meeting noise requirements. Data on noise levels shall be included with the Shop Drawing submittal. Unless specifically waived by the Contractor, this requirement includes all process pumps. 2.13 PROTECTION AGAINST ELECTROLYSIS A. Where dissimilar metals are used in conjunction with each other, suitable insulation as acceptable to the Contractor 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. 2.14 SEISMIC REQUIREMENTS A. Machinery, Equipment, and components such as pumps, tanks, piping, electrical panels, and other items, including their supports and anchorages, supplied by manufacturers or Vendors, shall be designed in accordance with the provisions of the International Building Code, Latest Revision, to withstand seismic loads at the Facility Site in addition to other loads. The OSS shall submit seismic design calculations and seismic Shop Drawings stamped by a Professional Engineer registered in Texas. Submittals shall be certified by the OSS that the designs are in conformance with the Building Code and that all applicable loads, including seismic, have been included. All items shall be securely anchored with anchor bolts. Lateral seismic forces may not be assumed to be resisted by friction forces. B. Seismic Anchorage Calculations shall be in accordance with paragraph 2.7. C. Equipment anchorage calculations shall be prepared and submitted in accordance with the submittal requirements of Section 0133 00. D. Liquid holding tanks and their anchorages shall be designed for seismic forces including hydrodynamic forces. Hydrodynamic forces shall be calculated in accordance with the current edition of AWWA D100. 2.15 NSF CERTIFICATION A. At the Owner's request, the OSS shall provide documentation of compliance with National Sanitation Foundation (NSF) Certification for potable use for all Equipment, valves, piping in contact with potable water according to Texas Commission on Environmental Quality (TCEQ) requirements. PART 3 - EXECUTION [NOT USED] CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 016000-13 PRODUCT REQUIREMENTS Page 13 of 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised December 20, 2012 City Project No. 105176 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Valves b. Motors c. Instruments d. Analyzers B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone Systems Revised December 20, 2012 City Project No. 105176 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone Systems Revised December 20, 2012 City Project No. 105176 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone Systems Revised December 20, 2012 City Project No. 105176 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone Systems Revised December 20, 2012 City Project No. 105176 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D. Johnson CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE 1.5.A.1 — title of section removed Eagle Mountain WTP — Phase IV Expansion Ozone Systems City Project No. 105176 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised July 1, 2011 City Project No. 105176 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised July 1, 2011 City Project No. 105176 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ozone System Revised July 1, 2011 City Project No. 105176 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Eagle Mountain WTP — Phase IV Expansion Ozone System City Project No. 105176 DIVISION 40 PROCESS INTERCONNECTIONS 0515-294565 July 2024 SECTION 40 05 22 - STAINLESS STEEL PROCESS PIPE AND TUBING FOR OXYGEN AND OZONE SERVICE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Stainless -steel pipe and fittings for oxygen service. 2. Stainless -steel tube and fittings for ozone service. 3. Accessories. B. Related Requirements: 1. Section 400506 - Couplings, Adaptors, and Specials for Process Piping: Pipe penetrations, restrained joints, flexible connections, expansion joints and loops, and sleeve -type couplings. 2. Section 400507 - Hangers and Supports for Process Piping: Hangers, anchors, sleeves, and sealing of piping to adjacent structures. 3. Section 400551 - Common Requirements for Process Valves: Common product requirements for valves for placement by this Section. 4. Section 463150 "Ozone System General". 5. Section 463153 "Ozone Generating Feed Equipment'. 6. Section 463156, "Liquid Oxygen System". 1.3 COORDINATION A. Coordinate Work of this Section with piping and equipment connections as specified in other Sections and as indicated on Drawings. 1.4 SUBMITTALS A. Section 013300 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturer information on pipe materials, tube materials, and fittings. C. Shop Drawings: Indicate layout of piping systems, including equipment, critical dimensions, sizes, and materials lists and schedules including thickness schedule numbering of each pipe and fitting, dimensioning, adapters, expansion joints, locations of valves and appurtenances, joint Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 1 City of Fort Worth 1.5 0515-294565 July 2024 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 and existing field conditions. Types and locations of pipe hangers and/or supports shall be shown on the piping layouts for each pipe submittal. Not all dimensions will be checked by the Engineer, nor will detailed review be performed. Contractor shall be responsible for accurate dimensioning of piping systems. D. Proposed cleaning method, including pre -cleaning, post -weld cleaning, chemicals to be used, or mechanical descaling method and final cleaning/passivation/pickling. Include the method and schedule for drying the pipe so that it is ready for service as part of the proposed cleaning method. Include the name and qualifications of the firm that will be doing the cleaning. Include the name and qualifications of the independent firm that will be doing the inspection of cleaned pipe. Submit proposed methods and materials for sealing of the cleaned materials for protection during shipment, delivery, and storage on -site. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. F. Welder Certificates: Welding of pipe and fittings shall be performed by welders using procedures qualified in accordance with ASME Section IX. Submit welders' certification of compliance with ANSI B31.3, Paragraph 127.5, verifying qualification within previous 12 months. G. Delegated Design Submittals: Where designated as required, submit signed and sealed Shop Drawings with piping layout, with design calculations and assumptions for pipe sizing methods. Not all dimensions will be checked by the Engineer, nor will detailed review be performed. Contractor shall be responsible for accurate dimensioning of piping systems. H. Submit detailed test procedures and method for Engineer's review at least 10 days before starting the test. In general, testing shall be conducted as specified herein. A minimum of 48- hour notice to the Construction Manager is required prior to conducting any and all pressure and leakage tests I. Source Quality -Control Submittals: Indicate results of shop or factory tests and inspections. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. K. Qualifications Statements: 1. Submit qualifications for manufacturer, installer, and licensed professional. 2. Submit manufacturer's approval of installer. CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of valves, fittings, and appurtenances. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Stainless Steel Process Pipe and Tubing for Ozone Service 400522-2 1.6 1.7 1.8 r:11 0515-294565 July 2024 QUALITY ASSURANCE Permanently mark each length of pipe with manufacturer's name or trademark, and compliance with standards. Materials in Contact with Potable Water: Certified according to NSF 61 and NSF 372. C. The equipment and materials specified herein shall be stainless steel pipe and fittings for use in transporting liquid oxygen (LOX), gaseous oxygen (GOX), ozone -in -oxygen gas, ozone off -gas, ozone -in -water, cooling water and other similar process fluids as indicated on the drawings. D. All oxygen and ozone piping shall be shop -cleaned in accordance with CGA G4.1 and provisions implemented to protect the pipe at all times prior to installation. Manufacturer shall provide labeling for identification and verification of cleaned piping upon delivery, during storage and prior to installation. E. Perform Work according to best practices suitable for the intended service and methods outlined in the referenced standards. F. Maintain on Site copies of each standard and welder and installer qualification affecting Work of this Section. G. Manufacturers/Suppliers: 1. The stainless steel piping and fittings shall be manufactured by Douglas Brothers, Portland, ME; Felker Brothers, Marshfield, WI; or approved equal. 2. Stainless steel tubing and fittings shall be furnished by Swagelok or approved equal. QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five (5) years' documented experience. B. Installer: Company specializing in performing Work of this Section with minimum five (5) years' documented experience and approved by manufacturer. C. Welders: AWS and ASME Section IX qualified within previous 12 months for employed weld types. Welding supervisor shall be certified in all applicable positions in addition to the 6G pipe welding position for Group 8 metals. D. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Texas. DELIVERY, STORAGE, AND HANDLING A. Section 016000 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 3 City of Fort Worth 0515-294565 July 2024 B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. Document and notify Engineer if product is damaged. C. Store materials according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Protect piping and appurtenances by storing off ground. 3. Provide additional protection according to manufacturer instructions. E. Contractor shall develop materials handling plan to maintain integrity of sealed, oxygen -cleaned piping systems, components, valves, fittings, etc., that have been shop -cleaned in accordance with requirements of these specifications. Failure to do so will require that the Contractor field clean the piping at their Own expense in accordance with requirements specified herein. F. Stainless steel pipe, fittings, appurtenances, etc., shall be handled as recommended by the pipe supplier to prevent exterior contamination with other ferrous materials that may themselves corrode. IIL�Kllu1:�121►0940)►11110to] 210 A. Minimum Conditions: Do not store or handle uninstalled lined pipes or fittings at temperatures below zero degrees F. 1.10 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. PART 2 - PRODUCTS 2.1 SYSTEM DESCRIPTION A. Piping shall be installed in those locations indicated and as required for the complete ozone system. B. Provide stainless steel piping for the following systems and conditions: 1. System: Ozone -in -Oxygen (OZ) and Ozone Off -Gas (OG) a. Fluid: 0 to 12 percent by weight ozone -in -oxygen b. Pressure: Atmospheric to 30 psig, 60 psig test Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 4 City of Fort Worth 2.2 0515-294565 July 2024 C. Temperature: Ambient to 150F 2. System: Liquid Oxygen (LOX) and Gaseous Oxygen (GOX) a. Material: Type 316L b. Fluid: 90 to 99.5 percent purity oxygen C. Pressure: Atmospheric to 100 psig, 150 psig test (prior to PRVs) Atmospheric to 35 psig, 70 psig test (after PRVs) d. Temperature: minus 320F to plus 150F 3. System: Supplemental Air (NB — Nitrogen Boost System) a. Fluid: Wet/dry air b. Pressure: 30 to 100 psig, 200 psig test C. Temperature: 0 to 150' F 4. System: Ozone -in -Water (OZW) Sampling (SPL) a. Fluid: 0 to 10 ppm ozone -in -water b. Pressure: Atmospheric to 15 psig, 30 psig test C. Temperature: 50 to 100' F 5. System: Cooling Water (CW- where stainless is specifically indicated on Drawings) a. Fluid: Non-ozonated water (no ozone residual) b. Pressure: Atmospheric to 100 psig, 150 psig test C. Temperature: 32 to 100' F STAINLESS -STEEL PIPE AND FITTINGS A. Piping: 1. Type: a. Welded for piping and Seamless tubing; comply with ASTM A312/A312M. b. Class: Comply with Type 316L. 2. Schedule: a. 2 inches and smaller: lOS b. 2 '/z inches and larger: l OS 3. Grade: ASTM A312/A312M Type 316 annealed, pickled and passivated. Use Type 316L for welded joints. 4. Dimensions: Comply with ASTM A312/A312M. 5. For pipe and fittings details see Table A in the Attachment for this Section. B. Joints: 1. Type: Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 5 City of Fort Worth 0515-294565 July 2024 a. Piping less than 2 inches: socket weld or flanged at equipment as required or shown. b. Piping 2 inches and larger: Butt welded or flanged at valves and equipment as required or shown. C. Fittings: 1. Type: a. Piping 1 %2 Inches and Smaller: Socket Welded or Flanged (required at equipment). b. Piping 2 to 2-1/2 Inches: Butt welded or Flanged (required at equipment) and as shown on Drawings. C. Piping 3 Inches (80 mm) and Larger: Butt welded or Flanged (required at equipment) and as shown on Drawings. 2. Dimensions: Comply with ASTM A312/A312M. 3. Threaded Fittings (not acceptable unless specifically approved by Engineer): a. Comply with ASME B16.11 and ASTM A182/. b. Grade: Type 316L. C. Threads: Comply with ASME B 1.20.1. 4. Butt -Welding Fittings: a. Comply with ASTM A403/A403M (less than 3 inches) and ASTM A774/A774M (3 inches or larger). b. Grade: Type 316L. C. Class: Grade CR, Class S; comply with ASME B16.9 and MSS SP 43 Or Grade WP- Class WX comply with ASME B16.9 and MSS SP 79; all fittings must undergo radiographical testing per Section VIII Division I of the ASME Boiler Pressure Vessel Code 5. Flanged Fittings: a. Type: Welding neck Slip on. b. Class: ANSI 150 or 300. C. Comply with ASTM Al82/A182M. d. Grade: Type 316L. e. Facing and Drilling: Comply with ASME B 16.5, with 1/16-inch raised face. £ Backing Flanges (only if approved for specific applications): 1) Material: Stainless steel. 2) Class: 150. 3) Comply with ASTM A351/A351M. 4) Grade: Type 316, Grade CF8M. 5) Type: Van stone. 6) Drilling: Comply with ASME B 16.5. g. Bolting: Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 6 City of Fort Worth 2.3 0515-294565 July 2024 1) Bolts: Comply with ASTM A320/A320M, Grade B8M; hex head. 2) Nuts: ASTM A194, Grade 8M; hex head. 6. Flanged Connections: As required to connect stainless -steel piping to fittings and equipment, as indicated on Drawings. 63II:�_OMW.` 3IN;3will] UWAR1 U00Y1►[�`i.`1 A. Tube: 1. Type: Seamless. 2. Comply with ASTM A269/A269M. 3. Grade: Type 316L. B. Joints: 1. Type: Socket weld joint; Flanged at equipment and where shown. C. Fittings: 1. Threaded (not acceptable unless specifically approved by Engineer): a. Comply with ASTM A182 and ASME B16.11. b. Grade: Type 316L. C. Threads: Comply with ASME B 1.20.1. 2. Butt -Welding Fittings: a. Comply with ASTM A403/. b. Grade: Type 316L. C. Class: Grade WP-WX. 3. Socket -Welding Fittings: a. Comply with ASTM A403. b. Grade: Type 316L. C. Class: WP-S, WP-W, WP-WX. 4. Flanged Fittings: a. Type: Welding neck Slip on. b. Class: ANSI 150 or 300. C. Comply with ASTM A182. d. Grade: Type 316L. e. Facing and Drilling: Comply with ASME B16.5, with 1/16th -inch raised face. f. Backing Flanges (only if approved for specific applications): 1) Material: Stainless steel. 2) Class: 150. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 7 City of Fort Worth 0515-294565 July 2024 3) Comply with ASTM A35l/A351M. 4) Grade: Type 316, Grade CF8M. 5) Type: Van stone. 6) Drilling: Comply with ASME B 16.5. g. Bolting: 1) Bolts: Comply with ASTM A320/A320M, Grade B8M; hex head. 2) Nuts: ASTM A194, Grade 8M; hex head. D. Instrumentation Tubing Tubing shall be seamless austenitic 316L stainless steel, 2B finish, in accordance with ASTM A269, TP316L, with the following wall thickness: Tube Size (in.) Wall Thickness (in.) 1/8 and 3/16 0.035 1/4 thru 3/8 0.049 1/2 thru 5/8 0.065 3/4 thru 7/8 0.083 1 0.095 1-1/4 thru 1-1/2 0.134 2 0.188 2. Fittings: Bar stock material for compression type fittings shall be in accordance with ASTM A276, Type 316L and forgings shall be in accordance with ASTM A182, Type 316. Material shall be in accordance with ASTM A262, Practice A. Assemblies shall consist of tubing, fittings, and components of one manufacturer. All instrument air header takeoffs and branch connections less than 2 inches shall be Type 316 stainless steel. 4. All instrument shut-off valves and associated fittings shall be supplied in accordance with the piping specification sand all instrument installation details. Fittings shall be compres- sion type by Swagelok Type 316 stainless steel and valves shall be Whitey Type 316 stain- less steel. 5. All process connections to instruments shall be annealed stainless steel tubing, Type 316. 6. All tube track shall be supported by stainless steel and installed as per manufacturer's in- stallation instructions. 2.4 ACCESSORIES A. Pipe -Thread Tape: 1. Material: PTFE. 2. Comply with ASTM D3308. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Stainless Steel Process Pipe and Tubing for Ozone Service 400522-8 0515-294565 July 2024 B. O-Ring Seals: EPDM for water applications, and Fluoro-elastomeric virgin expanded PTFE for oxygen and ozone applications. C. Flange Gaskets: 1. Comply with ASME B 16.5. 2. Nonmetallic Gaskets: a. Material: Expanded virgin PTFE for Ozone, Oxygen, and chemical applications. EPDM NSF 61 certified for water applications. b. Minimum Thickness: 1/8 inch. C. Comply with ASME B 16.21. 3. Type: a. Raised -Face Flanges: Flat ring. b. Flat -Face Flanges: Full face. 2.5 FLEXIBLE STAINLESS STEEL HOSE A. Flexible stainless steel hose shall be provided in the locations shown on the drawings for installation in oxygen and ozone piping systems. Sizes shall be as indicated on the Drawings. B. Stainless steel hose shall be Type 316 SST. Inner hose shall be a seamless corrugated tube with continuous welds at the fitting joint. C. Inner hose shall be surrounded by a single braid or double braided Type 304 SST layer. Braiding shall be provided as needed to meet the pressure conditions as indicated in Paragraphs above (minimum 175 psig). D. Hose shall be provided with flanged connections unless indicated otherwise. Flanges shall be in accordance with this specification. E. Oxygen/ozone service hoses shall be cleaned in accordance with the applicable CGA procedures for oxygen and ozone piping. F. Liquid oxygen service hose connections from vacuum jacketed piping to the liquid oxygen tanks and to the vaporizers shall be Python by Chart Industries or Approved equal. G. Flexible stainless steel hose on the liquid oxygen fill line shall be a braided loop as manufactured by Flexicraft Industries or Approved equal. 2.6 SOURCE QUALITY CONTROL A. Section 014000 - Quality Requirements: Requirements for testing, inspection, and analysis. B. Provide shop inspection and testing of completed assembly. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 9 City of Fort Worth 0515-294565 July 2024 C. Owner Inspection: 1. Make completed piping and tubing components available for inspection at manufacturer's factory prior to packaging for shipment. 2. Notify Owner at least 10 days before inspection is allowed. D. Owner Witnessing: 1. Allow witnessing of factory inspections and test at manufacturer's test facility. 2. Notify Owner at least 10 days before inspections and tests are scheduled. E. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 2. Specified shop tests are required for Work performed by approved manufacturer. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 017319 "Installation": Requirements for installation examination. B. Verify that field dimensions are as indicated on Shop Drawings. C. Inspect existing flanges for nonstandard bolt hole configurations or design and verify that new pipe and flange mate properly. A. Section 017319 "Installation": Requirements for installation preparation. B. Ream pipe and tube ends and remove burrs. Bends in tubing shall be made with a proper bending tool unless bends require the use of an elbow fitting. Stainless steel tubing shall be installed by pipe fitters skilled in the installation of stainless steel tubing. Parallel lines shall be held plumb by adequate tubing supports. Waviness or sagging lines will not be accepted C. Bevel plain -end pipe. Where cutting and beveling of pipe is required, it shall be done in accordance with Pipe Fabrication Institute (PFI) ES-21 using beveling machinery without damage to the pipe interior or exterior. Cut ends shall be smooth and at a right angle to the axis of the pipe. Beveled ends, where required, shall be in accordance with the approved WPS. Pipe and tube shall be deburred as part of the preparation of all joint configurations D. Thoroughly clean pipe and fittings before installation. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 10 City of Fort Worth 3.3 0515-294565 July 2024 E. Non -oxygen -cleaned piping, flush with water or other approved fluid to remove all dirt, and foreign material. Remove all debris from the pipe, flushing the lowest segment outlet last to assure debris removal. INSTALLATION OF PIPE A. Comply with ASME B31.3. B. Run piping straight along alignment as indicated on Drawings and approved Shop Drawings, with minimum number of joints. C. Fittings: 1. Clean gasket seats thoroughly, and wipe gaskets clean prior to installation. 2. Install according to manufacturer instructions. 3. Bolting: a. Tighten bolts progressively, drawing up bolts on opposite sides until bolts are uniformly tight. b. Use torque wrench to tighten bolts to manufacturer instructions. D. Provide required upstream and downstream clearances from devices as indicated on Drawings and approved versions of Shop Drawings. E. Install piping with sufficient slopes for venting or drainage of liquids and condensate to low points. F. Support exposed piping as specified in Section 400507 - Hangers and Supports for Process Piping. G. Provide expansion joints as specified in Section 400506 - Couplings, Adaptors, and Specials for Process Piping, and pipe guides as specified in Section 400507 - Hangers and Supports for Process Piping, to compensate for thermal expansion and contraction. H. Dielectric Fittings: Provide between dissimilar metals. I. Field Cuts: According to pipe manufacturer instructions. J. Field welding of stainless steel is not permitted unless otherwise approved by Engineer in writing. K. After the piping is installed, five per cent of shop butt welds (minimum of four), as selected by the Construction Manager and Engineer, and all field butt welds (if approved by Engineer as noted above) shall be radiographed by an approved independent non-destructive testing (NDT) company in accordance with ANSI B31.3. If any of the joints is unacceptable, another equal number of joints shall be tested until all joints in the sample are acceptable. The NDT company shall submit a written test report to the Construction Manager and Engineer, describing the radiography test procedure and results. The Subcontractor shall pay all costs for this NDT Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 11 City of Fort Worth 0515-294565 July 2024 L. Provide cathodic protection where indicated on Drawings for buried ferrous piping systems. M. Installation Standards: Install Work according to ASME B31.1 standards. 3.4 INSTALLATION OF TUBING A. Cuts made on tubing shall be reamed. Bends in tubing shall be made with elbow fittings, except that a proper bending tool shall be used if a bend without a fitting is necessary and in cases spe- cifically permitted by the Engineer. B. Stainless steel tubing lines shall be installed only by mechanics and pipe fitters skilled in their respective trades and with stainless steel accessories. Parallel lines shall be held truly parallel by means of an adequate number of supports. Waviness or sagging of the lines will not be permit- ted. C. Stainless steel tubing and connecting lines used for hydraulic service shall be flushed out with hydraulic fluid to ensure that tubing is free from obstructions, dirt, and foreign matter. Other stainless steel tubing shall be flushed out with appropriate fluid, as approved by the Engineer. A. Restrained joint pipe and fittings shall be installed in the locations shown on the Drawings and as acceptable to the Engineer. A. Section 014000 - Quality Requirements: Requirements for tolerances. B. Pipe, fittings and specials shall be installed true to alignment and rigidly supported. Tolerances shall be in accordance with the Pipe Fabrication Institute (PFI) standards: 1. PFI ES-3 — Fabrication Tolerances 2. PFI ES-21 — Internal Machining and Fit -Up of GTAW Root Pass Circumferential Butt Welds 3. PFI ES-49 — Guidelines for the Installation of Integrally Reinforced Branch Connection Fittings 3.7 FIELD QUALITY CONTROL A. Section 014000 "Quality Requirements": Requirements for inspecting and testing. B. Division 1 for requirements for testing, adjusting, and balancing. C. Inspection: 1. Inspect for damage to piping or tubing that may be detrimental as determined by the Engineer. 2. Repair damaged piping, or provide new, undamaged pipe. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 12 City of Fort Worth 3.8 0515-294565 July 2024 After installation, inspect for required supports and anchoring, interferences, and damage to pipe, tube, or fittings. D. Pressure Testing: 1. Test Pressure: Shall be as per the specified pipe systems. 2. The ozone generators shall be isolated from the pressure tests performed on the piping. 3. After installation, all water piping shall be flushed clean and then subjected to pressure testing. Completed piping segments shall be given an initial air pressure test at 15 psig with a soapy solution to assure no leaks at joints. Final leak testing on a completed piping system with all fittings shall consist of monitoring the air pressure stability. Conduct hydrostatic test for minimum two hours. 4. Filling: a. Fill section to be tested with water slowly and expel air from piping at high points. b. Install corporation cocks at high points. C. Close air vents and corporation cocks after air is expelled. d. Raise pressure to specified test pressure. 5. Observe joints, fittings, and valves under test. 6. Remove and renew cracked pipe, joints, fittings, and valves showing visible leakage and retest. 7. Leakage: a. Correct visible deficiencies and continue testing at same test pressure for additional two hours to determine leakage rate. b. Maintain pressure within plus or minus 5 psi of test pressure. C. Leakage is not acceptable. There is NO allowance nor tolerance for leakage. C. Correct all visible leaks regardless of quantity of leakage. d. Leaks shall be repaired and retested as approved by the Construction Manager. All repairs and retests, if required, shall be made at no additional cost to the Owner. CLEANING A. Conduct final inspection of shop -cleaned piping furnished and installed under this Section including the gaseous oxygen, ozone -in -oxygen, ozone off -gas, ozone -in -water, and cooling water piping systems (where stainless steel piping is shown for CW piping on Drawings) after successful pressure testing has been performed, where possible. B. In the event the oxygen -cleaned integrity of a piping system is determined to have been compromised via inspection, Contractor shall submit a proposed recleaning procedure plan and protocol for local contaminations for Engineer's review. C. Field cleaning of modified piping systems shall be as required for local contaminations. D. Field cleaning for new oxygen/ozone piping systems shall be performed as in -place cleaning operation. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Stainless Steel Process Pipe and Tubing for Ozone Service 400522-13 0515-294565 July 2024 E. A cleaning firm with at least five years of experience in the cleaning of oxygen piping systems shall be used to conduct the final cleaning phase. Final cleaning shall consist of in -place chemical cleaning in accordance with ASTM G93, CGA G-4.1 and the following steps: Alkaline Degreasing Solution: a. Verify compatibility of degreasing solution with gaskets and other system components. b. Circulate through the piping for a minimum of four hours to remove organic contamination, such as oils, greases and waxes. C. Prepare using distilled or deionized water. d. Temperature as recommended by the manufacturer of the cleaning agent; however, it shall be a minimum of 140 ° F. e. Solution may be reused until it becomes ineffective as determined by pH or contaminant analysis. f. Rinse piping with potable water and properly dispose of used rinse water. 2. Phosphoric Acid Based Cleaning Solution: a. Phosphoric acid cleaning is a Contractor option that must be followed by Pickling. Contractor may or may not use this step, but next step of Pickling is required b. Circulate through the piping for a minimum of four hours for the removal of oxides, light rust, light oils and fluxes. C. Prepare using distilled or deionized water. d. Temperature shall be as recommended by the manufacturer of the cleaning agent. e. Solution may be reused until it becomes ineffective as determined by pH or contaminant analysis. f. Rinse piping thoroughly by circulating distilled or deionized water to remove all traces of the acid without allowing the pipe surfaces to dry between rinses. g. Dispose of used rinse water in a manner approved by the Authority having Jurisdiction or the Engineer. h. After rinsing, no puddles of rinse water shall remain in the piping. Pickling a. Type 316L SS piping systems for conveying ozone in water shall be internally pickled with acid solution (typically a mixture of 10% nitric and 4% hydrofluoric acids above 120' F) to remove the oxide heat scale at the welds. b. This shall be carried out by a qualified acid cleaning contractor. C. Effectiveness of post -weld pickling in removing weld -related heat scale shall be tested by visually inspecting welds accessible from a dead end or other access point. d. Acceptable welds shall be bright metal and slightly etched, with no visible discoloration and rinsed to remove pickling solution residue. e. This procedure can be completed in the shop provided all pipe welds exposed to ozone in water are pickled. 4. Piping systems that will convey LOX, GOX or ozone shall be sealed with oil -free, dry nitrogen at a minimum pressure of 10 psig. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 14 City of Fort Worth 0515-294565 July 2024 a. Nitrogen shall be Grade M or better nitrogen as described in CGA G-10.1. 5. Dry rinsed piping systems that will convey oxygen or ozone gas shall be continuously purged with oil -free dry nitrogen or GOX to obtain a dewpoint of -80°F. a. Coordinate this step with the testing and start-up of the ozone equipment. b. Ozone piping that will not be placed into service within one hour of cleaning shall be sealed with oil -free, dry nitrogen at a minimum pressure of 10 psig. C. Nitrogen shall be Grade M or better nitrogen as described in CGA G-10.1. 6. Provide all temporary pumps, tanks, hoses, connections and equipment for the final cleaning operation. 7. Properly dispose of all chemicals and waste products from the cleaning procedures. 3.10 FINAL INSPECTION A. Cleaned and pickled piping systems for liquid oxygen, gaseous oxygen, ozone -in -oxygen, cooling water, ozone sampling, and ozone off -gas systems shall be inspected by Third parry inspector. B. Provide a qualified third -party inspector who has at least five years of experience in the past ten years inspecting liquid and gaseous oxygen piping systems in medical gas systems. C. Remove all temporary spools in piping to allow unimpeded inspection. Temporary spools shall be packaged and remain the property of the Owner. 1. To minimize potential for contamination, removal will occur no sooner than 24 hours prior to start of inspection. 2. After removal of each spool, place a temporary plastic seal maintained at each location until final inspection has been completed and the in -line component is ready for installation. D. The inspection shall consist of the following procedures in accordance with ASTM G93, CGA G-4.1: 1. Direct visual inspection by natural light to detect contamination by oils, greases, preservatives, moisture, corrosion products, weld slag, heat scale, metal filings and chips, and other foreign matter. 2. Direct visual inspection by ultraviolet (black) light to detect hydrocarbons, lint or dust. 3. Wipe test to detect contaminants on visually inaccessible areas. 4. Water break test to detect oily residues not found by other means. E. If contamination of any type as specified above is detected by any of the above inspection methods, the affected piping shall be recleaned and reinspected. F. The third -party inspector shall be the sole judge of whether the piping system has been cleaned for oxygen service in accordance with ASTM G93 and CGA G-4.1. G. A piping system that is not to be placed into service within one hour shall be sealed with oil - free, dry nitrogen at a minimum pressure of 10 psig. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 15 City of Fort Worth 0515-294565 July 2024 ATTACHMENT A ENT A TABLE A TYPE 316 STAINLESS STEEL PIPE AND FITTINGS Item Size Description Pipe All ASTM A312/A312M Type 316 annealed, pickled and pas- sivated. Use Type 316L for welded joints. 2 inches & smaller Schedule 10S. 2 '/z inches & larger Schedule 1 OS. Tubing 1-inch OD & ASTM A269 Type 316 soft annealed, 0.065-inch wall smaller thickness minimum. Pipe Joints 3/4 inch & smaller Threaded or flanged at equipment as required or shown. 1 inch & 2 inches Socket weld or flanged at equipment as required or shown. 2 '/z inches & larger Butt -welded or flanged at valves and equipment as re- quired or shown. Tubing Joints All Flareless compression fitting or socket -weld. Pipe Fittings 1'/z inches & small- Threaded: Forged 1,000 CWP minimum, er ASTM A182/A182M, Grade F316 or cast Class 150, ASTM A35l/A351M, Grade CF8M/316. 2 inches & 2'/2 Butt Welded: ASTM A403/A403M, Grade WP316L con - inches forming to ASME B16.9 and MSS SP 43, annealed, pick- led and passivated; fitting wall thickness to match adjoin- ing pipe; long radius elbows, unless shown otherwise. 3 inches & larger Butt -Welded: ASTM A774/A774M Grade 316L conform- ing to MSS SP 43, "as -welded" grade, pickled and passiv- ated; fitting wall thickness to match adjoining pipe; long radius elbows, unless shown otherwise. Tubing Fittings All Flareless Compression Type Forged: ASTM A182/A182M, Grade F316, Parker -Hannifin Feru- lok, Flodar BA Series. Socket Welded: ASTM A182/A182M, Grade F316L, Ca- jon, Swagelok. Pipe Branch Connec- 1 % inches & small- Tee or reducing tee in conformance with Fittings above. tions er 2 inches & larger Butt -welding tee or reducing tee in accordance with fit- tings above. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing for Ozone Service Ozone Pre -Selection 40 05 22 - 16 City of Fort Worth 0515-294565 July 2024 ATTACHMENT A ENT A TABLE A TYPE 316 STAINLESS STEEL PIPE AND FITTINGS Item Size Description Tubing Branch Con- All Compression type or socket -weld tees or reducing tees in nections accordance with Tubing Fittings above. Flanges All Forged: ASTM A182/A182M Rev C Grade F316L, Class 150 or Class 300, slip-on welding neck, 1/16-inch raised face, ASME B 16.5 standard. Unions 3/4 inch & smaller Threaded Forged: ASTM A182/A182M, Grade F316, 2,000- or 3,000-pound WOG, integral ground seats, AAR design meeting the requirements of ASME B 16.11, bore to match pipe. I inch & I%2 inches Socket Weld Forged: ASTM A182/A182M Rev C Grade F316L, 2,000- or 3,000-pound WOG, integral ground seats, AAR design meeting the requirements of ASME B16.11, bore to match pipe. Bolting All Forged Flanges: Type 316 stainless steel, ASTM A320/A320M Grade B8M hex head bolts and ASTM A194/AI94M Grade 8M hex head nuts. Gaskets All Flanges Expanded virgin PTFE. Thread Lubricant All Oxygen and Ozone Services: Green Teflon tape designed for oxygen service, AA Thread Seal Tape, Inc.; and thread sealant paste certified for use in oxygen service END OF SECTION 40 05 22 Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Stainless Steel Process Pipe and Tubing for Ozone Service 400522-17 0515-294565 July 2024 SECTION 40 05 51 - COMMON REQUIREMENTS FOR PROCESS VALVES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Common requirements for valves. 2. Common requirements for valve actuators. 3. Valve tags requirements. 4. Delegated design. B. Related Requirements: 1. Section 40 05 57 "Actuators for Process Valves and Gates." 2. Section 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment' for single- and three-phase motor requirements for equipment specified in this Section. 1.3 ACTION SUBMITTALS A. Valve Schedule: 1. Submit valve schedule populated with all Division 40 process valves specified for this project. Include all information shown on the Sample Valve Schedule included in this project. 2. Approval of valve schedule submittal to precede all individual valve submittals. All subsequent individual valve submittals to include the approved valve tag number or group on the submittal cover sheet. B. Valve Tags: 1. Materials, dimensions and thickness of tags, materials and gauge of cable and splicing hardware. 2. Color palate for Owner selection. 3. Full scale drawing of sample with lettering dimensions and scribe depth. 4. Valve tag lettering provided with Valve Schedule above. C. Power Actuator Data: 1. Sizing calculations a. Provide fluid pressure and velocity sizing basis. Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Ozone Pre -Selection 40 05 51 - 1 City of Fort Worth 0515-294565 July 2024 b. Provide maximum valve torque based on disc shape and flow direction. C. Clearly indicate safety factors and mechanical ratios of any intermediate gearing. 2. Maximum output torque of actuator and intermediate gearing. 3. Details of actuator mounting, including orientation of actuator and intermediate gearing. 4. Dimensional drawing of actuator assembled on valve. 5. Pneumatic/Hydraulic pressure requirements, electrical power supply, plumbing connection sizes and locations. 6. Wiring diagram, control wiring and protocol. 7. Valve cavitation limits for positioning, modulating and control valves mated to power actuator. D. Shop Drawings: Valve and actuator model number and size, valve parts list, materials of each part including material standard designation (ASTM or other), position indicators, limit switches, actuator mounting. E. Provide certified hydrostatic test data, per manufacturer's standard procedure or MSS-SP-61 for all valves. 1.4 DELEGATED DESIGN SUBMITTALS A. Submit signed and sealed Shop Drawings with design calculations and assumptions for sizing of control valves. B. Qualifications Statement: Submit qualifications for licensed professional. 1.5 INFORMATIONAL SUBMITTALS A. Manufacturer Instructions: Submit installation and operation instructions for each component including valve, actuator, gearbox, and any included instrumentation. B. Source Quality -Control Submittals: Indicate results of integrators facility tests and manufacturers factory tests and inspections. C. Manufacturer Certification of Installation: Certify that equipment has been installed according to manufacturer instructions. 1.6 CLOSEOUT SUBMITTALS A. Section 01 78 39 "Project Record Documents" for record actual locations of valves and actuators. 1.7 QUALITY ASSURANCE A. Maintain clearances as indicated on Drawings and Shop Drawings. B. Ensure that materials of construction of wetted parts are compatible with process liquid. Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Ozone Pre -Selection 40 05 51 - 2 City of Fort Worth 1.8 1.9 0515-294565 July 2024 C. Mate valves to actuators at manufacturer's or integrator's facility. Fully test assembled product and certify ready for installation prior to shipment to the job site. 1. Only in special cases for extremely large assemblies where installation requires disassembly, may actuators be mounted to the valves in the field. D. Materials in Contact with Potable Water: Certified to NSF 61 and NSF 372. E. Furnish affidavit of compliance with testing and manufacturing standards referred in this specification and the individual valve specifications. F. Provide the services of a qualified and factory -trained service representative of the manufacturer to provide installation inspection and check out, and operational and maintenance instruction. G. Obtain Manufacturer's Certification of Proper Installation for Specified valves and valve assemblies. H. Manufacturer: Company specializing in manufacturing valves and actuators with minimum ten years' documented experience. I. Licensed Professional: Professional engineer experienced in design of specified Work and licensed in State of Texas. DELIVERY, STORAGE, AND HANDLING A. Refer to Section 01 66 00 "Product Storage and Handling Requirements" for additional requirements. B. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Protect valve ends from entry of foreign materials by providing temporary covers and plugs. 3. Provide additional protection according to manufacturer instructions. WARRANTY A. Furnish two-year manufacturer's warranty for valves. Warranty to begin from the date of Final Acceptance as defined in Division 00 of the Contract Documents. B. If the equipment should fail during the warranty period due to a defective part(s), replace and restore the unit(s) to service at no additional cost to the Owner. Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Ozone Pre -Selection 40 05 51 - 3 City of Fort Worth 0515-294565 July 2024 PART 2-PRODUCTS 2.1 2.2 VALVES A. Description: Valves, operator, actuator, handwheel, chainwheel, extension stem, floor stand, worm and gear operator, operating nut, chain, wrench, and other accessories as required. B. Provide all valves of the same type by same manufacturer. C. Valve Ends: Compatible with adjacent piping system and as indicated on valve schedule. D. Operation: 1. Close by turning clockwise. 2. Cast directional arrow on valve or actuator with OPEN and CLOSE cast on valve in appropriate location. E. Valve Marking and Labeling: 1. Marking: Comply with MSS SP-25. 2. Labeling (valve tags): a. Fiberglass reinforced plastic, ASTM D709, 70 mil thick, 2 1/2-inch diameter or 2 1/2-inch by 1 '/4-inch. b. Lettering 1/16-inch thick of silk screening or other permanent embedment of subsurface printed graphics, permanently sealed. C. Colors of lettering and backing as selected by Owner. d. Two, 1/4-inch clear opening 316 stainless steel grommets at each end, center of hole 3/8-inch from tag edge. e. 3/32-inch 316 SS cable and splice hardware. F. Valve Construction: As Specified in Valve Sections. G. Do not use Van Stone flanges with pinch valves, industrial butterfly valves; elastomer bellows style expansion joints or other piping system components having an elastomer liner (rubber seat) that is used as a gasket. VALVE ACTUATORS A. Provide actuators in accordance with the valve schedule included on the Drawings. B. Provide mechanical position indicators for power actuated and gearbox actuated valves. C. Comply with AWWA C541 (Pneumatic and Hydraulic actuators) and C542 (Electric Motor Actuators) as applicable. D. Provide chain actuators for shutoff valves mounted greater than 7 feet above operating floor level. Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Ozone Pre -Selection 40 05 51 - 4 City of Fort Worth 0515-294565 July 2024 E. Gear and Power actuators as specified in Section 40 05 57 "Actuators for Process Valves and Gates". 2.3 FINISHES A. Valve Coating: Comply with AWWA C550. B. Factory finishes are included in individual valve sections. C. Stainless Body Valves: Do not coat. D. Do not coat flange faces of valves unless otherwise specified. 2.4 SOURCE QUALITY CONTROL A. Certificate of Compliance: 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. PART 3 - EXECUTION 3.1 INSTALLATION A. Install valves, actuators, extensions, valve boxes, and accessories according to manufacturer instructions. B. Inspect valve interiors before line closure for the presence of debris. At the option of the Engineer, internal inspection of valve and appurtenances may be required any time that the likelihood of debris is a possibility. Clean connecting pipes prior to installation, testing, disinfection and final acceptance. C. Disinfect all valves with approved pipeline disinfection process. D. Rigidly support valves to avoid stresses on piping. E. Coat studs, bolts and nuts with anti -seizing lubricant. F. Dielectric Fittings: Provide between dissimilar metals. G. Clean field welds of slag and splatter to provide a smooth surface. H. Mate, adjust and fully test gearboxes, electric, hydraulic and pneumatic actuators to valves at manufacturer's or integrator's facility. Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Ozone Pre -Selection 40 05 51 - 5 City of Fort Worth 0515-294565 July 2024 Only in special cases for extremely large assemblies where installation requires disassembly may actuators be mounted to the valves in the field. These circumstances require preinstallation meetings. I. Do not install stems vertically downward. Unless otherwise indicated: 1. Install Gate, Globe, Ball valves with stem vertical in the 12 o'clock position. 2. Install Plug valves with stem horizontal and plug opening to the top of the body unless position will not allow proper actuator access, in which case stem may be vertical in the 12 o'clock position. 3. Install Butterfly valves 12 inch and smaller with stem horizontal or vertical in the 12 o'clock position, 4. Install Butterfly valves 14 inch and larger with the stem horizontal unless position will not allow proper actuator access, in which case stem may be vertical in the 12 o'clock position. 5. Install Control valves in horizontal pipelines with top works vertically upward. K. Install all brackets, extension rods, guides, the various types of operators and appurtenances as indicated. Before properly setting these items, check all drawings and figures which have a direct bearing on their location. L. Inspect all materials for defects in construction and materials. Clean debris and foreign material out of openings, etc. Verify valve flange covers remain in place until connected piping is in place. Verify operability of all operating mechanisms for proper functioning. Check all nuts and bolts for tightness. Repaired or replace valves and other equipment which do not operate easily or are otherwise defective. M. Where installation is covered by a referenced standard, install and certify in accordance with that standard, except as herein modified. Also note additional requirements in other parts of this Section. N. Unless otherwise noted, provide joints for valves and appurtenances utilizing the same procedures as specified under the applicable type connecting pipe joint. Install valves and other items as recommended by the manufacturer. Verify manufacturers' torqueing requirements for all valves. O. Coordinate direction of flow through offset type and shaped butterfly valve discs with the mated actuator torque capacity. P. Rotate valve operators and indicators to display toward normal operation locations. Consult with Engineer prior to installing valves with handwheels to confirm final position of handwheel. Q. Vertically center floor boxes, valve boxes, extension stems, and low floor stands over the operating nut, with couplings as required. 1. Adjust elevation of the box top to conform to the elevation of the finished floor surface or grade at the completion of the Contract. 2. Support boxes and stem guides during concrete placement to maintain vertical alignment. Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Ozone Pre -Selection 40 05 51 - 6 City of Fort Worth 0515-294565 July 2024 R. Install brass male adapters on each side of valves in copper -piped system and solder adapters to pipe. S. Install 1-inch ball valves with cap for drains at main shutoff valves, low points of piping, bases of vertical risers, and equipment. T. Install valves with clearance for installation of insulation and to allow access. U. Provide access where valves and fittings are not accessible. V. Pipe Hangers and Supports: As specified in Section 40 05 07 "Hangers and Supports for Process Piping". W. Comply with Division 40 - Process Interconnections for piping materials applying to various system types. 3.2 FIELD QUALITY CONTROL A. Valve Field Testing: 1. Test for proper alignment. 2. If specified by valve Section, field test equipment to demonstrate operation without undue noise, vibration, or overheating. 3. Engineer will witness field testing. 4. Functional Test: a. Prior to system startup, inspect valves and actuators for proper alignment, quiet operation, proper connection and satisfactory performance. b. After installation, open and close all manual valves in the presence of the Engineer to show the valve operates smoothly from full open to full close and without leakage. C. Cycle valves equipped with electric, pneumatic or hydraulic actuators 5 times from full open to full closed in the presence of the Engineer to exhibit operation without vibration, jamming, leakage, or overheating. d. Operate pressure control and pressure relief valves in the presence of the Engineer to show they perform their specified function at some time prior to placing the piping system in operation and as agreed during construction coordination meetings. 5. Field test pipe lines in which the valves and appurtenances are to be installed. During these tests, adjust, remove or replace defective valve or appurtenance, or otherwise make acceptable to the Engineer. Test regulating valves, strainers, or other appurtenances to demonstrate conformance with the specified operational capabilities. Correct deficiencies, replace device or otherwise made acceptable to the Engineer. END OF SECTION 40 05 51 Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Ozone Pre -Selection 40 05 51 - 7 City of Fort Worth 0515-294565 July 2024 SECTION 40 05 53 - IDENTIFICATION FOR PROCESS PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Nameplates. 2. Tags. 3. Stencils. 4. Pipe markers. 5. Ceiling tacks. 6. Labels. 7. Lockout devices. B. Related Requirements: 1. Section 400551 - Common Requirements for Process Valves: Basic materials and methods for valves. 1.3 SUBMITTALS A. Section 013300 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturer's catalog literature for each specified product. C. Shop Drawings: 1. Indicate list of wording, symbols, letter size, spacing of labels, and color -coding for mechanical identification and valve chart and schedule. 2. Indicate valve tag number, location, function, and valve manufacturer's name and model number. D. Samples: Submit two tags, labels, pipe markers for each size to be used on Project to the resident project representative or Inspector for Owner's review. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. F. Manufacturer Instructions: Submit detailed instructions on installation requirements, including storage and handling procedures. Eagle Mountain WTO — Phase IV Expansion Identification for Process Piping Ozone Pre -selection 400553 - 1 City of Fort Worth 1.4 1.5 1W! 0515-294565 July 2024 G. Qualifications Statement: 1. Submit qualifications for manufacturer. CLOSEOUT SUBMITTALS A. Section 017719 "Closeout Requirements": Requirements for submittals. B. Project Record Documents: Record actual locations of tagged valves; include valve tag numbers. MAINTENANCE MATERIAL SUBMITTALS A. Division 1 for requirements for maintenance materials. B. Extra Stock Materials: Furnish two containers of spray -on adhesive. C. Tools: Furnish special crimpers and other devices required for Owner to reinstall tags. QUALITY ASSURANCE A. Piping Color Scheme and Lettering Size: Comply with ASME A13.1. B. Perform Work according to applicable DWU standards and preferences. C. Comply with recommended water treatment plant color coding and banding from the latest version of TCEQ 30 TAC Chapter 290.42 (d) (13) (a) rules unless otherwise requested by Owner. D. Color coding shall consist of color code painting and identification of all exposed conduits, trough items, and pipelines for the transport of gases, liquid, and semi -liquids including all accessories such as valves, insulated pipe coverings, fittings, junction boxes, bus bars, connectors, and all operating accessories which are integral to be whole functional mechanical pipe and electrical conduit system. The system shall be painted up to, but not including, the flanges attached to the mechanical equipment nor the flexible conduit connected to electrical motors. The color code establishes, defines, and assigns a definite color for each category of pipe. Pipelines which are not listed on the Schedule of Color Code Paints shall be assigned a color by the Engineer and shall be treated as an integral part of the Contract. E. Bands shall be 2-in wide and located on each end of the pipe title, at 2-ft from the title bands, and at wall penetrations. Eagle Mountain WTO — Phase IV Expansion Identification for Process Piping Ozone Pre -selection 400553 - 2 City of Fort Worth 0515-294565 July 2024 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years' documented experience. 1.8 DELIVERY, STORAGE, AND HANDLING A. Section 016000 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Store materials according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. PART 2 - PRODUCTS 2.1 NAMEPLATES A. Manufacturers: 1. Craftmark Pipe Markers, 2. Kolbi Pipe Marker Co., 3. Pipemarker.com (Brimar Industries, Inc.), 4. Seton Identification Products, 5. Substitutions: As specified in Section 016000 - Product Requirements, and 6. Furnish materials according to applicable DWU standards. B. Description: Laminated three -layer plastic with engraved black letters on light, contrasting background color. 2.2 TAGS A. Metal Tags: 1. Manufacturers: a. Brady ID, b. Craftmark Pipe Markers, Eagle Mountain WTO — Phase IV Expansion Identification for Process Piping Ozone Pre -selection 400553 - 3 City of Fort Worth 2.3 0515-294565 July 2024 C. Kolbi Pipe Marker Co., d. Marking Services, Inc., e. Pipemarker.com (Brimar Industries, Inc.), f. R&R Identification Co., g. Seton Identification Products, and h. Substitutions: Not permitted. 2. Description: a. Stainless -steel construction; Stainless steel piping to have stainless steel tags; stamped letters. b. Minimum Tag Size and Configuration: 2 inches; diameter or square - as preferred by DWU to match their standard tagging system, with finished edges. C. Provide with brass hooks suitable for attaching the tag to the valve operator. d. Stamp or etch tags with the valve number and information on the valve schedule coded in a system provided by the Owner. B. Information Tags: 1. Manufacturers: a. Brady ID, b. Seton Identification Products C. Substitutions: Not permitted. 2. Description: a. Clear plastic with printed text DANGER, CAUTION, WARNING and message consisting of hazard identification. b. Minimum Tag Size: 3-1/4 by 5-5/8 inches. C. Furnish grommet and self-locking nylon ties. 3. Tag Chart: Typewritten, letter -size list of applied tags and location, in anodized aluminum frame or plastic laminated as preferred by DWU to match their standard tagging system. STENCILS A. Manufacturers: 1. Kolbi Pipe Marker Co, 2. Marking Services, Inc., 3. Pipemarker.com (Brimar Industries, Inc.), 4. R&R Identification Co. 5. Seton Identification Products 6. Substitutions: Not permitted. 7. Furnish materials according to applicable DWU standards. B. Description: Eagle Mountain WTO — Phase IV Expansion Identification for Process Piping Ozone Pre -selection 400553 - 4 City of Fort Worth 0515-294565 July 2024 1. Quality: Clean-cut symbols. 2. Letters: OUTSIDE DIAMETER OF PIPE 3/4-in to 1-1/4-in 1-1/2-in to 2-in 2-1/2-in to 6-in 8-in to 10-in Over 10-in C. Stencil Paint: 63VACEO] 9411009I:i.`! 1. Description: Semigloss enamel. 2. As specified in Section 099100 "Painting". 2.4 PIPE MARKERS A. Plastic Pipe Markers: 1/2-in 3/4-in 1-1/2-in 2-1/2-in 3-in 1. Manufacturers: a. Brady ID, b. Craftmark Pipe Markers, C. Marking Services, Inc., d. R&R Identification Co., e. Seton Identification Products Substitutions: Not permitted. 2. Description: a. Factory -fabricated, flexible, and semi -rigid plastic. b. Preformed to fit around pipe or pipe covering. C. Larger sizes may be of maximum sheet size, with spring fastener. d. Letter sizes per Paragraph 2.313. e. Color shall be white or black depending on background color. B. Plastic Tape Pipe Markers: 1. Manufacturers: a. Brady ID, b. Craftmark Pipe Markers, C. Kolbi Pipe Marker Co., d. Marking Services, Inc., e. Pipemarker.com (Brimar Industries, Inc.), f. Seton Identification Products g. Substitutions: Not permitted. Eagle Mountain WTO — Phase IV Expansion Identification for Process Piping Ozone Pre -selection 400553 - 5 City of Fort Worth 2.5 2.6 0515-294565 July 2024 2. Description: a. Flexible, 3.5 mil vinyl film tape with pressure -sensitive adhesive backing and printed markings. b. Letter sizes per Paragraph 2.3B. C. Color shall be white or black depending on background color. C. Plastic Underground Pipe Markers: 1. Manufacturers: a. Kolbi Pipe Marker Co., b. Marking Services, Inc., C. Pipemarker.com (Brimar Industries, Inc.), d. Rhino Marking and Protection System, e. Seton Identification Products f Substitutions: Not permitted. 2. Description: a. Brightly colored, continuously printed plastic ribbon tape. b. Minimum Size: 6 inches wide by 4 mils thick. C. Manufactured for direct burial service. d. Letter sizes per Paragraph 2.3B. LABELS A. Manufacturers: 1. Brady ID, 2. Seton Identification Products 3. Substitutions: Not permitted. 4. Furnish materials according to applicable DWU standards. B. Description: 1. Material: Aluminum. 2. Minimum Size: 1.9 by 0.75 inches. 3. Adhesive backed, with printed identification. LOCKOUT DEVICES A. Lockout Hasps: 1. Manufacturers: a. Brady ID, b. Master Lock Company, LLC Eagle Mountain WTO — Phase IV Expansion Identification for Process Piping Ozone Pre -selection 400553 - 6 City of Fort Worth 0515-294565 July 2024 C. Substitutions: Not permitted. 2. Description: a. Material: Anodized aluminum. b. Furnish hasp with erasable label surface. C. Minimum Size: 7-1/4 by 3 inches. B. Valve Lockout Devices: 1. Manufacturers: a. Brady ID, b. Master Lock Company, LLC C. Substitutions: Not permitted. 2. Description: a. Material: Steel. b. Furnish device to restrict access to valve operator and to accept lock shackle. 17_171IBM *114:1418110meI 3.1 PREPARATION A. Section 017319 "Installation": Requirements for installation preparation. B. Degrease and clean surfaces to receive adhesive for identification materials. C. Stencil Painting: Prepare surfaces as specified in Section 099100 "Painting". 3.2 INSTALLATION A. According to manufacturer instructions. B. Apply stencil painting as specified in Section 099100 "Painting". C. Install identifying devices after completion of coverings and painting. D. Install plastic nameplates with corrosion -resistant mechanical fasteners or adhesive. E. Labels: 1. Install labels with sufficient adhesive for permanent adhesion and seal with clear lacquer. 2. For unfinished covering, apply paint primer before applying labels. 3. Titles: a. Locate a maximum 26 feet apart. b. Locate directly adjacent to pipeline breaches on each side wall. Eagle Mountain WTO — Phase IV Expansion Identification for Process Piping Ozone Pre -selection 400553 - 7 City of Fort Worth 0515-294565 July 2024 C. Locate adjacent to each side of the valve regulator, flow meter, strainer, cleanout and all pieces of equipment. d. Identify the contents by complete name at least once in each room or space and thereafter may be labeled by generally recognized abbreviations. F. Tags: 1. Identify valves in main and branch piping with tags. 2. Install tags using SST corrosion -resistant chain. 3. Number tags consecutively by location. G. Install underground plastic pipe markers 6 to 8 inches below finished grade, directly above buried pipe. H. Piping: 1. Identify piping, concealed or exposed, with plastic pipe markers, plastic tape pipe markers, and stenciled painting. 2. Use tags on piping 3/4-inch diameter and smaller. 3. Identify service, flow direction, and pressure. 4. Install in clear view and align with axis of piping. 5. Locate identification not to exceed 20 feet on straight runs, including risers and drops, adjacent to each valve and tee, at each side of penetration of structure or enclosure, and at each obstruction. END OF SECTION 40 05 53 Eagle Mountain WTO — Phase IV Expansion Identification for Process Piping Ozone Pre -selection 400553 - 8 City of Fort Worth 0515-294565 July 2024 SECTION 40 05 57 - ACTUATORS FOR PROCESS VALVES AND GATES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Not all equipment may be required as part of this job. Section Includes: Following types of actuators for linear, multi -turn, and quarter turn valves and gates: 1. Manual actuators. 2. Electric motor actuators. B. Related Requirements: 1. Section 40 05 51 "Common Requirements for Process Valves" for common product requirements for valves for placement by this Section. 1.3 DEFINITION A. Where the term "valve" alone is used in this Section, it applies to both valves and gates as the corresponding text context dictates. 1.4 COORDINATION A. Section 40 05 51 "Common Requirements for Process Valves" for valve schedule requirements. B. Coordinate Work of this Section with installation of valves, gates, and accessories. 1.5 SUBMITTALS A. Product Data: Manufacturer information for actuator with model number and size indicated. B. Shop Drawings: 1. Parts list, materials, sizes, position indicators, limit switches, control system, actuator mounting, wiring diagrams, and control system schematics with external interfaces, as applicable. 2. Actuator Shop Drawings with respective valve submittal. C. Manufacturer's Certificate: Products meet or exceed specified requirements. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Ozone Pre -Selection 40 05 57 - 1 City of Fort Worth 0515-294565 July 2024 D. Manufacturer Instructions: Special procedures and placement requirements. E. Source Quality -Control Submittals: Results of factory tests and inspections and provide required certifications. F. Field Quality -Control Submittals: Results of Contractor -furnished tests and inspections. G. Qualifications Statements: 1. Qualifications for manufacturer and installer. 2. Manufacturer's approval of installer. 1.6 CLOSEOUT SUBMITTALS A. Project Record Documents: Documentation of actual locations and types of actuators. 1.7 QUALITY ASSURANCE A. Minimum NEMA Enclosure Classification: 1. Non -submergence Installations: NEMA 4X. 2. Submergence Installations: NEMA 6P/IP68. B. Perform Work according to standards set by authorities having jurisdiction. C. Single Source Requirements: 1. Furnish electric motor actuators in the scope of the project by the same manufacturer. Coordinate this requirement with actuated valves and gates included in scope of vender furnished equipment. 2. Furnish actuators, floor stands, stem guides, stems, extensions, and accessories for slide gate assemblies by slide gate manufacturer. D. Mate actuators to equipment at equipment manufacturers or integrators facility. 1. Test assembled product. Certify ready for installation prior to shipment to job site. 2. For extremely large assemblies requiring disassembly for installation, the actuator may be disassembled for shipment and remounted in the field. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years' documented experience. B. Installer: Company specializing in performing Work of this Section with minimum five years' documented experience. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Ozone Pre -Selection 40 05 57 - 2 City of Fort Worth 0515-294565 July 2024 1.9 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. B. Store materials according to manufacturer instructions. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Furnish temporary end caps and closures on piping and fittings and maintain in place until installation. 3. Provide additional protection according to manufacturer instructions. 1.10 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.11 WARRANTY A. Furnish two-year manufacturer's warranty for valves. Warranty to begin from the date of Final Acceptance as defined in Division 00 of the Contract Documents. B. If the equipment should fail during the warranty period due to a defective part(s), replace and restore the unit(s) to service at no additional cost to the Owner. PART 2 - PRODUCTS 2.1 GENERAL A. Refer to valve and gate schedule for actuator type, accessories, and sizing information. B. Provide clockwise closed actuation unless otherwise noted on the valve and gate schedule. C. Supply chain actuators for manual valves located 7 feet or higher above finished floor. 2.2 ACCESSORIES A. Floor Stands: 1. Materials: a. Stand: Stainless steel. Eagle Mountain WTP - Phase IV Expansion Ozone Pre -Selection City of Fort Worth Actuators for Process Valves and Gates 400557-3 0515-294565 July 2024 b. Stem Bushing: Sintered bronze. C. Position Indicator: Bronze. 2. Base Mounting Requirements: a. Concrete Floor Mounting: Type 316 stainless -steel anchor bolts. b. Offset Mounting: Heavily reinforced, adjustable wall bracket with required anchor hardware using Type 316 stainless steel. Actuator Mounting Requirements: a. Manual Actuator: Cast iron handwheel on top of floor stand with dual ball type thrust bearings, grease fitting on bearing bowl, hardened machined alloy bronze lift nut (for rising stem). Where manual effort is greater than 40 lb rim pull with 2 feet diameter wheel, provide geared actuator with a handwheel or crank. 1) Handwheel casting to include the word "OPEN" and an arrow indicating the direction of operation. b. Gearbox or Direct Powered Actuator: Through bolt holes matched to actuator or gearbox bolting pattern. 4. Non -rising stem position indicator: Mechanical indicator connected to and driven by stem extension and cast position marks on floor stand with the word "OPEN" cast at the top of the travel, and a field mounted aluminum "CLOSED" tag supplied with drive rivets, installed based on number of valve turns. 5. Rising Stem Position Indicator: Permanent markings on transparent stem covers. B. Extension Stems and Stem Guides: 1. Extension stems and couplings to actuate recessed, buried, below slab valves and gates via operating nut or floor stand mounted actuator. 2. Stem Extensions and Stem Couplings: Alloy steel, hardware of Type 316 stainless steel unless specified otherwise in the respective slide gate specification. 3. Stem and Stem Couplings: Rated for five times the maximum input torque capacity of the actuator. 4. Adjustable, Cast Iron Wall Bracket Type Stem Guides: Include bronze bushing. 5. Spacing: 10 feet spacing or at spacing calculated by manufacturer to prevent buckling with a safety factor of 2 based on design thrust, shaft material and shaft size. C. Torque Tubes: 1. Supply where shown on the Drawings or Valve and Gate Schedule. 2. Supported by/mated to valve bonnet/yoke. 3. Sized by supplier for the required actuator torque. 4. Drilled specifically for valve and actuator bolt pattern. 5. Internal extension keyed or shaped specifically to mate to valve shaft and fabricated of Type 316 stainless steel. 6. Internal extension designed for axial adjustment for mating purposes. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Ozone Pre -Selection 40 05 57 - 4 City of Fort Worth 0515-294565 July 2024 2.3 MANUAL ACTUATORS A. Stem: 1. Shall be one piece design and shall be mechanically retained in the body neck and no part of the stem shall be exposed to the line media. 2. Stem shall not be a wetted part. B. Gear -Assisted Manual Valve Actuators: 1. Provide: a. For manually actuated valves and gates larger than 8 inch nominal diameter and for ball and plug valves 6 inch and larger. b. With power actuators where torque requirements dictate. 2. Maximum Handwheel Pull: 40 lbs maximum. 3. Housings: Cast or ductile iron. 4. Worm or helical gear type. 5. Gears: Hardened steel, machine cut and mated. 6. Bearings: Permanently lubricated bronze. 7. Input and Output Shafts: Sealed with greased, waterproof machine shaft seals. 8. Filled with waterproof grease and designed for submerged service where scheduled. 9. Handwheel: Removable. a. Diameter: 8 inch up to 12 inch valve size. b. Diameter: 12 inch diameter up to 16 inch valve size. C. Diameter: 18 inch diameter for larger than 16 inch valve size. d. Maximum Diameter: 24 inch diameter. 10. Include mechanical top mounted valve position indication, opening direction, and adjustable stops. C. Chain Wheels: 1. Supply for manual valves 3 inch diameter or larger mounted 7 feet and greater above operating floor level. 2. Type: Sprocket rim with chain and floating chain guide. 3. Chain Wheel and Guides Materials: Cast iron with hot -dip galvanized chain. 4. Chain Length: Extend to 5-1/2 feet above operating floor level. 5. Chain Storage: Include where chains may interfere with personnel egress, made with high -strength thermoplastic polymer in safety orange color. 6. Chain Wall Hooks: Include where feasible to prevent chain from impeding personnel egress. 2.4 ELECTRIC MOTOR ACTUATORS A. General: 1. Where identified on the Drawings. 2. Comply with AWWA C542. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Ozone Pre -Selection 40 05 57 - 5 City of Fort Worth LOU C. 0515-294565 July 2024 3. Actuators for Valves 3 inches and Smaller: 120 Volt, 1 Phase, 60 Hertz power supply. 4. Actuators for Valves Larger than 3 inches: 480 Volt, 3 Phase, 60 Hz power supply. 120 Volt Power Actuators: 1. Actuators to have reversing motor, reduction gearing, local position indicator, position limit switches, provision for manual override, 100 to 1000 in-lbs torque range and motor thermal and electronic control protection. 2. Enclosure: a. Cast aluminum or steel alloy. b. Powder coated or fusion bonded epoxy finish. C. NEMA 4 or 4X. 3. Actuator for Open/Close/Jog Reversing Service: Proportional/modulating service where required in the equipment specifications or Instrumentation Drawings. 4. Motors: a. Design for valve actuation service. b. Insulation: Class F. C. Split phase capacitor protection. d. Duty Cycle: 40 percent at 112 degrees F for open/close duty, and 100 percent for modulating duty. e. 90-Degree Travel Time: 10 to 20 seconds depending on actuator size. f. Actuator Switches: Have two SPDT 15 Amp rated switches for remote open/close valve position indication. Products: Subject to compliance with requirements, provide one of the following or equal: a. Series 92 as manufactured by Asahi/America. b. EPM-6 by Hayward. C. P Series as manufactured by Promation Engineering, Inc. d. Or equal. 480 Volt Power Actuators: 1. General: 2 phase 60 hz supply rated, self-contained, totally enclosed with motor, integral reversing starters, local controls, reduction gearing, limit switch gearing, limit switches, control power transformer, torque switches, bored and keyed drive sleeve for non -rising stems, declutch lever, auxiliary handwheel, and local position indication. 2. Separately seal motor and control compartments with space heaters in limit switch, motor, and control compartments. 3. Suitable for indoor and outdoor use, fully functional in ambient temperature range from 40 to 140 degrees F at 100 percent relative humidity. 4. Size to guarantee full travel, seating and unseating torque or thrust as specified by the valve or gate manufacturer. 5. Size to provide torque required to operate valve or gate at 90 percent of nominal voltage. 6. Design Travel Rate: a. As indicated on valve and gate schedule, and if not so indicated: Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Ozone Pre -Selection 40 05 57 - 6 City of Fort Worth 0515-294565 July 2024 1) Gate Valves and Slide Gates: 12 inches per minute. 2) Globe Valves: 4 inches per minute. 3) Quarter Turn Valves: 30 seconds per 1 foot of throat diameter. 7. Enclosure: a. Cast iron construction. b. NEMA 4X for watertightness from pressure hose. C. NEMA 6 for submergence up to 6 feet for 30 minutes. d. NEMA 6P for submergence up to 15 feet for 72 hours. e. IP 68-8 for submergence up to 26 feet for 96 hours per EN 60529. f. NEMA 7 for Class 1, Division 1 & 2, Groups C & D hazardous environment. g. Operate successfully a minimum of 10 full cycles under submersion. h. External Fasteners: Type 316 stainless steel. i. Include anti -condensation heater, suitable for continuous operation with alarm output to indicate heater failure. 8. Motors: a. High -starting torque; low stall torque, low inertia, designed and built by actuator manufacturer. b. Embed thermistor in each motor winding for thermal protection. C. Insulation: Class F, with a duty rating of at least 15 minutes at 40 degrees F ambient temperature. d. Electrical disconnection by means of plug and socket. Allow motor removal without loss of lubricant. e. Hardware to ensure motor runs with correct rotation for required direction of valve travel regardless of power supply connection sequence. 9. Motor Protection: a. De -energize without damage in the event of a stall condition when attempting to move a jammed valve. b. De -energize in the event of an over -torque condition. C. Imbed a minimum of three thermal devices in motor windings to de -energize the motor in case of overheating. d. Lost phase protection algorithm. 10. Gear Train: a. Grease filled, O-ring sealed in cast or ductile iron gear case. b. Suitable for operation in any orientation. C. Hardened, machine cut steel gears, and precision machined alloy bronze worm gear. d. Reduction gearboxes as specified in Paragraph "Gear -Assisted Manual Valve Actuators." 11. Manual Operation: a. Handwheel which does not rotate during motor operation. b. Output contact with declutch mechanism to indicate manual operation. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Ozone Pre -Selection 40 05 57 - 7 City of Fort Worth 0515-294565 July 2024 Utilize actuator worm shaft/worm wheel to maintain self-locking gearing and to facilitate changeover from motor to manual operation when the actuator is under load. Do not use designs that bypass actuator worm gear or break valve load at worm gear. d. Automatic return from manual to motor operation upon starting motor. e. Manual operation capable with seized motor. 12. Position and Torque Calibration: a. Sensing by absolute encoder using hall effect sensors. Incremental encoders requiring batteries to retain settings upon loss of power are not acceptable. Settings stored in permanent non-volatile memory. b. Torque and travel adjustment parameters: 1) Position Setting Range: 1 to 500 or 10 to 5,000 turns, with resolution of 2.81 degrees and accuracy to 5.0 degrees of actuator output. 2) Torque Setting: 40 to 100 percent of rated torque. Torque switch bypass for the torque sensing system to inhibit torque switch trip during unseating or during starting in mid -travel against high inertia loads. 13. Wiring and Terminals: a. Tropical grade insulated stranded cable of appropriate size for the control and 3- phase power. b. Include a removable plug and socket head for termination of all external wiring. Include actuators without plug and socket terminal connections having power and control disconnect switches for ease of maintenance and safety. 14. Controls: a. Microprocessor: Based with mechanically and electronically interlocked reversing contactors for Open/Close duty and solid-state contactors for modulating duty. b. Local/Off /Remote Selector Switch and Open/Stop/Close Pushbuttons: Mount on actuator face with red and green indication lights for open/close and amber for fault. C. Remote On/Off Service: Actuator to accept one remote signal to open and a second remote signal to close. d. Modulating Service: When in remote mode, actuator to accept a 4 to 20 mA DC position control signal and position valve 0 to 100 percent of travel in proportion to control signal. e. Monitoring Relays: Remotely indicate fault signal for indication of power failure, phase failure, thermal switch tripped, torque switch tripped between travel stops, and Local -Off -Remote selector switch position. f. Gear Actuated Position Transmitter: On modulating duty actuator that is a two - wire device, produce 4 to 20 mA DC signal proportional to 0 to 100 percent travel. g. Transmitter: Have easily accessible zero and span adjustment potentiometers. h. DC Power Supply: Integral with operator and powered from 110-volt AC internal transformer. Positioner board to provide repeatable accuracy to 0.25 percent of span and have separate trim pots for zero, span, and dead band adjustment. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Ozone Pre -Selection 40 05 57 - 8 City of Fort Worth 0515-294565 July 2024 15. Where noted in valve and gate schedules, actuators to have a digital control module to allow valves or gates to be positioned remotely via a 2-wire non-proprietary field bus protocol. Equip digital control module with serial communication ports to allow actuation by the Plant's SCADA system linked by a 2-wire local area network utilizing Modbus function code (report by exception). Arrange in a self -healing ring configuration with multi -drop taps to each actuator. 16. Position Indication: Continuous mechanical dial indication of valve and gate position in step with the actuator at all times in both the hand wheel and motor operation. For modulating applications, graduations on mechanical dial position indicator to be 0 to 100 percent scale. 17. Limit Switches: a. Adjustable type to trip at any point between fully opened and fully closed. b. Mid -travel Switches: Provide as noted in valve and gate schedule. C. Do not allow set position to be lost if over travel occurs in either manual or electric modes of operation. d. Two independent and fully adjustable rotary type position limit switches each with 15 Amp DPDT contacts for remote open/close position indication. 18. Torque Switches: Actuator with adjustable torque switches and be responsive to load encountered in either direction of travel. 19. Terminal Compartment: a. Separate from the inner electrical components of actuator with a watertight seal. b. Three threaded cable entries. C. Stud -type Terminals: Embed in a terminal block of high tracking -resistance compound. d. Three-phase Power Terminals: Shroud from control terminals by means of an insulating cover. 20. Remote Control Stations: a. For actuators located below the operating floor or located more than 7 feet above the operating floor, provide a UL Listed remote control station at the operating floor level with the same enclosure rating as the actuator. b. Include a Local/Off/Remote selector switch, Open/Stop/Close pushbuttons and Open/Close indicating lights. 1) Local/Off/Remote selector to include padlock mount for the Off position. Include auxiliary contacts for remote indication of switch position. 21. Manufacturers: Provide products by one of the following or equal. a. IQ/IQM as manufactured by Rotork, Plc. b. Limitorque QX/MX as manufactured by Flowserve Corporation. C. EIM TEC2000 as manufactured by Allied Valve, Inc. d. AUMA SA/SAR as manufactured by AUMA Riester GmbH & Co. KG. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Ozone Pre -Selection 40 05 57 - 9 City of Fort Worth 0515-294565 July 2024 2.5 SOURCE QUALITY CONTROL A. Factory Testing: 1. Shop inspect and test completed assemblies. 2. Factory performance test each actuator and supply individual test certificates. Submit test certificates prior to shipment of valve actuators. Test equipment to simulate a typical valve and gate load, and record the following parameters: a. No load current. b. Current at maximum torque setting. C. Stall current. d. Torque at maximum torque setting. e. Stall torque. f. Test voltage and frequency. g. Flash test voltage. h. Actuator output speed. B. Certificate of Compliance: If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. PART 3 - EXECUTION 3.1 INSTALLATION A. Install products plumb, square, and true according to manufacturer's published installation instructions. B. Securely mount actuators using brackets or hardware specifically designed for attachment to valves/gates. C. Extend chain actuators to 5-1/2 feet above operating floor level. 3.2 FIELD QUALITY CONTROL A. After installation, inspect for proper supports and interferences according to manufacturer's requirements and Section 40 05 51 "Common Requirements for Process Valves". B. Repair damaged coatings with material equal to original coating. 3.3 ADJUSTING A. Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on -site assistance in adjusting system to suit actual occupied conditions. Perform adjustments during normal occupancy hours. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Ozone Pre -Selection 40 05 57 - 10 City of Fort Worth 0515-294565 July 2024 END OF SECTION 40 05 57 Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Ozone Pre -Selection 40 05 57 - 11 City of Fort Worth 0515-294565 July 2024 SECTION 40 05 63 - BALL VALVES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Rubber -seated ball valves. 2. Plastic ball valves. 3. Oxygen/Ozone ball valves. B. Related Requirements: 1. Section 400551 — "Common Requirements for Process Valves" for Basic materials and methods related to valves commonly used for process systems. 2. Section 463156 — "Liquid Oxygen System" for cryogenic ball valves. 1.3 SUBMITTALS A. As specified in Section 400551 - Common Requirements for Process Valves: Submittal requirements for compliance with this Section. 1.4 QUALITY ASSURANCE A. Test valves in accordance with AWWA C504, API 598, MSS SP61 as applicable for types listed herein. B. Provide Installation Inspection and Operator Training per Section 400551. C. Provide testing and inspection certificates. PART 2 - PRODUCTS 2.1 AWWA RUBBER -SEATED BALL VALVES - Tag Type BV1 A. Manufacturers: Eagle Mountain WTP — Phase IV Expansion Ball Valves Ozone Pre -Selection 400563 - 1 City of Fort Worth 0515-294565 July 2024 1. Pratt, Val-Matic, Ross. 2. Substitutions: Not permitted. 3. Furnish materials according to AWWA standards. B. 4 Inches through 60 Inches: 1. AWWA C507, Class 150 or 300 as required for the system. 2. Minimum Working Pressure: 250 psig at 100 deg. F. 3. Design minimum fluid velocity: 35 feet per second. 4. Maximum Process Fluid Temperature: 150 deg. F as required for the system. 5. Body: a. Material: Ductile iron, ASTM A536 Cast steel, Bronze or Stainless Steel as required for the system. b. Seats: Rubber. 6. Ball: a. Material: Ductile iron, ASTM A536 Cast steel, or Stainless steel compatible with the system. b. Surfacing: Stainless steel /Nickel -chrome. 7. Bearing Seal, O-Rings, and Packing: Buna-N or PTFE/RPTFE as required for the system exhibiting excellent compatibility with the process fluid. 8. Shaft and Attachment Pins: Type 316 stainless steel. 9. Bearings: PTFE-lined with fiberglass backing. 10. Shaft Seals: Self-lubricating and self-adjusting. 11. Connecting Hardware: Type 316 stainless steel. 12. End Connections: a. Flanged: Comply with ASME B 16.1 / B 16.5/ B 16.42 for respective valve materials specified above. 13. Operator: Handwheel/Gearhbox and Electrically actuated per Drawings. 2.2 TWO-PIECE IRON BODY BALL VALVES- Tag Type BV2 A. Manufacturers: 1. Sureflow 125BV 1 S, American Valve Series 4000, Worcester Controls Valve — Flowserve Corporation. 2. Substitutions: As specified in Section 016000 - Product Requirements. B. Description: 1. Comply with MSS SP 72, ANSI B16.10, AWWA C507-Proof of Design. 2. Minimum Working Pressure: 200 psi WOG 3. Maximum Temperature Rating: 353 Deg. F. 4. Body: two piece, bolted Eagle Mountain WTP — Phase IV Expansion Ball Valves Ozone Pre -Selection 400563 - 2 City of Fort Worth 2.3 0515-294565 July 2024 5. Ball: full port, floating design. 6. Seats: Resilient and replaceable 7. Stem: blow out proof, O ring sealed. 8. End Connections: Class 125 Flange, Flat Faced 9. Stem Seals/Packing: a. Multiple Chevron Rings b. mechanically retained C. Actuator: 1. Lever or Electrically actuated per Drawings. 2. Gear Actuators for Manual Valves: Comply with AWWA C504. D. Materials: 1. Body: Ductile iron, ASTM A536 2. Ball: ASTM A276 Type 316 SS. 3. Seats: PTFE. 4. Seat Ring: RPTFE/Graphite 5. Stem: 316 SS 6. Stem Seal/Packing: PTFE OXYGEN / OZONE SERVICE BALL VALVES- Tag Type BV3 A. Manufacturers: 1. Worcester Controls Valve — Flowserve Corporation, WKM Dynaseal, Jamesbury Series 9150, 2. Substitutions: As specified in Section 016000 - Product Requirements. B. Description: Comply with MSS SP 72, ANSI B16.10, B16.34, B16.5, ASTM A380 2. Cleaned, tested, packaged per ASTM G93; CGA-G4.1 3. Passivated per ASTM A380 4. Minimum Working Pressure: 200 psi WOG 5. Maximum Temperature Rating: 400 Deg. F. 6. Body: unibody or two-piece, bolted 7. Ball: full port, floating, self-adjusting. 8. Seats: Resilient and replaceable 9. Stem: blow out proof, O ring sealed. 10. End Connections: ANSI Class 150 Flange, Raised Faced 11. Stem Seals/Packing: a. Multiple Chevron Rings b. Mechanically retained Eagle Mountain WTP — Phase IV Expansion Ball Valves Ozone Pre -Selection 400563 - 3 City of Fort Worth 0515-294565 July 2024 C. Actuator: 1. Lever or Handwheel and Electrically actuated per Drawings. D. Materials: 1. Body: ASTM A351 CF8M Type 316 SS. 2. Ball: ASTM A276 Type 316 SS 3. Seats: Reinforced PTFE 4. Seat Ring: RPTFE/Graphite 5. Stem: 316 SS 6. Stem Seal/Packing: PTFE A. Manufacturers: 1. George Fischer, ASAHI, Spears. 2. Substitutions: As specified in Section 016000 - Product Requirements. B. Description: 1. Minimum Working Pressure: 150 psig at 100 deg. F. 2. Maximum Process Fluid Temperature: 120 deg. F. 3. Ports: Full size. 4. End Connections: Provide the following types where specifically indicated on Drawings. a. Flanged: Comply with ASME B 16.1. b. True Union. C. Operator: Hand lever. D. Materials: 1. Body and Ball: PVC, ASTM D1784 or PVDF, ASTM D3222 Material to be selected as required for excellent compatibility with process fluid. 2. Seats: PTFE. 2.5 SOURCE QUALITY CONTROL A. Section 014000 - Quality Requirements: Requirements for testing, inspection, and analysis. B. As specified in Section 400551 - Common Requirements for Process Valves. C. Testing: Test ball valves according to AWWA C507. Eagle Mountain WTP — Phase IV Expansion Ball Valves Ozone Pre -Selection 400563 - 4 City of Fort Worth 0515-294565 July 2024 PART 3 - EXECUTION A. As specified in Section 400551 — "Common Requirements for Process Valves": Submittal requirements for compliance with this Section. A. According to AWWA C507. B. As specified in Section 400551 — Common Requirements for Process Valves. END OF SECTION 40 05 63 Eagle Mountain WTP — Phase IV Expansion Ball Valves Ozone Pre -Selection 400563 - 5 City of Fort Worth 0515-294565 July 2024 THIS PAGE INTENTIONALLY BLANK Eagle Mountain WTP — Phase IV Expansion Ball Valves Ozone Pre -Selection 400563 - 6 City of Fort Worth 0515-294565 July 2024 SECTION 40 05 64 - BUTTERFLY VALVES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. AWWA butterfly valves. 2. Cartridge seat, general service butterfly valves 3. Double offset high performance butterfly valves 4. Thermoplastic butterfly valves. B. Related Requirements: 1. Section 400551 - Common Requirements for Process Valves: Basic materials and methods related to valves commonly used for process systems. C. Van Stone flanges shall not be used. 1.3 SUBMITTALS A. As specified in Section 400551 - Common Requirements for Process Valves: Submittal requirements for compliance with this Section. B. The drawings shall contain dimensional data on all components of the valve and shall show a complete materials list, which includes the description and applicable ASTM reference for each part. C. Weights and drawings in accordance with AWWA C504. D. Number of turns of handwheel or actuator required to close valve E. The required actuator torque (To) in foot-pounds for each butterfly valve based on the specified operating conditions of pressure and flows. F. Seating -unseating torque (To) in foot-pounds required for each butterfly valve. G. Rated torque capability of each butterfly valve actuator. Eagle Mountain WTP — Phase IV Expansion Butterfly Valves Ozone Pre -Selection 400564 - 1 City of Fort Worth 0515-294565 July 2024 H. Experience: evidence of at least (5) five years satisfactory experience building butterfly valves to AWWA Standards. I. Torque tests in accordance with rubber seated butterfly valves AWWA C504. Proof of design tests in accordance with AWWA C504. K. Standard AWWA C504 factory testing results. The manufacturer shall provide certified test results or a statement regarding compliance with tests in accordance with AWWA C504, Section 5.2 1.4 QUALITY ASSURANCE A. Each manufacturer who provides butterfly valves under this specification shall have an approved Quality Assurance Program for controlled manufacturing in effect at the manufacturer `s facility throughout the manufacturing cycle. This Quality Assurance Program shall conform to a nationally recognized standard for quality assurance programs and shall apply to all phases of manufacturing from procurement of materials through shipping of the completed product. B. Test valves in accordance with AWWA C504, API 598, MSS SP61 as applicable for types listed herein. C. Provide Installation Inspection and Operator Training per Section 400551. D. Provide testing and inspection certificates. E. Valves used for potable water service shall be NSF 61 certified. F. All materials used for bodies, discs, seats (resilient and metal), and shafts shall be certified by the material Supplier. Certification shall consist of the results of chemical and mechanical property tests, which conform to a detailed Quality Assurance Manual. The Manual shall be available for review and the manufacturing facility available for a quality audit at the convenience of the OWNER. A Quality Assurance Manual shall be included in the required submittals. G. All valve parts shall be true to form, free from injurious defects and shall be seated and finished in a competent manner. Casting shall be free from blowholes, porosity, hard spots, excessive shrinkage, cracks, or other injurious defects. They shall be smooth and well cleaned both inside and outside, and all fins and similar roughness shall be removed. Castings shall not be repaired, plugged, brazed, or burned in. H. The body shall be full -dimensioned, with a minimum body shell thickness as shown in Table 2 of the AWWA C504 Standard. No thin -wall or compact design valves shall be acceptable. Castings shall be clean and sound with no structural defects. The following information, at a minimum, shall be cast in raised letters into the body: Manufacturer's name or symbol, year assembled, size, rated working pressure, and direction of flow. Eagle Mountain WTP — Phase IV Expansion Butterfly Valves Ozone Pre -Selection 400564 - 2 City of Fort Worth 0515-294565 July 2024 I. Each valve with the actuator mounted directly on the valve shall be shop operated by the valve manufacturer three times from the fully closed to the fully opened position and the reverse under a no -flow condition, to demonstrate that the complete assembly is workable. PART 2 - PRODUCTS 2.1 AWWA BUTTERFLY VALVES- Tag Type BFV1 A. Manufacturers: 1. DeZurik, Val-Matic, M&H, Kennedy, Pratt, Crispin K-Flo. 2. Substitutions: Not permitted. 3. Valves shall have flanged connections unless noted otherwise. 4. Furnish materials according to the governing AWWA standard and Owner's published "Approved Materials" listing. B. Description: 1. Comply with AWWA C504, Class 150B or as otherwise shown on Drawings. Flanged end connections per ASME B 16.1 with ANSI Class 125 drilled flanges. 2. Minimum Working Pressure: 150 psig as required for the system pressures per Drawings. 3. Maximum Process Fluid Temperature: 125 deg. F (52 deg. C). 4. Body Style: Short Body Flanged unless shown otherwise on Drawings. Lug -style, suitable for. 5. Shaft: One or two piece, mechanically secured to disc, capable for mechanical separation from disc without damage to shaft or disc. 6. Bearings: Self-lubricating. 7. Shaft Seals/Packing: a. Self compensating V-type- primary means b. Multiple O-rings for up to 24-inch C. Pull down seals using a square braid of graphite fiber for over 24-inch d. Retained by bolted retainer plate or gland, clips not acceptable e. Retained by stuffing box with follower gland for over 24-inch f. Replacement without removal of valve from line. g. Adjustment without disturbing actuator assembly for over 24-inch 8. Seats: a. Mounting: On disc, easily field adjustable and replaceable in all sizes. 360-deg uninterrupted seating surface of Type 316 polished Stainless steel. b. Type: Resilient and replaceable. Field adjustable and replaceable. C. For disc mounted seats, fasten with a segmented machined metal retaining ring, and self-locking bolts or set screws, fully adjustable with common tools. Machined metal seat ring installed in the valve body d. For body mounted seats, supply machined metal seating edges on disc. Body mounted seats may not be considered for this project. Eagle Mountain WTP — Phase IV Expansion Butterfly Valves Ozone Pre -Selection 400564 - 3 City of Fort Worth 0515-294565 July 2024 C. Actuator: 1. Handwheel with manual operator or Electrically actuated per Drawings. 2. Gear Actuators for Manual Valves: Comply with AWWA C504. 3. Valves and actuators shall open counter -clockwise. 4. Worm gear manual actuators with 2-inch standard AWWA operating nut for 84-inch yard valve. Worm gear manual actuators shall comply with AWWA C504. D. Materials: 1. Body: Ductile iron, ASTM A536 Grade 65-45-12 or 70-50-05. 2. Stem: ASTM A276 18-8 Type 304 SS for potable water, ASTM A276 Type 316 SS for other process water. 3. Disc: Ductile iron, ASTM A536 Grade 65-45-12. 4. Seats: a. Elastomer: EPDM. b. Retaining Ring: ASTM A276 Type 316 SS. C. Seat Ring: ASTM A276 Type 316 SS. Sprayed or plated mating seat surfaces are not acceptable. 5. Bearings: a. Sleeve: Nylatron. b. Thrust: Bronze ASTM 763, Alloy C99500. 6. Connecting Hardware: ASTM A276 Type 316 SS. 7. Flange Gaskets: All valves with flanged ends shall be provided with 1/8" thick rubber ring gaskets of the "Flange-Tyte" ribbed design patented by U.S. Pipe, or an approved equal. All ring gaskets shall be dimensioned in accordance with Table A.1 of Appendix A of the AWWA Standard C110. E. Finishes: 1. As specified in Section 400551 - Common Requirements for Process Valves. 2. Manufacturers standard fusion bonded epoxy 3. NSF 61 compliant for potable water service valves 2.2 HIGH PERFORMANCE BUTTERFLY VALVES (for Oxygen and Ozone Service) - Tag Type BFV3 A. Manufacturers: 1. Cameron WKM DynaCentric, 2. Bray Series 40, 3. Powell1572/3072, 4. Jamesbury Model 815L, 5. Crane Flowseal Soft Seat, 6. Tyco K-Lok 360/362 and 370/372. Eagle Mountain WTP — Phase IV Expansion Butterfly Valves Ozone Pre -Selection 400564 - 4 City of Fort Worth 0515-294565 July 2024 7. Substitutions: Not permitted. B. Description: 1. Locate valves so as to be readily accessible for operation. a. All manual valves located 7 ft, or higher, above floors and platforms shall be provided with chain wheels. Refer to Section 400557 for specific design criteria. 2. Comply with MSS SP 25, 44, 55, 61, 67, 68, API 609, ANSI B16.5, 16.34, 16.47, ISO 5211. 3. Minimum Working Pressure: a. Oxygen/Ozone Service (Tag Type BFV3A) 150 psig Per Drawings. b. Fluid Service (Tag Type BFV3F) 250 psig Per Drawings. 4. Maximum Process Fluid Temperature: a. Air service (Tag Type BFV3A) 450 deg. F. b. Fluid service (Tag Type BFV3F) 300 deg. F. 5. Body Style: Lugged Style and suitable for dead-end service unless noted otherwise. Provide wafer style only where specified on Drawings . 6. Disc: Eccentric, double offset design. 7. Shaft: single or two-piece design, taper pinned. Capable for mechanical separation from disc without damage to shaft or disc. 8. Bearings: Self-lubricating. 9. Shaft Seals/Packing: a. Multiple square rings b. Multiple V-rings C. mechanically retained d. Blow out proof retainer 10. Seats: a. Mechanically retained. b. Energized. C. Located in body. d. Resilient and replaceable. Field replaceable. C. Actuator: 1. Handwheel worm gear, Infinite -position lever handle with memory stop, or Electrically actuated as shown on Drawings. 2. Gear Actuators for Manual Valves: Comply with AWWA C504. D. Materials: 1. Body: ASTM A351 CF8M Type 316 SS; Provide ASTM A182 Type F316 SS for ozone service. Eagle Mountain WTP — Phase IV Expansion Butterfly Valves Ozone Pre -Selection 400564 - 5 City of Fort Worth 2.3 0515-294565 July 2024 2. Stem: ASTM A582 Type 416 SS or ASTM A276 Type 316 SS; Provide ASTM A564 Type 630 SS for ozone service. 3. Disc: ASTM A351 C178M 316 SS; Provide ASTM A182 Type F316 SS, nitride and case hardened for ozone service. 4. Taper pins: ASTM A564 Type 630 SS 5. Seat elastomer: Reinforced PTFE with silicone rubber energizer for ozone service. 6. Seat retainer: ASTM A516 Gr. 70 or ASTM A276; Provide Type 316 Titanium for ozone service. 7. Shaft Bearings: PTFE encapsulated Type 316 SS; Provide glass -backed PTFE for ozone service. 8. Thrust Bearings: Type 316 SS, Provide Alloy 20 for ozone service. 9. Shaft Seals: Teflon Chevron packing for ozone service. 10. Seal Retaining rings and thrust washers: ASTM Type 316 SS; Provide Inconel (ozone service. E. Finishes: 1. As specified in Section 400551 - Common Requirements for Process Valves. 2. Manufacturers standard fusion bonded epoxy 3. Manufacturers polyester powder coat 4. No coatings for stainless steel body valves. F. NSF 61 compliant for potable water service valves G. Valves for gaseous oxygen and ozone -in -oxygen piping shall be cleaned, tested, and packaged for oxygen service by the manufacturer in accordance with ASTM G93. SOURCE QUALITY CONTROL A. Section 014000 - Quality Requirements: Requirements for testing, inspection, and analysis. B. As specified in Section 400551 - Common Requirements for Process Valves. C. Testing: Test butterfly valves according to AWWA C504. D. Submit an affidavit of compliance stating that the valves have been manufactured and tested in accordance with AWWA C504 and specifically list all exceptions. PART 3 - EXECUTION 3.1 Examination and Testing A. As specified in Section 400551 - Common Requirements for Process Valves: Submittal requirements for compliance with this Section. B. Contractor shall prepare field installation and test reports for each installed valve. Eagle Mountain WTP — Phase IV Expansion Butterfly Valves Ozone Pre -Selection 400564 - 6 City of Fort Worth 0515-294565 July 2024 3.2 INSTALLATION A. As specified in Section 400551 — Common Requirements for Process Valves. B. According to Manufacturer's Instructions C. Van Stone flanges shall not be used. 100DXG]allxfJ11Is] ►E11111 %,1 Eagle Mountain WTP — Phase IV Expansion Butterfly Valves Ozone Pre -Selection 400564 - 7 City of Fort Worth 0515-294565 July 2024 SECTION 40 05 93.23 — LOW -VOLTAGE MOTOR REQUIREMENTS FOR PROCESS EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Single- and three-phase motors for application on process equipment provided under other Sections. B. The manufacturer of the driven equipment shall provide the associated motor. C. Related Requirements: 1. Division 0 for general project requirements. 2. Section 01 1100 "Summary of Work." 3. Section 0125 00 Substitution Procedures." 4. Section 0133 00 "Submittals." 5. Section 0160 00 "Product Requirements." 6. Section 0178 23 "Operation and Maintenance Data." 7. Section 0178 39 "Project Record Documents." 8. Section 40 05 51 `Common Requirements for Process Valves." 9. Section 40 05 57 "Actuators for Process Valves and Gates." 10. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." 11. Section 40 6121.20 "Process Control System Testing." 12. Section 40 6126 "Process Control System Training." 13. Section 40 63 43 "Programmable Logic Controllers." 14. Section 40 67 17 "Industrial Enclosures." 15. Section 40 70 00 "Instrumentation for Process Systems." 1.3 DEFINITIONS A. NETA ATS: Acceptance Testing Specification. B. VFC: Variable -frequency motor controller. See VFD. C. VFD: Variable -frequency drive. Used interchangeably with the term VFC. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 1 City of Fort Worth 0515-294565 July 2024 1.4 SUBMITTALS A. Product Data: For each type and rating of motor indicated. 1. Include construction details, material descriptions, dimensions, profiles, and finishes. 2. Include nameplate data, compliance with specified standards, electrical ratings and characteristics, physical dimensions, frame size, weights, mechanical performance data, support points and the following: 1. Descriptive bulletins, including full description of insulation system. 2. Bearing design data. 3. Efficiency at'/2, 3/4 and full load. 4. Power factor at 1/2, 3/4 and full load. 5. Conduit entry points and sizes. 6. Special features and accessories (i.e., space heaters, temperature detectors, etc.). 7. Power factor correction capacitor rating and type (when required). B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. C. Qualifications Statements: 1. Submit qualifications for manufacturer and testing agency. 1.5 QUALITY ASSURANCE A. Electric motors driving identical equipment shall be identical. B. Motors shall be listed under UL recognized component file as applicable. C. Motor manufacturer to maintain a documented ISO 9001 quality assurance program implementing suitable procedures and controls to monitor all aspects of production and testing. D. When electrically driven equipment differs from that indicated, adjust the motor size, wiring and conduit systems, disconnect devices, and circuit protection to accommodate the equipment actually installed. E. Testing Agency Qualifications: Member company of NETA. 1.6 DELIVERY, STORAGE AND HANDLING A. Inspection: Accept materials on site in manufacturer's original packaging and inspect for damage. B. Storage: 1. Store materials according to manufacturer instructions. 2. Energize motors furnished with space heaters to prevent condensation throughout the storage and construction period. Perform periodic motor insulation resistance tests per manufacturer's storage recommendations. 3. For extended outdoor storage, remove motors from equipment and store separately. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 2 City of Fort Worth 0515-294565 July 2024 4. Maintain bearings during storage and construction period, and periodically rotate the motor shaft per manufacturer's storage recommendations. 5. Lubricate per manufacturer's recommendations and inspect purged grease for water, rust, or other contaminants. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. 1.7 WARRANTY A. Furnish two-year manufacturer's warranty for valves. Warranty to begin from the date of Final Acceptance as defined in Division 00 of the Contract Documents. B. If the equipment should fail during the warranty period due to a defective part(s), replace and restore the unit(s) to service at no additional cost to the Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: 1. Nidec (US Motors). 2. ABB (Baldor-Reliance). 3. TECO-Westinghouse. 4. Toshiba. 5. WEG. 6. General Electric. 7. Or equal. 2.2 GENERAL MOTOR REQUIREMENTS A. Comply with requirements in this Section except when stricter requirements are specified in equipment schedules or Sections. B. Comply with the latest revision of the following as applicable: 1. NEMA MG 1, "Motors and Generators". C. Unless otherwise noted, all motors 3/4 through 100 horsepower shall be rated 230/460 Volt, three-phase, 60 Hertz A.C.; motors 125 horsepower and above shall be rated 460 Volt, three-phase, 60 Hertz; and motors below 1/2 horsepower shall be rated 115/230 Volt, single phase, 60 Hertz A.C. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 3 City of Fort Worth 0515-294565 July 2024 D. Duty: Continuous duty at ambient temperature of 40 deg C and at altitude of 550 feet above sea level. E. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads at designated speeds, at installed altitude and environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor. F. Horsepower rating: Size for operation within the full load nameplate rating without applying the service factor, throughout the full range of mechanical or hydraulic operating condition. G. Specific motor application data such as Hp, rpm, enclosure type, accessories, etc., are specified under the detailed driven mechanical equipment specification. H. Nameplates: Engrave or emboss on Type 316 stainless steel fastened to the motor frame with stainless steel screws or drive pins with information per NEMA MG 1. I. Space heater: Include 120-volt space heater for moisture control on all motors rated 3/4 horsepower and larger. Service Factor: 1.15 service factor on sine wave power and 1.0 service factor on VFD power in a 40 degrees C ambient, unless otherwise noted. K. Motors and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. L. Enclosures: Conform to one of the NEMA standard enclosure designs as specified under the detailed driven mechanical equipment specification. If no enclosure type is specified, provide TEFC (Totally Enclosed Fan Cooled) enclosures. M. Motors connected to VFCs: Inverter duty rated and comply with NEMA MG 1, Part 31. First or second torsional critical speed shall be outside the operating speed range for all VFC controlled motors. N. Three -Phase Motors: 1. Description: NEMA MG 1, Design B, medium induction motor. 2. Efficiency: Meet or exceed requirements for NEMA MG 1, Part 12 for Premium Efficient motors 1 HP and larger. 3. Service Factor: 1.15. 4. Multispeed Motors: Variable torque. 1. For motors with 2:1 speed ratio, consequent pole, single winding. 2. For motors with other than 2:1 speed ratio, separate winding for each speed. 5. Rotor: Random -wound, squirrel cage. 6. Code Letter Designation: 1. Motors 15 HP and Larger: NEMA starting Code F or Code G. 2. Motors Smaller Than 15 HP: Manufacturer's standard starting characteristic. 7. Accessories: Where specified herein, or under process mechanical specification. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 4 City of Fort Worth 0515-294565 July 2024 2.3 THREE PHASE MOTOR CONSTRUCTION A. Enclosure and Frame: 1. NEMA enclosure type as specified in the process equipment specification. 2. NEMA frame for the associated horsepower. 3. Motor frames: Cast iron or welded heavy plate steel construction, stiff enough to withstand the rotating forces and torques generated and designed to limit or avoid any undesirable harmonic resonances. 4. Provide a threaded, forged steel, shouldered eyebolt blind tapped into the motor frame for lifting on all frames 254T and larger. 5. Condensate drain openings: Locate drain holes at the low points in the end brackets to allow removal of accumulated moisture from enclosures. Provide corrosion resistant, breather drain plugs for severe -duty motors. 6. Hardware: Hex head, SAE Grade 5 or better, plated for corrosion protection. 7. Nameplates: Engraved or embossed 316 stainless -steel plates fastened to the motor frame with stainless steel screws or drive pins. Clearly indicate all items of information listed in the applicable part of NEMA MG 1. 8. Main Terminal Box: Fabricated steel or cast iron, sized per the NEC for number and size of conduit connections and conductor bending and terminations as indicated on the Drawings. Split box top to bottom with capability to rotate entry point to any quadrant. Provide gaskets between the box and motor frame and between box and its cover. Include ground lug for equipment grounding conductor termination. 9. Bearing Housings: Provide machined surfaces for attaching a magnet mounted accelerometer to monitor the motor vibration in the vertical, horizontal, and axial directions at each bearing housing. 10. Frame Grounding: provide motor frame grounding pad or threaded stud where supplemental grounding to frame is indicated on the drawings. B. Windings: 1. Copper. 2. Insulation Rating: Class F. 3. Temperature Rise: Class B at 1.0 SF, Class F at 1.15 SF. 4. Insulation: Non -hygroscopic, epoxy encapsulated windings for enclosure types of WP I and WP II. Provide upgraded insulation by additional dips and bakes to increase moisture resistance for totally enclosed designs. Provide vacuum pressure impregnated (VPI) epoxy insulation for moisture resistance for outdoor motors. 5. Provide chemical and humidity resistance insulation system when IEEE 841 motors are specified. 6. Provide winding surge withstand capability per NEMA 1, Part 31 for VFC driven motors. 7. Provide specified temperature sensing devices for VFC driven equipment. If not specified, provide a winding temperature detector per the accessories paragraph. C. Motor Leads: Non -wicking type, minimum Class F temperature rating and permanently numbered for identification. D. Stator: Built up core using high grade, low loss silicon steel laminations keyed or dovetailed to the stator frame and securely held in place at each end. E. Rotor: Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 5 City of Fort Worth 0515-294565 July 2024 1. Forged or rolled steel shaft, machined, smooth finished, with sufficient strength for operation including 25 percent overspeed condition. 2. Shaft end coordinated with driven equipment coupling. 3. Entire assembly coated with protective coating. 4. Inpro seals on both ends of the shaft to prevent grease leakage and entrance of foreign materials, such as water and dirt, into the bearing area while running, coasting, or at rest. Severe duty motors to have improved sealing per IEEE 841. Vertical Motor Shafts: 1. Provide hollow shaft and P flange mounting to allow driven shaft to extend through provide for vertical pump applications. 2. Coupling for connecting the motor shaft to the driven shaft is located in the top of the motor. 3. Where solid shaft is provided couple the driven shaft below the P flange face. 6. Rotor Core: 1. Solid, built-up stack of fully processed and coated, high-grade, low -loss silicon steel laminations. 2. Die cast aluminum or fabricated copper bars or their respective alloys. 3. Rotors on frames 213T and above to be keyed to shaft and rotating assembly dynamically balanced. 7. Rotor Assembly: 1. Coated with corrosion resistant epoxy insulating varnish or other protective coating, thermally stable, statically and dynamically balanced. 2. Balance weights securely attached to the rotor resistance ring by welding or similar permanent method. F. Horizontal Bearings: roller type, grease lubricated. 1. Bearings: Anti -friction open or single -shield, vacuum-degassed steel ball or roller bearings, electric motor quality, designed for 45 degrees C maximum temperature rise. Metric size bearings are not acceptable. 2. Life: L 10 life of 100,000 hours for direct coupled applications and 26,000 hours for belted applications based. IEEE 841 motors, L 10 life increased to 150,000 and 50,000 hours, respectively. 3. Shaft Seals: Provide to prevent grease leakage and the entrance of foreign materials, such as water and dirt, into the bearing area while running, coasting, or at rest. 4. Shaft Currents: Provide mitigation per this specification section unless specified in the process equipment specification. 5. Comply with ABMA and refer to process equipment specification for stricter or additional requirements. G. Vertical Bearings: per manufacturer, thrust type. Bearings: Manufacturer's standard design, constructed with thrust bearings on top to allow inspection and/or replacement without requiring complete disassembly of motor, of type and size to satisfy thrust loading requirements. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 6 City of Fort Worth 0515-294565 July 2024 2. Life: Rated for an in-service L 10 life of 100,000 hours, designed to support the weight of the rotor plus, if required, the weight of the rotating driven equipment parts and the hydraulic thrust created by the driven equipment, with a 40 degrees C maximum temperature rise. Metric bearings are not acceptable. 3. Shaft seals: Provide to prevent grease leakage and the entrance of foreign materials, such as water and dirt, into the bearing area while running, coasting, or at rest. 4. Shaft currents: Provide mitigation per this specification section unless specified in the process equipment specification. 5. Comply with ABMA and refer to process equipment specification for stricter or additional requirements. 2.4 THREE PHASE MOTOR ACCESSORIES A. Space Heaters: Silicone rubber strip type, accessible for inspection, rated 120 Volt, single phase, designed to prevent condensation inside the enclosure when the motor is idle, with leads brought out to a separate terminal box. Emboss the heater wattage and voltage on the motor nameplate. B. Winding Temperature Relay: Three embedded PTC thermistors with epoxy -encapsulated 115 VAC, single phase, solid state control relay with dual Form C contacts. Wire thermistor leads brought out to separate terminal box on the motor frame. C. Winding Temperature RTDs: Six 100 Ohm platinum (PT 100), three -wire resistance -type temperature detectors (RTDs) embedded in the stator windings, two per phase, symmetrically installed between stator coils where highest temperature will occur. RTD leads brought out to separate terminal box on the motor frame. One RTD set in each phase to be operational and one RTD set to be spare. D. Motor Shaft Currents: insulate the ODE bearing and provide a shaft grounding strap. Insulate bearing probes to prevent shorting out bearing insulation. E. Shaft Grounding Rings: maintenance free, circumferential micro fiber type, AEGISTM SGR by electro Static Technology or equal to discharge shaft currents to ground. F. Vibration Sensors: Number, type, and location for motor and driven equipment per process equipment specification. Provide machined surfaces at each bearing housing for attaching a magnetic mounted accelerometer in order to monitor motor vibration in vertical, horizontal and axial directions. Coordinate with the supplier of the machine monitoring equipment. G. Anti -Backspin Device: Provide shaft mounted, mechanical non -reverse ratchet rated at 100 percent of motor full load torque for immediate protection against reversing due to phase reversals or from backspin at shutdown. H. Encoder for vector drive motors: Provide encoder on opposite drive end to sense rotor speed and provide closed loop feedback (quadrature signal with line driver output) to a control device. Provide sufficient length of encoder cable to connect encoder to variable frequency controller. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 7 City of Fort Worth 0515-294565 July 2024 2.5 POWER FACTOR CORRECTION CAPACITORS A. Select the PFCC rating to provide an operating power factor of the motor between 93 to 95 percent at full load and 95 to 98 percent when partially loaded. The capacitor current shall not exceed the motor no-load magnetizing current. B. Provide the required capacitor and capacitor information to the motor control center (MCC) manufacturer for inclusion inside the MCC. C. Capacitors: UL listed, NEMA rated and tested, three phase dry film or non -PCB dielectric liquid insulated, with three current limiting fuses rated for 100 kA interrupting capacity at 480 Volts, equipped with internal discharge resistors and fuse loss indicators, mounted in hermetically sealed steel enclosures suitable for conduit connection. Covers shall be gasketed, bolt -on type. 2.6 SINGLE-PHASE MOTORS A. Motors larger than 1/20 hp shall be one of the following, to suit starting torque and requirements of specific motor application: 1. Permanent -split capacitor. 2. Split phase. 3. Capacitor start, inductor run. 4. Capacitor start, capacitor run. B. Multispeed Motors: Variable -torque, permanent -split -capacitor type. C. Motors 1/20 HP and Smaller: Shaded -pole type. D. Thermal Protection: Internal protection to automatically open power supply circuit to motor when winding temperature exceeds a safe value calibrated to temperature rating of motor insulation. Thermal -protection device shall automatically reset when motor temperature returns to normal range. E. Insulation: Class F or better, with Class B temperature rise of 80 degrees C above ambient, 1.15 service factor. Locked rotor current to be no greater than specified in NEMA MG 1, Design "N" F. Standard enclosure: Fully gasketed, totally -enclosed air over or fan cooled in conformance with NEMA MG 1. G. Washdown Duty Enclosure: Where motor is installed in wet or corrosive areas routinely exposed to washdowns, high humidity or caustic chemicals, provide stainless steel, paint free washdown motors with Inpro bearing isolators, stainless steel T-type condensation drains, nitrile conduit box gasket, and corrosion resistant fans. H. Bearings: Sealed ball bearings permanently lubricated for 10 years normal use, furnished with shaft slinger. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 8 City of Fort Worth 0515-294565 July 2024 I. Class 1, Division 1 and 2 locations: Explosion proof, marked with a T3B temperature code label, and UL listed for use in Class 1, Division 1, Groups C & D, and Class II, Groups E, F, & G hazardous location. The temperature code marking to appear on the nameplate. 2.7 SOURCE QUALITY CONTROL A. Section 0160 00 - Product Requirements: Requirements for testing, inspection, and analysis. B. Factory Testing: Prior to shipment perform manufacturer's standard tests in accordance with NEMA MG 1 and IEEE 112. PART 3 - EXECUTION 3.1 EXAMINATION A. Upon delivery of motor and prior to unloading, inspect equipment for damage. B. Comply with DELIVERY, STORAGE, AND HANDLING article within this specification. 3.2 INSTALLATION A. Prepare rigid foundation or mounting surface to minimize vibration and maintain alignment between motor and load shaft. B. Install the motors per manufacturer's installation instructions. C. Anchor motor base to load bearing surface with grade 5 steel bolts or better. D. Align the motor shaft with driven equipment according to manufacturer's written instructions. Adjust axial position of motor frame with respect to load shaft. E. Accurately adjust flexible couplings for direct drive according to machine manufacturer's guidelines. Check alignment to minimize vibrations. Coupling spacing shall be according to coupling manufacturer guidelines. F. Install motor branch circuit conduits and conductors in accordance with NEC and local code requirements. Connect motors to rigid conduit system by a short section of liquid -tight flexible conduit to isolate the conduit system from motor vibration. Where motors are installed outdoors, bring conduit into bottom of motor terminal box to avoid standing water at connection point. G. Terminate the motor leads as shown on the connection diagrams using products intended for vibration applications. H. Tighten electrical connections and terminals according to manufacturers' published torque values. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 9 City of Fort Worth 0515-294565 July 2024 I. Install conduit and wiring between motor auxiliary devices and associated indicators, controllers and protective devices in accordance to installation drawings. J. Connect devices sensitive to electromagnetic interferes such as RTD's, thermistors, thermal protector switches, vibration sensors with shielded instrumentation wiring per installation drawings. K. Comply with NECA 1. 3.3 IDENTIFICATION A. Identify field -installed conductors, interconnecting wiring, and components. 3.4 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until motors are ready to be energized and placed into service. B. Lubrication and Shaft Rotation: Lubricate parts and rotate shaft periodically according to manufacturer's written instructions until motors are ready to be energized and placed into service. 3.5 FIELD QUALITY CONTROL A. Perform inspections and tests Inspect and test according to the Inspection and Test Procedures for Rotating Machinery state in NETA Acceptance Testing Specification paragraph 7.15.1. Options tests are not required unless called for within the process equipment specification. B. Perform the following infrared (thermographic) scan tests and inspections, for all motors 250 hp and larger, and prepare reports: 1. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each motor exterior for detection of hot spots in stator or bearings. 2. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each motor I I months after date of Substantial Completion. 3. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. C. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. D. Motors will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies the motor and describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations made after remedial action. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 10 City of Fort Worth 0515-294565 July 2024 3.6 STARTUP AND ADJUSTMENT A. Complete installation and startup checks according to manufacturer's written instructions. Confirm motor is structurally, mechanically, and electrically ready for start-up. Checks include support system, vibration isolation, alignment, lubrication system, and cleanliness. B. Start-up motor in accordance with process equipment specification. C. Verify correct phase rotation at motor with driven equipment uncoupled. Correction for phase rotation to be made in the motor terminal box. D. Prepare inspection and test reports. 3.7 DEMONSTRATION / SYSTEM FUNCTION TESTS A. Run motor for system testing as required in motor controller and driven equipment specifications. B. Confirm correct operation of all protective and metering devices. C. Measure voltage and motor running current and evaluate relative to load conditions and nameplate full load amperes. Corrective action is required for any current imbalance 10 percent or greater. D. Prepare driven equipment system testing report. Include results of all tests and check made, meter readings and recordings, and summary adjustments made. Clearly identify any discrepancies and concerns. END OF SECTION 40 05 93.23 Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Ozone Pre -Selection 40 05 93.23 - 11 City of Fort Worth 0515-294565 July 2024 SECTION 40 6100 - PROCESS CONTROL AND ENTERPRISE MANAGEMENT SYSTEMS GENERAL PROVISIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes procurement of the services of a Ozone System Supplier (OSS) to provide all materials, equipment, labor, and services required to achieve a fully integrated and operational system as specified herein, in "Related Requirements" under this Article, and in related drawings, except for those services and materials specifically noted. B. Under this contract, the OSS will also serve as the Applications Engineer System Supplier (AESS) for the equipment supplied under their scope. C. Include auxiliary and accessory devices necessary for system operation or performance, such as transducers, relays, signal amplifiers, intrinsic safety barriers, signal isolators, software, and drivers to interface with existing equipment or equipment provided by others under other Sections of these specifications, whether indicated on the Drawings or not. D. All equipment and installations to satisfy applicable Federal, State and local codes. Refer to Electrical drawings for area classifications for Class and /Division ratings. E. Use the equipment, instrument, and loop numbering scheme indicated on the Drawings and in the specifications in the development of the submittals. Do not deviate from or modify the numbering scheme. F. Related Requirements: 1. Section 40 6121.20 "Process Control System Testing" 2. Section 40 6126 "Process Control System Training" 3. Section 40 63 43 "Programmable Logic Controllers" 4. Section 40 67 17 "Industrial Enclosures" 5. Section 46 3156 "Ozone System Instruments" 1.3 DEFINITIONS A. Applications Engineering System Supplier (AESS): The entity who provides all programming, configuration, and related services for the control system equipment provided by the OSS. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 1 City of Fort Worth 0515-294565 July 2024 B. Ozone System Supplier (OSS): The entity responsible for providing all materials, equipment, labor, and services required to achieve the manufacturer's fully integrated and operational control system. 1.4 COORDINATION MEETINGS A. Participate in the following meetings at the project location, in addition to the meetings required by other sections of this specification: 1. One 8-hour coordination meeting to review the standards, conventions, and methodologies that will be used to program and develop the program (i.e., HMI and PLC databases, HMI graphics, and PLC programming, etc.) and to solicit the Contractor's input. 2. One 8-hour coordination meeting to review the graphic displays created by the Supplier. This meeting will take place after the draft graphic displays are submitted. 3. Provide availability for telephone coordination with the plant SCADA system programmers. Allow a minimum of 40 hours for this coordination to take place. 4. Provide availability for coordination with the plant SCADA system programmers during startup commissioning of the MF systems. Allow a minimum of 40 hours for this coordination to take place. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. B. Shop Drawings: 1. Include plans, elevations, sections, mountings, and attachment details. 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Detail fabrication and assembly of control equipment, control panels, and instrumentation as specified herein. 4. Include diagrams for power, signal, and control wiring. C. Project Plan, Deviation List, and Schedule Submittal: Submit, within 45 calendar days after Notice to Proceed, a Project plan. Submit for approval the Project Plan before further submittals are accepted. The Project Plan to contain the following: a. Overview of the proposed control system describing the understanding of the project work, a preliminary system architecture drawing, interfaces to other systems, schedule, startup, and coordination. Include a general discussion of Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 2 City of Fort Worth 0515-294565 July 2024 startup, approach to testing and training, and other tasks as required by these specifications. b. Preliminary list of HMI software, PLC software, and PLC hardware, including version numbers, solely to determine compliance with the requirements of the Contract Documents prior to beginning development of system programming. The review and approval of software and hardware systems as part of this Project Plan stage does not relieve the OSS of meeting all the functional and performance requirements of the system as specified herein. Substitution of manufacturer or model of these systems after the submittal is approved is not allowed without Engineer's approval. C. List of all graphics intended to be created for this project. d. List of all PLC programs that will be created for this project. e. Sample formats of the shop drawings to be submitted and in conformance with the requirements of the Specifications. At a minimum include samples of panel fabrication drawings, loop drawings, control system architecture and 1/0 wiring diagrams. 2. Define Exceptions to the Specifications or Drawings in a Deviation List consisting of a paragraph -by -paragraph review of the Specifications indicating acceptance or any proposed deviations, the reason for exception, the exact nature of the exception and the proposed substitution so that an evaluation may be made by the Engineer. Specifically state if no exceptions are taken to the specifications or drawings. If there is no statement by the OSS, then it is acknowledged that no exceptions are taken. 3. Component and Wiring Identification and Tagging Plan: a. All components provided by OSS require a tag, label, or nameplate. b. Provide detailed information so Engineer can review the following characteristics for each type of tag, label, or nameplate for the different types of components provided above: 1) Size or range of size of the tag, label or nameplate. 2) Font style. 3) Material. 4) Color(s). D. Input/Output (1/0) List Submittal: 1. Submit, within 60 days after Notice to Proceed, a complete system Input/Output (I/O) address list for equipment connected to the control system under this Contract. 2. Base the I/O list on the P&ID's, the Drawings, the design I/O list (if included), and requirements in the Specifications. 3. Submit the 1/0 list in both a Microsoft Excel readable electronic file format and an 8-1/2 inch by 11-inch hard copy. 4. Reflect all active and spare 1/0 points on the 1/0 list. Add points to accommodate spare I/Os as required in the specifications. 5. Arrange the I/O list so that each control panel has a dedicated worksheet, which includes the following information: a. TAG NUMBER(S): As indicated on the Drawings, the identifier assigned to a device that performs a function in the control system. As part of this information, break out the tag loop number to allow for sorting by loop. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 3 City of Fort Worth 0515-294565 July 2024 b. DESCRIPTION: A description of the function of the device (text that includes signal source, control function, etc.) Include the text "Spare Points" for all I/O module points that are not connected to equipment. C. PHYSICAL LOCATION: The Control Panel designation of where the I/O point is wired to. d. PHYSICAL POINT ADDRESS: Rack, Slot, and Point (or Channel) assignment for each I/O point. e. I/O TYPE: use DO - Discrete Output, DI - Discrete Input, AO - Analog Output, Al - Analog Input, PI - Pulse Input, or PO - Pulse Output. f. RANGE/STATE: The range in engineering units corresponding to an analog 4-20 mA signal, or the state at which the value of the discrete points is "1." g. ENGINEERING UNITS: The engineering units associated with the Analog I/O. h. ALARM LIMITS: Include alarm limits based on the control descriptions and the Drawings. i. P&ID - the P&ID or drawing where the I/O point appears on. Mark as "NA" (Not Applicable) if the I/O point is derived from a specification requirement and is not on the P&IDs. 6. Sort the I/O list in order by: a. Physical location. b. I/O Type. C. Loop Number. d. Device Tag. 7. Once the I/O list is approved, the PLC 1/0 addresses are not modified without approval by the Engineer. 8. For I/O layout requirements, refer to Section 40 63 43 "Programmable Logic Controllers." E. Field Instruments Submittal: 1. Refer to Section 40 70 00 "Instrumentation for Process Systems" for submittal requirements. 2. Provide a software schedule or spreadsheet for project which clearly indicates which software packages and operating systems are loaded onto which computers and servers. F. Panel Layout Drawings and Wiring Diagrams Submittal: 1. Panel Layout Drawings: Submit Drawings for all panels specified. Draw to scale panel assembly and elevation drawings and detail all equipment in or on the panel. Use 11 "x 17" sheet size for panel drawings and include the following: a. Clearly indicate a legend sheet with all symbols used on drawings and with voltage, color and size of each wire. b. Interior and exterior panel elevation drawings to scale. C. Nameplate schedule. d. Conduit access locations. e. Panel construction details. f. Cabinet assembly and layout drawings to scale. Include a bill of material on the assembly drawing with each panel component clearly defined. Cross-reference the Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 4 City of Fort Worth 0515-294565 July 2024 bill of material to the assembly drawing so that a non -technical person can readily identify all components of the assembly by manufacturer and model number. g. Fabrication and painting specifications including color (or color samples). h. Construction details, NEMA ratings, intrinsically safe barrier information, gas sealing recommendations, purging system details, etc. for panels located in hazardous locations or interfacing to equipment located in hazardous areas. For every control panel, heating and cooling calculations for each panel supplied indicating conformance with cooling requirements of the supplied equipment and environmental conditions. Include on calculations the recommended type of equipment required for both heating and cooling. Submit evidence that all control panels are constructed in conformance with UL 508 and bear the UL seal confirming the construction. Specify if UL compliance and seal application accomplished at the fabrication location or by field inspection by UL inspectors. Costs associated with obtaining the UL seal and any inspections are be borne by Contractor. 2. Wiring Diagrams Submittal: a. OSS to provide complete wiring diagrams showing all wiring connections in the I/O system where direct hardwired interfaces exist between the OSS control panels and vendor provided control panels furnished under other Divisions. This includes but is not limited to terminal block numbering, relay contact information, instruments, equipment, and control panel names. Include drawings in Final O&M submittal. Leaving this information blank on Final Documentation drawings is not acceptable. b. Panel wiring diagrams depicting wiring within and on the panel as well as connections to external devices. If ISA Loop Wiring Diagrams are specified below, equipment external to the control panel and related external connections do not need to be shown on the Panel Wiring Diagrams. Panel wiring diagrams include power and signal connections, UPS and normal power sources, all panel ancillary equipment, protective devices, wiring and wire numbers, and terminal blocks and numbering. Field device wiring includes the device ISA-tag and a unique numeric identifier. Diagrams identify all device terminal points that the system connects to, including terminal points where I/O wiring lands on equipment not supplied by the OSS. Wiring labeling used on the drawings match that shown on the Contract Documents or as developed by the OSS and approved by the Engineer. I/O wiring numbered with rack number, slot number, and point number. Two -wire and four -wire equipment to be clearly identified, and power sources noted. Submit final wire numbering scheme. Provide panel drawings that are 11- inch x 17-inch in size. G. Testing Plan Submittals: Refer to Section 40 61 21.20 "Process Control System Testing" for specific testing submittal requirements. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 5 City of Fort Worth 0515-294565 July 2024 1.6 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Provide the following informational submittals: 1. Interconnection drawings between PLC and remote IO control panels 2. Memory data register mappings 3. Network connections B. Qualification Data: For any named OSS, submit a statement on company letterhead indicating that the requirements in the "Quality Assurance" paragraph below are met by the firm. C. Product Test Reports: Refer to individual instrument, component or hardware specifications for specific requirements. D. Evaluation Reports: Refer to individual instrument, component or hardware specifications for specific requirements. 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For all OSS supplied hardware to include in operation and maintenance manuals. 1. Submit in accordance with Section 0178 23 "Operation and Maintenance Data." 2. Include the following information on the operations and maintenance manuals: a. Table of Contents: 1) Provide a Table of Contents for the entire manual with the specific contents of each volume clearly listed. Include the complete Table of Contents in each volume. b. Instrument and Equipment Lists: 1) Develop the following lists in Microsoft Excel format: a) An instrument list or spreadsheet for all instruments supplied including tag number, description, specification section and paragraph number, manufacturer, model number, calibrated range, location, manufacturer phone number, local supplier name, local supplier phone number, completion year replacement cost, and any other pertinent data. b) An equipment list or spreadsheet for all non -instrument devices supplied listing description, specification section and paragraph number, manufacturer, model number, location, manufacturer phone number, local supplier name, local supplier phone number, completion year replacement cost, and any other pertinent data. Equipment Operations and Maintenance Information: 1) Provide ISA-TR20.00.01-200I (updated in 2004-2006) data sheets for all field instruments. For non -field instrumentation devices, provide a cover Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 6 City of Fort Worth 0515-294565 July 2024 page for each device, piece of equipment, and OEM software that lists date, specification number, product name, manufacturer, model number, Location(s), and power required. Preferred format for the cover page is ISA- TR20.00.01-2001(updated in 2004-2006), general data sheet; however, other formats will be acceptable provided they contain all required information. 2) Provide either new documentation written specifically for this project or modified standard vendor documentation to the vendor O&M documentation for each device, piece of equipment, or OEM software. Indicate with arrows or circles all portions that apply to all standard vendor documentation furnished. Neatly line out or cross out all portions that do not apply. Remove groups of pages or sections that do not apply to the specific model supplied. 3) Provide the record documentation of the completed test forms with sign -offs as specified in Section 40 6121.20 "Process Control System Testing." 4) Include instrument/equipment calibration and configuration forms. d. As -Built Drawings: 1) Complete as -built drawings, including all drawings and diagrams specified in this section under the "Submittals" section. Include on the drawings all termination points on all equipment the system is connected to, including terminal points of equipment not supplied by the OSS. Provide electronic files for all drawings produced. Provide drawings in AutoCAD ".dwg" format and in Adobe Acrobat format. 2) Include on as -built documentation information from submittals, as described in this Specification, updated to reflect the as -built system. Incorporate errors in or modifications to the system resulting from the Factory and/or Functional Acceptance Tests. B. Operations and Maintenance Data - Software Maintenance Manual 1. Include these manuals as part of "Final System Documentation." 2. Software Listings and Databases — Submit hard copies of the same information required in the "Controller Program Submittal" except include files updated to reflect the as -built system. Include PDF versions of these files on the DVDs specified below. 3. PID Loop Tuning Parameters — Submit annotated chart recorder traces or computer system trend screen printouts showing tuned control loop response to plus and minus 40 percent of full span step changes of loop setpoint for each individual loop. For cascade loops, submit charts showing response of the secondary loop with secondary setpoint on manual and also response of the entire cascade control loop in automatic mode. Include a description of tuning methodology used. 4. Supply hardcopies of configuration information for the HMI systems, reporting systems, Historian Systems, and any other programs developed under this Contract. 5. Machine Readable Documentation — Provide two sets of as -built software documentation on DVDs or USB thumb drives in original electronic format for all PLC, HMI systems, reporting systems, Historian Systems, and any other programs developed under this Contract. Incorporate all changes made during or after testing, start-up, and commissioning. 6. Include final version of the system standards and conventions manual reflecting as - programmed conditions. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 7 City of Fort Worth 0515-294565 July 2024 7. System Configuration Section: a. Include a printout (or screen capture) of all configuration screens for every device requiring OSS configuration. This includes, but is not limited to, the hardware firewall, site to site VPN routers, MES', PLC processors, PLC redundancy, Ethernet/IP and any other communication modules. C. Operations and Maintenance Data - Operators' Manual: 1. Provide Operator's Manuals prior to final acceptance of the system. 2. Separately bind and include in the manual all information necessary for the operator to monitor and control the plant from the control system. Write the manuals in non -technical terms and organize for quick access to each detailed description of the operator's procedure. Include the following information: a. A comprehensive table of contents of the manual. b. A simple overview of the entire system indicating the function and purpose of major control system components described by area or building. C. A detailed description of the operation of the HMI and OIT including all appropriate displays. Including a screenshot of each HMI and OIT display screen and annotating each function in text is an acceptable format for presenting this information. d. Step-by-step procedures for starting up or shutting down critical component of the control system such as server or a control panel. e. Login / logout procedures for the operator interface system(s). f. Complete, step-by-step procedures for printing reports and entering manual data. g. Complete, step-by-step procedures for performing system or selected file backup and restoration including archiving historical data. Include recommended archiving schedule for historical data and/or frequency system performs an automatic back- up with a listing of all applications that are backed up or need to be backed up. h. Operational description for operating HMI computer equipment and peripherals including printers, CD-ROMs, removable bulk storage devices, UPS, etc. Include in the description procedures for typical maintenance and troubleshooting tasks. i. A complete glossary of terms and definition of acronyms. j. List of personnel to be contacted for warranty and emergency services, including name, address, telephone number, pager or cell phone number, fax number, and email address. D. Software and Firmware Operational Documentation: Original Licensed Software: a. Submit original software licenses and keys for all software provided under this Contract. Submit original paper based and electronic documentation for all software provided. Submit license agreement information including serial numbers, license agreements, User Registration Numbers, and related information. Provide licenses for all software under this Contract to the Owner at the time of purchase. Provide media in software sleeves within O&M manual. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 8 City of Fort Worth 0515-294565 July 2024 E. Electronic O&M Information: 1. In addition to the hard copy of O&M data, provide an electronic version of all equipment manuals and data sheets, along with any software back-up of configuration files, on DVD or USB thumb drive. Supply electronic documents in Adobe Acrobat format. 2. Provide electronic files for all custom -developed manuals including training manuals. Supply text in Microsoft Office and Adobe Acrobat formats. 3. Provide electronic files for all drawings produced. Supply drawings in AutoCAD ".dwg" and in Adobe Acrobat formats. Provide drawings using the AutoCAD eTransmit feature to bind external references, pen/line styles, fonts, and the drawing file into individual zip files. 4. Back up each computer system hardware device onto DVD or USB thumb drive after Substantial Completion and turn over to the Owner. 5. If specified in the training section, provide digital copies of all training videos. Format videos so they are readable by standard DVD players and by standard PC DVD drives, a minimum of 800 by 600 pixels, and include sound. F. Include information as specified in Section 01 78 23 "Operation and Maintenance Data" on the cover and edge of each volume. 1.8 MAINTENANCE MATERIAL SUBMITTAL A. Furnish extra materials from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Refer to individual specification sections in Division 40 for spare equipment requirements and provide one comprehensive spare parts submittal for project. 2. Use the following paragraph for small projects where you want to list all spare parts for project here. If you list all spare parts here make sure you delete the "Maintenance Material Submittals" section from each individual component specification. 3. Submit unit and total costs for the additional spare items and test equipment specified or recommended for each subsystem. B. Pack all spare parts and test equipment in individual cartons and label with indelible markings clearly indicating component(s) inside. Supply with the required spare parts complete ordering information paperwork including manufacturer's contact information (address and phone number), part name, part number, equipment name and tag number(s) for which the part is to be used (if applicable). Deliver and store the spare parts in a location directed by the Owner or Engineer. C. Provide new and unused spare parts. 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications: Control panel fabricator to hold a valid UL-508 certification for their panel fabrication facility. B. Installer Qualifications: An authorized representative who is trained and approved by manufacturer. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 9 City of Fort Worth 0515-294565 July 2024 C. Responsible for the technical supervision of the installation by providing on -site supervision to the installers of the various components. D. The OSS to subcontract the services of a "systems integrator" regularly engaged in the design and the installation of instrumentation systems and their associated subsystems as they are applied to the municipal water and wastewater industry. For the purposes of this Specification Section, a "systems integrator" means an organization that complies with all of the following criteria: 1. Employs personnel on this project who have successfully completed ISA or manufacturer's training courses on general process instrumentation and configuration and implementation of the specific programmable controllers, computers, and software proposed for this project. Key personnel to hold ISA CCST Level 1 certification or have a minimum of 10 years of verifiable plant startup experience. Key personnel includes, as a minimum, the lead field technician. 2. Has successfully completed work of similar or greater complexity on at least three previous projects within the last five years. Successful completion is defined as a finished project completed on time, without any outstanding claims or litigation involving the OSS. Potential references for projects where the OSS's contract was of similar size to this project. 3. Has been actively engaged in the type of work specified in this Section for a minimum of five years. E. Ensure the systems integrator maintains a permanent, fully staffed and equipped service facility within 200 miles of the project site with full-time employees capable of designing, fabricating, installing, calibrating, and testing the systems specified herein. Respond to on -site problems within 12 hours of notice. Provide an on -site response within four hours of notification starting at two months before scheduled startup to two months after startup completion. 1.10 FIELD CONDITIONS A. Environmental Requirements: Refer to Electrical Drawings for specific environmental and hazardous area classifications. B. Elevation: Design equipment to operate at the project ground elevation. C. Temperature: 1. Outdoor area equipment to operate between -4 to 122 degrees F ambient. 2. Equipment in indoor locations operate between 50 to 95 degrees F degrees ambient minimum. 3. Storage temperatures range from 32 to 122 degrees F degrees ambient minimum. 4. Furnish additional cooling or heating if required by the equipment specified herein. 5. Relative Humidity. Air-conditioned area equipment operate between 20 to 95 percent relative, non -condensing humidity. All other equipment operates between 5 to 100 percent relative, condensing humidity. D. Do not ship control system equipment located in the control room until the control room areas comply with specified ambient temperature and humidity and free of dust and debris. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 10 City of Fort Worth 0515-294565 July 2024 ►iC7����r�1 A. Furnish two-year manufacturer's warranty for valves. Warranty to begin from the date of Final Acceptance as defined in Division 00 of the Contract Documents. B. If the equipment should fail during the warranty period due to a defective part(s), replace and restore the unit(s) to service at no additional cost to the Owner. PART 2 - PRODUCTS 2.1 GENERAL A. Electrical Requirements for Control System: 1. Operate equipment 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 to be provided between power supply and interconnected instrument loop. Supply constant voltage transformers where equipment requires voltage regulation. 2. With the exception for field device network connected devices, all electronic instrumentation utilize linear transmission signals of isolated 4 to 20 mA DC (milliampere direct current) capable of driving a load up to 750 ohms, unless specified otherwise. However, signals between instruments within the same panel or cabinet may be 1-5 VDC (volts direct current). 3. Outputs of equipment that are not of the standard signals as outlined, have the output immediately raised and/or converted to compatible standard signals for remote transmission. No zero -based signals will be allowed. 4. All switches have double -pole, double -throw (DPDT) contacts rated at a minimum of 600 VA, unless noted otherwise. 5. Materials and equipment UL approved whenever such approved equipment and materials are available. 6. All equipment furnished designed and constructed so that in the event of power interruption, the systems specified all go through an orderly shutdown with no loss of memory and resume normal operation without manual resetting when power is restored, unless otherwise noted. PART 3 - EXECUTION 3.1 GENERAL INSTALLATION A. Instrumentation and accessory equipment to be installed in accordance with the manufacturer's instructions. B. The instrumentation loop diagrams indicate the intent of the interconnection between the individual instruments. Any exceptions should be noted. Keep two complete sets of approved shop drawings at the job site during all on -site construction that are identically marked up to Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 11 City of Fort Worth 0515-294565 July 2024 reflect any modifications made during field installation or start-up. Verify and initial the markings by the Contractor or his/her designated representative. C. Following completion of installation and the operational readiness test, provide one set of the marked up drawings to the Contractor, and retain the other for incorporation of the mark-ups into final as -built documentation. D. The instrumentation installation details on the Shop Drawings indicate the designed installation for the instruments specified. E. Design equipment used in areas designated as hazardous for the class, group, and division as required on the electrical drawings for the locations. F. Mount instrumentation on instrument racks or stands as detailed on the installation detail drawings. Provide instrumentation connections with shutoff and drain valves. For differential pressure transmitters, provide valve manifolds for calibration, testing, and blow down service. For slurries, provide chemical or corrosive fluids, diaphragm seals with flushing connections. G. Provide piping to and from field instrumentation with necessary unions, test tees, couplings, adaptors, and shut-off valves. H. Provide field instruments requiring power supplies with local electrical shutoffs and/or fuses as required. I. Provide brackets and hangers required for mounting of equipment. Install in a workmanlike manner and not interfere with any other equipment. Investigate each space in the building through which equipment must pass to reach its final location. If necessary, ship material in sections sized to permit passing through restricted areas in the building. 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). K. Provide continuous shield on each process instrumentation cable from source to destination and ground as directed by the manufacturer of the instrumentation equipment. Do not employ more than one ground point for each shield. L. Remove lifting rings from cabinets/assemblies. Provide hole plugs for the holes of the same color as the cabinet. M. Field wire for power and signal circuits with best industry practice and provide for all necessary system grounding to ensure a satisfactory functioning installation. N. The shield on each process instrumentation cable to be continuous from source to destination and be grounded at only one ground point for each shield. O. Provide sunshades for equipment mounted outdoors in direct sunlight. Include sunshades standoffs to allow air circulation around the cabinet. Orient equipment outdoors to face to the North to minimize the impact of glare and ultraviolet exposure on digital readouts. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 12 City of Fort Worth 0515-294565 July 2024 3.2 IDENTIFICATION A. Provide identification system for all OSS provided hardware, instrumentation, and communication cabling. 3.3 FIELD QUALITY CONTROL A. Refer to individual hardware and instrument specification sections. 3.4 STARTUP SERVICE A. Refer to Section 40 6121.20 "Process Control System Testing." B. Refer to Section 40 6126 "Process Control System Training." C. Engage a factory -authorized service representative to perform startup service as specified in individual hardware and instrument specification sections. 3.5 OSS MAINTENANCE SERVICE A. Maintenance Service: Beginning at Substantial Completion, maintenance service includes 12 months' full maintenance by manufacturer's authorized service representative. Include semiannual preventive maintenance, repair or replacement of worn or defective components, lubrication, cleaning, calibration, and adjusting as required for proper operation. Parts and supplies to be manufacture's authorized replacement parts and supplies. B. Provide a written proposal for a maintenance contract executed by the OSS to the Owner for on - site preventive maintenance services related to the Instrumentation and Control system. Do not include the cost of this maintenance contract in the Contract Price. C. Provide a proposal within 30 days after Substantial Completion for the purpose of entering a contract for annual maintenance subsequent to the first year of maintenance. Set forth standard per diem rates to provide breakdown service in the contract. Such rates to be fair and reasonable and reflect the lowest rates offered to most favored customers. The fee quoted to be firm for a minimum of 90 days from date of issue. D. Include on maintenance contract all labor, parts, and emergency calls providing on -site response within 24 hours, to provide complete system maintenance for a period of one year after the date of Substantial Completion of the system for all equipment, instrumentation and software provided as part of the manufacturer's scope of work. E. Provide software updates throughout the maintenance contract period. Provide latest official released version for all software provided under this Contract. Owner to have the latest software releases at the end of the maintenance contract period. F. Include on maintenance contract a minimum of 2 preventive maintenance visits by qualified service personnel of the Supplier who is familiar with the type of equipment provided for this project. Include in each preventive maintenance visit routine adjustment, calibration, cleaning and lubrication of system equipment and verification of correct operation. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 13 City of Fort Worth 0515-294565 July 2024 G. Visits to the sites to correct deficiencies under warranty are not included in this preventive maintenance service contract. H. Emergency maintenance procedures or plant visits may coincide with a preventive maintenance visit; however, they do not replace the work intended to be performed during a preventive maintenance visit. The Supplier has full responsibility for the system hardware preventive and corrective maintenance. I. Provide observation of maintenance operations by plant personnel and the instruction of said personnel in the details of the maintenance work performed during the one-year maintenance period. END OF SECTION 40 61 00 Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Ozone Pre -Selection 40 61 00 - 14 City of Fort Worth 0515-294565 July 2024 SECTION 40 6121.20 - PROCESS CONTROL SYSTEM TESTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes process control system testing, where the Applications Engineering services are performed by the Contractor. B. Related Requirements: 1. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." C. Furnish all labor, materials, equipment and incidentals required to complete the testing of all devices and systems furnished and installed as detailed on Drawings, and as specified herein. 1.3 DEFINITIONS A. Applications Engineering System Supplier (AESS): The entity who provides all programming, configuration, and related services for the control system equipment provided by the OSS. B. Human Machine Interface (HMI): A software -based user interface with supervisory level control and of machine level equipment. C. Ozone System Supplier (OSS): The entity responsible for providing all materials, equipment, labor, and services required to achieve the manufacturer's fully integrated and operational control system. D. Operator Interface Terminal (OIT): A hardware component of the HMI used for device level control and monitoring. E. Programmable Logic Controller (PLC): A ruggedized programmable computer used for industrial automation. F. Input/Output (I/O): Analog or digital field instrument signals to be received and interpreted by a PLC. G. Uninterruptible Power Supply (UPS): A device capable of providing emergency battery power when the main power source fails. Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 1 City of Fort Worth 0515-294565 July 2024 1.4 ACTION SUBMITTALS A. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." B. Testing Submittals - Submit, in one submittal, the following testing related documents: Status signoff forms: a. Develop and submit project specific I/O Status and Automatic Control Strategy signoff forms to be used during factory and field testing to organize and track each loop's inspection, adjustment, calibration, configuration, and testing status and sign off. Include sign -off forms for each testing phase showing all loops. 1) Example forms are shown in the Appendices. 2) Separate forms for factory and field testing can be used, or they can be combined, at the discretion of the OSS. 3) Submit testing forms prior to start of testing. Testing Procedures: a. Submit detailed procedures proposed to be followed for each of the tests specified herein. The test procedures serve as the basis for the execution of the required tests to demonstrate that the system meets and functions as specified. At a minimum, provide the following test procedures: 1) Network and Communications Testing. 2) I/O Testing. 3) UPS. 4) Control panel power, indictors, and hardwired logic tests. b. Structure documents in an orderly and easy to follow manner to facilitate an efficient and comprehensive test. C. Indicate in test procedures all pre -testing setup requirements, all required test equipment, and simulation techniques to be used. d. Structure test procedures in a cause and effect manner where the inputs are indicated, and the outputs are recorded. e. Include in test procedures the demonstration and validation under normal operating conditions and under various failure scenarios as specified in Contract Documents. f. Do not start testing until all Testing Submittals have been approved. C. Test Documentation: 1. Upon completion of each required test, document the test by submitting a copy of the signed off Testing Status forms. Testing is not considered complete until the signed -off forms have been submitted and approved. Submittals of other test documentation, including "highlighted" wiring diagrams with field technician notes, are not acceptable substitutes for the formal test documentation. Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 2 City of Fort Worth 0515-294565 July 2024 1.5 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For Test Documentation of system: 1. Upon completion of each required test, document the test by submitting a copy of the signed -off Testing Status forms. Testing is not considered complete until the signed -off forms are submitted and approved. Submittal of other test documentation, including "highlighted" wiring diagrams with field technician notes, are not acceptable substitutes for the formal test documentation. 1.6 CLOSEOUT SUBMITTALS A. Refer to Section 40 61 00 "Process Control and Enterprise Management System General Provisions." I*�4103 lits] 017\Th1I A. Scheduled tests will only be attended once by Engineer /Owner. If test is not successful, all subsequent tests will be performed at Contractor's expense. Reimburse Owner for all costs, including labor and expenses, invoiced by Engineer and incurred by Owner for subsequent retests. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 TESTING - GENERAL A. Refer to Section 40 61 00 "Process Control and Enterprise Management System General Provisions." B. Track results of all testing on a project specific status sign -off form or similar document. The OSS is responsible for maintaining the sheet. Appendix of this Section has an example template for this sheet. C. Tests the OSS is required to perform are as follows: 1. Factory Testing: a. Unwitnessed Factory Test (UFT). b. Witnessed Factory Test (WFT). 2. Field Testing: a. Operational Readiness Test (ORT). b. Functional Demonstration Test (FDT). C. Site Acceptance Test (SAT). Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 3 City of Fort Worth 0515-294565 July 2024 D. 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 all special testing materials and equipment required for a suitable means of simulation. E. OSS to coordinate all required testing with Contractor, affected Subcontractors, Engineer, and Owner. F. Do not ship equipment to jobsite until Engineer or Owner has received all Factory Testing results and approved the system as ready for shipment. G. Engineer reserves the right to test or re -test any functions. H. Correction of Deficiencies: 1. Correct deficiencies in workmanship and/or items not meeting specified testing requirements to meet specification requirements at no additional cost to Owner. 2. Repeat testing, as specified herein, after correction of deficiencies is made until specified requirements are met. Perform work at no additional cost to Owner. 3.2 FACTORY TESTING - UNWITNESSED FACTORY TEST (UFT) A. Purpose of UFT is for OSS to check system prior to Engineer and/or Owner attending factory testing. This type of testing is part of any quality firm's internal QA/QC procedures. B. Temporary network connections are required to confirm the network configuration. Temporary wiring of primary elements, final control elements, and field -mounted transmitters is not required. C. Hardware to be tested includes all control system devices shown on System Architecture drawings and provided by OSS. D. Perform these tests, but not be limited to the following. Address each of these tests in the Test Procedure submittal. 1. All panels and enclosures provided to undergo a thorough inspection to verify integrity of cabinet enclosures, frame structures, paint work and finish, etc. Review panel drawings to ensure they accurately reflect panel layout and wiring. 2. Perform a system audit to verify all components have been staged for test and have been documented properly with correct model numbers, serial numbers, etc. Prove documentation of audit at factory test and submit as part of O&M Manual Documentation: a. For each workstation and server, list of all software installed (including the operating system), with software revision number, software improvement modules or patches installed, license number and owner registration information, warranty period, vendor and local distributor names and contacts. b. For each microprocessor -based component connected to control communication backbone in system (PLCs, managed switches, protocol converters, communication cards on final field devices, radios, etc.), list firmware revision, Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 4 City of Fort Worth 0515-294565 July 2024 vendor and local distributor information, and system, warranty information, configuration parameters (e.g., communication settings, fail position settings, etc.) 3. Perform panel wire pull tests to ensure all wiring has been connected with appropriate torque to prevent wires from coming loose. 4. Test UPS to verify UPS switch power correctly while keeping all UPS powered loads online. Perform testing of UPS to determine if they have been sized correctly to maintain specified run time during field testing. 5. Perform a 100 percent I/O point checkout to verify proper operation of input/output points from panel terminations to HMI and OIT nodes. At a minimum, I/O checkout consists of four steps. a. Jumper discrete input signals at field terminal blocks in control panels to verify proper status in HMI and OIT nodes. b. Connect analog input signals to a signal generator at field terminal blocks in control panels to verify proper status in HMI and OIT nodes and verify signals are at zero percent, 50 percent, and 100 percent of full scale. C. Test discrete output signals by switching equipment to manual control at HMI and OIT nodes and turning the output on or other means to turn the output on. Then verify the output is on by connecting a digital multimeter to measure continuity at terminations, thus verifying command from PLC has properly executed contact closure. d. Test analog output signals by switching the equipment to manual control at HMI and OIT nodes and turning output on or other means to turn the output on. Then verify output by utilizing a digital multimeter to measure current or voltage generated at termination points. 6. Verify all control strategies using simulation or other means to verify logic performs as expected. Verify faults and logical failure conditions for control strategies such instrument failures, equipment failures, loss of communication between HMI Server and PLC, loss of peer -to -peer communication, out of range testing (over and under scale) for analog inputs, and all other strategies specified in control strategy document. 7. For each hardware enclosure, include with inspection, but not be limited to, cabinet enclosures, frame structure, paint work and finish, dimensions, and hardware operability (i.e., fans, door hinges, keylocks, etc.). 8. For each subpanel, include with inspection, but not be limited to, 1/0 subsystem physical layout, power supply sizing and mounting, cable routing, wire runs across hinges properly installed, fans and blowers unobstructed and mounted to maximize air flow, power conditioning correctly installed, and overall layout and installation of components meets manufacturer's recommendations and standard industry accepted practices. 9. All other control panel circuitry. 10. Perform the following systems tests: a. Demonstrate ability to share data between operator workstations and servers. b. Demonstrate ability of each workstation to print reports on all designated report printers. C. Demonstrate ability for each workstation to read and write designated files from servers and other workstations on the network. d. Demonstrate operability of all back-up and mass storage equipment. e. Demonstrate communication failure and recovering self -healing ring testing. £ Demonstrate total power failure and recovery. Remove the UPS for this test. Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 5 City of Fort Worth 0515-294565 July 2024 g. Demonstrate capabilities of the historical server. h. Demonstrate failover capabilities of the redundant HMI servers. i. Demonstrate failover capabilities of the redundant PLCs. E. Upon successful completion of UFT, OSS to submit a record copy of test results as specified in PART 1. As part of this test results submittal, notify Engineer and Owner in writing that system is ready for WFT. No other notice of Factory test will be accepted. Engineer and/or Owner to schedule a test date within 30 days of receipt of this submittal. 3.3 FACTORY TESTING - WITNESSED FACTORY TEST (WFT) A. Purpose of WFT is to allow Engineer or Owner representatives to witness functionality, performance, and stability of entire hardware and software system as a complete integrated system. WFT to be run by OSS and conducted at OSS's facility. B. Required Documents for Test: 1. Clean set of approved panel drawings and wiring diagrams. 2. Set of Contract Documents - all drawings and specifications. 3. All design -change related documentation. 4. Master copy of the OSS developed factory testing signoff forms. 5. Testing procedures. C. Operate the system continuously throughout WFT without failure, except where initiated per established test procedures. Unanticipated failures may, at Owner or Engineer's option, result in overall WFT being deemed unsuccessful. Correct and re -test all deficiencies identified during these tests prior to completing WFT or shipment of panels to jobsite as determined by Owner/Engineer. D. Perform these tests during the WFT, but not be limited to, the following: A repeat of all tests specified in the UFT. E. Daily schedule during these tests to be as follows: 1. Morning meeting to review the day's test schedule. 2. Scheduled tests and sign -offs. 3. End of day meeting to review day's test results and to review or revise next day's test schedule. 4. Unstructured testing period by witnesses. F. Upon successful completion of WFT, OSS to submit a record copy of test results as specified in PART 1. 3.4 FIELD TESTING - OPERATIONAL READINESS TEST (ORT) A. Purpose of ORT is to check that process equipment, instrument installation, instrument calibration, instrument configuration, field wiring, control panels, and all other related system Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 6 City of Fort Worth 0515-294565 July 2024 components are ready to monitor and control the processes. This test determines if equipment is ready for operation. B. This test to take place prior to FDT and startup. Prior to starting this test, install relevant process equipment and mechanically test instruments installed, control panels installed, and field wiring complete. C. Required Documents for Test: 1. Master copy of the OSS developed field testing sign -off forms. 2. Testing procedures. 3. Calibration forms. D. These inspections, calibrations, and tests do not require witnessing. However, Engineer may review and spot-check testing process periodically. All deficiencies found to be corrected by OSS prior to commencement of Functional Demonstration Test. E. OSS to maintain Sign -off forms and Calibration forms at job site and make them available to Engineer/Owner at any time. F. Perform the following tests as part of ORT: 1. Instrument calibration, configuration, and set-up. 2. Input/Output (I/O) Testing to HMI and OITs. 3. Testing of control strategies. G. Instrument calibration, configuration, and set-up: 1. Calibrate, configure, and set-up all components and instruments to perform specified functions. 2. Calibration form: a. For any component or instrument requiring dip switch settings, calibration, or custom configuration, maintain a calibration form in field documenting this information. These forms provide a summary of the actual settings used in the field to allow an Instrument technician to replace the device entirely and configure it to function as it did before. b. Add this information to Instrument data sheet and to a copy of manufacturer's standard "Configuration Sheet", or create a separate form. 1) If a separate form, list Project Name, Loop Number, ISA Tag Number, 1/0 Module Address, Manufacturer, Model Number/Serial Number, Output Range and Calibrated Value. C. Some examples of required information are: 1) For Discrete Devices: Actual trip points and reset points. 2) For Instruments: Any configuration or calibration settings entered into instrument 3) For Controllers: Mode settings (PID). Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 7 City of Fort Worth 0515-294565 July 2024 4) For 1/0 Modules: Dip switch settings, module configuration (if not documented in native programming documentation). d. Maintain a copy of these forms in field during testing and make them available for inspection at any time. e. For any device that allows a software back-up of configuration files to a laptop, make configuration files available to Engineer/Owner for inspection. Submit as part of Final System Documentation as specified in Section 406100 "Process Control and Enterprise Management Systems General Provisions." H. I/O Testing: 1. Purpose of I/O testing is to check that process equipment, instrument installation, calibration, configuration, field wiring, and control panels are set-up correctly to monitor and control the processes. This test is commonly referred to as a "loop test" or an 1/0 checkout. 2. OSS in conjunction with Contractor to test signals under process conditions. Preferred test method will always be to execute test wherever possible to end elements. For example, preferred test will prove valve open/close limit switches by operating valve, not by installing a jumper on limit switch contacts. However, if equipment or process is not available to test a signal over its entire calibrated range, OSS may test using a simulation method and make a note on sign -off form. 3. Perform the following 1/0 tests: a. Discrete Input: At device or instrument, change signal condition from inactive to active state. Observe results on all indicators within loop such as HMI screens, OIT screens, pilot lights, horns, beacons, etc. b. Analog Input: Test analog signal over entire engineering range at various intervals including 0, 50%, and 100% as well as on increasing and decreasing range. Observe results on all indicators within loop such as HMI screens, OIT screens, recorders, digital indicators, etc. C. Test discrete output signals by switching equipment to manual control at the HMI and OIT nodes and turning output on or using other means to turn output on. Then verify equipment responds accordingly. d. Test analog output signals by switching equipment to manual control at HMI and OIT nodes and turning output on or other means to turn output on. Then verify equipment responds accordingly. I. Testing of Automatic Control Strategies: Verify all automatic control strategies using actual process equipment and instruments, or other means, to verify logic performs as expected. Verify faults and logical failure scenarios for control strategies such as instrument failures, equipment failures, loss of communication between HMI Server and PLC, loss of peer -to -peer communication, out of range testing for analog inputs, loss of power, and all other strategies specified in control strategy document. Repeat all systems tests specified under factory testing. Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 8 City of Fort Worth 0515-294565 July 2024 K. Test UPS to verify UPS switch power correctly while keeping all UPS powered loads online. Also, test sizing of UPS by switching off-line power to UPS and verify if they maintain specified run time. L. For all panels with enclosures modified by this Contract, test internal control panel temperature under full running conditions to ensure proper cooling/ventilation is being provided. M. Upon successful completion of ORT, OSS to submit a record copy of test results as specified in PART 1 and request scheduling of FDT. 3.5 FIELD TESTING - FUNCTIONAL DEMONSTRATION TEST (FDT) A. After facility is started -up and running treatment process in automatic control to extent possible, perform a Functional Demonstration Test. Purpose of FDT is to allow Engineer or Owner representatives to witness actual functionality, performance, and stability of system while connected to process equipment. B. Required Documents for Test: 1. Set of panel drawings and wiring diagrams from ORT with corrections noted. 2. Set of Contract Documents - all drawings and specifications. 3. All design -change related documentation. 4. Signed -off master copy of the OSS developed field testing signoff forms. 5. Testing procedures. 6. Copy of completed calibration forms. 7. One copy of all O & M Manuals for OSS supplied equipment. C. Perform a witnessed FDT on each process area. To extent possible, repeat testing performed during ORT. D. Follow specified daily schedule during factory tests and FDT. E. After coordinating with Operations, perform a 'Black Start" of the plant to confirm plant operation recovers as specified in Contract Documents. Black start means shutting off power to the plant and turning it back on. Perform separate tests by recovering the plant while on generator (if a generator is specified) and while on utility power. F. Document punch list items and resolutions noted during test on Punch list/Resolution form. In event of rejection of any part or function test procedure, OSS to perform repairs, replacement, and/or retest within 10 days. G. Upon successful completion of the FDT, OSS to submit a record copy of test results as specified in PART 1. 3.6 FIELD TESTING - SITE ACCEPTANCE TEST (SAT) A. After completion of FDT, and system is started -up and running treatment process in automatic control to extent possible, perform a test on the system. Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 9 City of Fort Worth 0515-294565 July 2024 B. While this test is proceeding, Engineer and Owner have full use of system. Only allow plant operating personnel to operate equipment associated with live plant processes. Plant operations remain the responsibility of Owner and decision of plant operators regarding plant operations are final. C. During this test, OSS personnel to be present as required to address any potential issues that would impact system operation. OSS is expected to provide personnel for this test who have an intimate knowledge of hardware and software of system. When OSS personnel are not on -site, OSS to provide cell phone/pager numbers that Owner personnel can use to ensure that support staff is available by phone and/or on -site within four hours of a request by operations staff. D. OSS to analyze and correct any malfunctions during test. In event of rejection of any part or function, OSS to perform repairs or replacement within 5 days. E. Throughout duration of SAT, do not make software or hardware modifications to the system without prior approval from Owner or Engineer. END OF SECTION 40 6121.20 Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 10 City of Fort Worth 0515-294565 July 2024 APPENDIX 40 61 21-A: EXAMPLE INPUT/OUTPUT (I/O) STATUS SIGN OFF FORM An example template for I/O Status signoff form to be used for documenting testing results to Owner is attached. OSS is required, prior to testing, to create a project specific I/O Status signoff form based on attached template or approved equal. OSS may obtain an electronic copy of template from Engineer or develop it on their own. APPENDIX 40 61 21-B: EXAMPLE AUTOMATIC CONTROL STRATEGIES SIGN OFF FORM An example template for Automatic Control Strategies signoff form to be used for documenting testing results to Owner is attached. OSS is required, prior to testing, to create a project specific Automatic Control Strategies signoff form based on attached template or approved equal. OSS may obtain an electronic copy of template from Engineer or develop it on their own. Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Ozone Pre -Selection 40 6121.20 - 11 City of Fort Worth CD N 5 CD N h 3-. —14 (Prajec[ Name) Appnndlx A - InputfOutpul (110) Status Sign -Off Form .. IWI 9ecHPg1/Iv.-I^`w are realjred ro by filled wt4v PCWw rt of l.W Teetinci. 'ralwmWAlarm Sebm.-L-eliralMEnr any IIaMIS &"15V pr J0 �6 Garrlplele - signet vrirv6 m Wd d r9iLo �a Teued Sty ml bae'ed from W10 dewIae w; %AOR W l laasru- c�uhran, n f Range or Aclwe 8u1e Klgn GHan meni config., alarm and M7ring ^581+4 g is\/' the PLC Si .al Yad Oeecdb0on whnc�iveed PWD M Rack 51at neL Setvalyd cwnvleta • Bali SeWlnp r Date 11NI 'ND� Rutatr PLCSC LIT'�090-1 iecpndww Garifier Ha 1 .Slupge Lever Poe E[ 8 I PLCSC LfTL4010-a 3acanda v CtaWw No. 3 s1u Laver 0-1D 4 8 Al 2 1 1 �y , � , '•., .J PLCSC 9"Mu-1 tAS Pump Na. S pBed Fee�adr '0-5➢0% 1A AJ 2 S 2 PLCSC S1410Z-a i"S Pum No.4$ 7Feavhadc 11AW% 15 A+ 2 1 3 PLCSC FITaLt➢2.1 L4S FlPw�umnt 1 n-jjNnn GPtR 1A Al 2 t 4 / PLCSC sty 114.1 4A3 Pump No. 1599.94 FIP0Wok 4�+00% 14 AI 2 1 5 !,/+~■e - -J PLCSC WA :Pere Slat WA rYA Spare 2 5 WA PLCSC SC-4100.1 SPum��No. lSneee SeltlLrm "Pomp 0100'A 1 AO 2 7 0 t x - - PLCSC sC-41 DO-2 AS PIImPlJa.?$geed SelpolrA 0-400% 14 AO 2 7 f f PLC -.SC SG4100-3 Purnv Nv.3 raeo BemolM ➢-1M% 14 A0 2 7 Vz r �. L 4 PLC -SO SC-4111-1 No. l Speea Selpoint :0-160% 14 AD 2 7 1 \ PLCSC Spars 3aere WA NSA AID 2 7 ■\. I PL a.G a WA %A AD 2 7 5i 1 \ x \ PTCCSC TSH M00-1 3econd�T' "Nf*r No. i Hlan Tama Norrnar T W- 1 a I ■ "` N PLC -SC XAJ000.t iacwdary Cienfier HP. 1 MPwr Ovedoad NPrmai 8 DI PLC -SC WAH-4000.1 3ecw�do tanfiar Nu 121, laaue Norma, 8 1 DI t riC ■ 1 PLCSC WAHH4060.1 i.zMary iedfler Hv. i rah Nipll Yamue Nwrrr1 1 8 '• bl PLC-sC YRI.4000-1 iecnndnry Qnrif-r Nv. l On+4flF On 8 x PLCSC YCI-4D00-1 3ecundary C58rsfar Na. l in Ra to in Re 1. 8 till S 14 !(` S PLCSC PLCSC YFF4100-t L4SPamPNo tVF13Fau11 FAL-4100.1 MS Pump Na. i Low Fluty Nprfnal" 14 Aimm + DI N3 1'\. DI 3'ti t NO 50GAM RJM 12;1Wn1j JAS 12+2=11 MIC IfW.W2011 k: a Ie carnprete4 Fna PLC6G S`mm {� fb m 3 E7 k. PLCSC YR1-4100-1 1AS Pump No. 1 Running Pnir 14 3 71 9 PLC -SC M-4100.1 20.E Pumo No. l irr Ramda in to Pl. DI 3. 1 1atp PLCSC YFi-4710- WAS Pump No. 1 VFD Fault ■ L 4Gl DI 3 11 - PLCSC FALd110.1 WASPump No.l Lowvluw t Nv A$ AiF 3 }2 PLC6G ro ] Noem 14 / )1 3'' 1 13 1 PLC: -SC YR rI41 1-1 US Pump No. 1 Runnir�o ` j Runnir� 'lllr PI 3 1 14 I PLCSC YCI-411p-1 WASPdmp No. l In Ramnla f1 + j In Remoi 1 DI S 1 r5 y I PLC617 94i�re re n_ � PLCSC HsS�19➢-2 ZIP No, 2 sran AOaKpalk1 1 PLCSC HSS•7000? lus Hddirw terhrTank B1w4er Na. 2 swt CPrMendl PLC-8C HS5-41005 RumR N4. 5+glart Cprnmari6 S S PLCSC I PLC6G HSS 105-1 I PLC -SC HS5-411(1-2 WAtlpdNSNCoIIA%=aL 11, PLCSC 7160•F01.1 31LIdda LaSdb L LCP4rumWnv IAWL84M ■ / PLC -SC ssyyaa !Pere % \ F ti PLC -SC HSu-7116.2 3lnoar, Noldmp Tank Mlxdetdv 2 5Lart � PLC45G ra ieere .1, " _r I PLO -SC HO-511T-2 iK)Me Holdum Tank Aircnam&VeL+re k4t)pen CUD PLCSC H3C-711T•2 `wade HWtlwp Tedk Discns d Vai o M. Claae CUD PLC -SC HSs-71 M-2 iS T.-W rPvrrla NP 2 Sian o.mmend PLC -SC Spare ware 'MPA i. N1R DO A 6 1 Stan �14 DO 4 6 2 _,ftSfart a 17 DO 4 6 3 S91'r, 15 DO 4 6 .6 WA NiA DO 4 6 5 Sian 15 DO 4 6 8 Stan 15 cc 4 6 7 PLft^(�Ina 17 0d d 6 6 pH,+l WA DO A 6 0 Sian 17 DP 4 6 to WA NA DO 4 6 11 ❑pen 17 DO 4 6 72 M*0 17 00 4 6 f3 Snn 17 DO 4 6 t4 WA� _ MA DO r 4 6 •?5 r Page 1 of 1 5 0 W 4-JLjn-14 [Project Name] Appendix B - Automatic Control Strategies Sign -Off Form All Sections below are required to be f' ed Ot by PCSS as part of Testing Auto. Control Strategies. - Loop operati mal Iiuto tic as defined in Control State i - es Auto. Control Strategies Loop Control # Control Strategy Description P&ID Stratesv to ote LOOP 281 - 284 LOW FLOW PUMPS 8 LOOP 290 LOW ED CHANNEL FLOW NOA 8 IN LOOP 300 MICROFILTRATION AIR SUPPLY LOW PRESSURE 10 LOOP 351. 352 SITE LIFT STATION PUMP NOA AND NO. 2 12 LOOP 355 SITE LIFT STATION HIGH AND LOW LEVEL CONTROL Z1 LOOP 371, 372 SLUDGE HOLDING TANK NO.1 AND NO. 2 LEVEL 14 O C, LOOP 381, 382 SLUDGE TRANSFER PUMPS w SLUDGE TRANSFER PUMPS REMOTE STARTISTOP '• LOOP 385 COMMAND 14, LOOP 700 EFFLUENT PUMPING STATION LEVEL 1 14 '. LOOP 701, 702, 703 EFFLUENT PUMP NO.1 r LOOP 840 POST AERATION CHANNEL AIR FLOW�NTF�L� LOOP 900 SLUDGE TRANSFER PUMPS DISCHAR Ft,,OW 8 LOOP 971 CENTRIFUGE SLUDGE FEq N0.1 1" -8'ti LOOP 1001 CENTRIFUGE NO.1 SLUDGE QED CONTROL ti 8 LOOP 1411, 1412 SODIUM HYPOCHLOki i tj i urvo.Lu i'ANRS LEVEL'S 8 LOOP 1421, 1422 SODIUM HYPOGH DRITE PUMPS A 8 SODIUM HYPO LORITE ST RASE NKS,L LOOP 1430 CONTAINMENT�R11TATUS HIGH LEVEL'' ETrGTIQI 14 LOOP 2051, 2052, 2053 DIESEL ENGINE'�E12ATOR TATL}S 14 LOOP 2055 tRAN EF-�14 LOOP 2060 GEN OR KILT�ONI RI ' G 14 t MEN TAk UF, ER LASS WITH APPENDIX ONE .i GENERATO R1tlG�14 E UIPA�NT RESTiAITH P WER RESTORED APPENDIX T AFT♦-K A POWER O14 NIA \ St F- LING CAPAWLITiES OF NETWORK WAR� OANT kSERVER FAILOVER AND NIA ftEC01 NIA Page 1 of 1 0515-294565 July 2024 SECTION 40 6126 - PROCESS CONTROL SYSTEM TRAINING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes process control system training for provided devices and systems. B. Related Requirements: 1. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." 1.3 ACTION SUBMITTALS A. Preliminary Training Plan Submittal: 1. Prior to preparation of Final Training Plans, submit outlines of each training course including course objectives and target audience, resumes of instructors, prerequisite requirements for each class, and samples of handouts for review. B. Final Training Plan Submittal: 1. Upon receipt of Engineer's comments on preliminary training plan, submit specific proposed training plan with the following: a. Definitions, objectives, and target audience of each course. b. Schedule of training courses including proposed dates, duration, and locations of each class. C. Complete copy of all proposed handouts and training materials bound and logically arranged with all materials reduced to a maximum size of 11 inch by 17 inch, then folded to 8.5 inch by 11 inch for inclusion into the binder. 1.4 CLOSEOUT SUBMITTALS A. Refer to Section 40 61 00 "Process Control and Enterprise Management System General Provisions." Eagle Mountain WTP - Phase IV Expansion Process Control System Training Ozone Pre -Selection 40 61 26 - 1 City of Fort Worth 0515-294565 July 2024 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 GENERAL A. Directly relate the training and instruction to the system being supplied. Training program represents a comprehensive program covering all aspects of the operation and maintenance of the system. B. Coordinate all training schedules with and at the convenience of Owner, including shift training required to correspond to Owner's working schedule. C. All onsite instructors must be intimately familiar with the operation and control of Owner's facilities. D. Provide detailed training manuals to supplement the training courses including specific details of equipment supplied and operations specific to the project. Provide the manuals in hardcopy for each student. Provide electronic copy of each training manual in PDF format for Owner's future use. E. Make use of teaching aids, manuals, or slide/video presentations as required. After training services, deliver training materials to Owner. F. Owner reserves the right to videotape all custom training sessions. Training tapes become sole property of Owner. G. Cost of Travel for off -site training: 1. Cost of Travel for off -site training is paid directly by entity employing the staff doing the traveling. 3.2 TRAINING SUMMARY A. Provide following training courses listed in the summary table below: Description Minimum Maximum Number of Intended Course Number of Times Audience Duration Trainees Course to (hours) per Course be Given Manufacturer's Training Graphical Display Interface Software 32 2 1 Administrator Basic Graphical Display Interface Software 32 2 1 Administrator Advanced Historian 16 2 1 Administrator Programmable Logic Controller (PLC) 32 2 1 Maintenance, Basic Administrator Programmable Logic Controller (PLC) 32 2 1 Maintenance, Eagle Mountain WTP - Phase IV Expansion Process Control System Training Ozone Pre -Selection 40 61 26 - 2 City of Fort Worth 0515-294565 July 2024 Advanced Administrator Onsite Training Control System Overview Seminar Covered in AESS scope of work Operator Control System Training Covered in AESS scope of work System Reports and Historian Covered in AESS scope of work Implementation Installed Control System 2 2 1 Maintenance, Administrator PLC Hardware/Software 2 2 1 Maintenance Instrument manufacturer training - 4 2 1 Maintenance analyzers Instruments 16 2 1 Maintenance Instruments - Operator familiarity 2 8 1 Operations Fiber Optics 4 2 1 Maintenance B. Definitions of Audience Roles: 1. Administrator: Personnel responsible for maintaining the graphical display interface software / SCADA system. 2. Maintenance: Personnel responsible for maintaining the field controller hardware and instrumentation system. 3. Operations: Personnel responsible for daily plant operations. 4. Management: Non -daily operations personnel. Kk�u KBO ILI17 a) mks 0 M."I I►I1►M A. Graphical Display Interface Software: 1. Provide manufacturer's standard training courses for Owner's personnel in configuration, programming, and installation of supplied graphical display interface software. Conduct this course in separate beginner and advanced training sessions. 2. Conduct training no more than two months before Witnessed Factory Test (WFT). 3. Provide training on the following: a. Database generation. b. Display generation. C. Alarm system and configuration. d. Historical data system configuration. e. Report generation. f. Security system. g. Trending system. h. Remote communications. i. Software configuration. j. OLE applications. k. Test, adjustment, and calibration procedures. 1. Troubleshooting and diagnosis. 4. Include classroom and hands-on instruction such that a student with experience in process instrumentation can configure the graphical display interface software with no guidance or with only minimal supervision when attempting complex problems. Eagle Mountain WTP - Phase IV Expansion Process Control System Training Ozone Pre -Selection 40 61 26 - 3 City of Fort Worth 0515-294565 July 2024 B. Programmable Logic Controller (PLC) Hardware and Software: 1. Provide manufacturer's standard training courses for Owner's personnel in operation, configuration, programming, installation, and maintenance of the PLC hardware and software supplied. Conduct this course in separate beginner and advanced training sessions. 2. Conduct training no more than two months before the WFT. 3. Provide the following hardware training: a. Hardware maintenance for the PLC equipment provided. b. Test, adjustment, and calibration procedures. C. Troubleshooting and diagnosis. d. Component removal and replacement. e. Periodic maintenance. 4. Provide the following software training: a. System configuration. b. Application specific program development/programming. C. Uploading/downloading programs. d. Documenting program/configuration. e. System backups and reload procedures. £ TCP/IP addressing procedures. g. Network communications configuration. 3.4 ONSITE TRAINING A. Training personnel are required to be intimately familiar with the control system equipment, its manipulation, and configuration. Training personnel are required to command knowledge of system debugging, program modification, troubleshooting, maintenance procedure, system operation, and programming, and capable of transferring this knowledge in an orderly fashion to technically oriented personnel. B. Installed Control System Training: 1. Provide training for Owner's personnel in the functionality, maintenance, and troubleshooting, of the installed Control System. Conduct training before Functional Demonstrator Test (FDT), but not more than two months before. 2. Provide training and instruction specific to the system that is being supplied. 3. Provide training consisting of classroom instructions and hands-on instruction utilizing Owner's system. 4. Provide detailed training on the actual configuration and implementation for this Contract covering all aspects of the system that will allow Owner's personnel to maintain, modify, troubleshoot, and develop future additions/deletions to the system. Provide training covering the following subjects: a. System overview. b. System hardware components and specific equipment arrangements. C. Periodic maintenance. d. Troubleshooting and diagnosis. Eagle Mountain WTP - Phase IV Expansion Process Control System Training Ozone Pre -Selection 40 61 26 - 4 City of Fort Worth 0515-294565 July 2024 e. Network configuration, communications, and operation. f. TCP/IP addressing procedures for all Ethernet devices. C. Programmable Logic Controller (PLC) Hardware and Software: 1. Provide training for Owner's personnel in operation, maintenance, troubleshooting, etc. with PLC hardware and software system. Conduct the training before FDT, but not more than two months before. 2. Provide training and instruction specific to the system that is being supplied. 3. Provide training consisting of classroom instructions and hands-on instruction utilizing Owner's system. Provide detailed training on the actual configuration and implementation for this Contract covering all aspects of PLC system that will allow Owner's personnel to maintain, modify, troubleshoot, and develop future additions/deletions to PLC system. Provide training covering the following subjects: a. PLC system overview. b. PLC system architecture. C. PLC system hardware components and specific equipment arrangements. d. PLC system startup, shut down, load, backup, and PLC failure recovery. e. Periodic maintenance. f. Troubleshooting and diagnosis down to the I/O card level. g. PLC configuration, communications, and operation. D. Instrument Manufacturer Training: Provide manufacturer instrument training for those instruments where specifically indicated in the Instruments section. This is on -site training provided by an authorized representative of the manufacturer. Manufacturer's representative is required to be fully knowledgeable in equipment operation and maintenance. E. Instrument Training: Provide instruction on the maintenance of the field and panel instrumentation for Owner's instrumentation technicians. Conduct this training before FDT, but no more than 1 month before and at a time suitable to Owner. This training takes place at Owner's facility. Training program is required to include the following elements: a. Training in standard hardware maintenance for the instruments provided. b. 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. C. Testing, adjustment, and calibration procedures. d. Troubleshooting and diagnosis. e. Maintenance and frequency. F. Instruments - Operator familiarity: Provide operator level instruction on the use of the field and panel instrumentation for Owner's operations staff. Conduct training before the 30-day site acceptance test, but no more than 1 month before and at a time suitable to Owner. This training takes place at Owner's facility. Include hands on demonstration of information each transmitter Eagle Mountain WTP - Phase IV Expansion Process Control System Training Ozone Pre -Selection 40 61 26 - 5 City of Fort Worth 0515-294565 July 2024 indicates, and method used to retrieve any operator information from transmitter, including use of pushbuttons and interpretation of international graphic symbols used on the instruments. G. Fiber Optic Training: Provide instruction on maintenance of fiber optic system for Owner's instrumentation technicians. Conduct training before the FDT, but no more than 1 month before and at a time suitable to Owner. This training takes place at Owner's facility. Provide training covering the following topics: a. Fiber cable layout and basic of cable construction. b. Termination procedures. C. "Jumper" installation. d. Testing procedures. e. Troubleshooting and diagnosis. END OF SECTION 40 6126 Eagle Mountain WTP - Phase IV Expansion Process Control System Training Ozone Pre -Selection 40 61 26 - 6 City of Fort Worth 0515-294565 July 2024 SECTION 40 63 43 - PROGRAMMABLE LOGIC CONTROLLERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Condi- tions and Division 01 Specification Sections, apply to this Section. B. OSS to furnish all materials, equipment and incidentals required for the successful operation of the ozone system as specified herein. 1.2 SUMMARY A. Section includes programmable logic controllers for control of process equipment, process - oriented machinery, and process systems. B. Related Requirements: 1. Section 40 61 00 "Process Control and Enterprise Management Systems General Provi- sions." 1.3 DEFINITIONS A. Analog Input (Al): An electrical signal (1-5 Volts DC or 4-20 milliamps, for example) to be in- terpreted by a PLC. B. Analog Output (AO): An electrical signal (1-5 Volts DC or 4-20 milliamps, for example) sent from a PLC to a field device. C. Digital/Discrete Input (DI): A binary signal (0 or 1) to be interpreted by a PLC. D. Digital/Discrete Output (DO): A binary signal (0 or 1) sent from a PLC to a field device. E. Input/Output (I/O): Analog or digital field instrument signals to be received and interpreted by a PLC. F. Human Machine Interface (HMI): A software -based user interface with supervisory level con- trol and of machine level equipment. G. Operator Interface Terminal (OIT): A hardware component of the HMI used for device level control and monitoring. H. Peer to Peer: Communication between two or more devices, typically PLC's, in which each de- vice can control the communication exchange. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 1 City of Fort Worth 0515-294565 July 2024 I. Programmable Logic Controller (PLC): A ruggedized programmable computer used for indus- trial automation. J. Remote I/O (RIO): I/O that is located remotely from the processor. Remote I/O can communi- cate over a variety of communication protocol and can use standard rack based I/O, or special- ized Remote I/O hardware referred to as Distributed I/O. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Refer to Section 40 61 00 "Process Control and Enterprise Management System General Provisions." B. Shop Drawings: 1. Refer to Section 40 6100 "Process Control and Enterprise Management Systems General Provisions." 1.5 INFORMATIONAL SUBMITTALS A. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Pro- visions." B. Refer to Section 0133 00 "Submittal." 1.6 CLOSEOUT SUBMITTALS A. Refer to Section 40 61 00 "Process Control and Enterprise Management System General Provi- sions." 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Refer to 01 78 23 "Operation and Maintenance Data." B. Refer to Section 40 61 00 "Process Control and Enterprise Management System General Provisions." C. I/O Cards: Provide spares for each unique I/O module type installed. Provide two (2) or 10 percent of installed quantity, whichever is greater. D. Network interface, remote I/O, and communication modules: Provide one (1) spare module for each unique type of module installed. E. Miscellaneous components (including cables): Provide spares for each unique component in- stalled. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 2 City of Fort Worth 0515-294565 July 2024 1.8 QUALITY ASSURANCE A. Provide components compatible with functions required to form complete working system. B. Comply with IS09001 standards for "Quality Systems — Model for Quality Assurance in Design/Development, Production, Installation, and Servicing". C. Provide complete technical support for all of the products, including factory or on -site training, regional application centers, local or factory technical assistance, and a 24/7/365 technical support phone service. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years' documented experience. B. Supplier: Authorized distributor of specified manufacturer with minimum three years' docu- mented experience. 1.10 WARRANTY A. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Pro- visions." B. Furnish two-year manufacturer's warranty for valves. Warranty to begin from the date of Final Acceptance as defined in Division 00 of the Contract Documents. C. If the equipment should fail during the warranty period due to a defective part(s), replace and restore the unit(s) to service at no additional cost to the Owner. PART 2 - PRODUCTS 2.1 GENERAL A. Provide programmable logic controller equipment with the required memory and functional capacity to perform the specified sequence of operation with the scheduled input and output points. B. able logic controller equipment with the required memory and functional capacity to perform the specified sequence of operation with the scheduled input and output points. C. Include processor, power supply, input/output modules, communication modules, redundancy modules, and remote interface modules as required to meet system requirements. D. Furnish products listed and classified by Underwriters Laboratories (UL), CSA, or FM approval as suitable for purpose specified and indicated. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 3 City of Fort Worth 0515-294565 July 2024 E. Design equipment and devices furnished hereunder for continuous industrial service and to contain products of a single manufacturer, insofar as possible, with equipment models that are currently in production. F. Design and construct equipment so that in the event of power interruption, it will perform an orderly shutdown with no loss of memory, and resume normal operation without manually resetting when power is restored. G. Provide PLCs capable of communicating between the operator workstation and field -mounted transducers, switches, controllers, and process actuators. Provide completely transparent communications protocol to process operators at the Human Machine Interface. H. Provide PLC capable of stand-alone operation in the event of failure of the communication link to the HMI subsystem. I. Provide a shelf spare PLC with the main program loaded onto the non-volatile memory. Load any PLC modifications into the main and shelf spare PLCs. Provide backup processor systems, if indicated on the drawings, consisting of two chassis with power supplies, each containing a processor, redundancy module, and communications module(s). Provide remote chassis with communication modules to meet I/O and communication requirements. K. Include Remote Input/Output units to include input/output modules, interface modules, communication modules, and power supply to meet system input and output requirements. 2.2 SPARE I/O, SLOTS, AND FUTURE EXPANSION A. Spare PLC I/O: 1. Provide 20 percent, minimum of four points per type Al, AO, DI, and DO for future use, regardless of whether any of those point types are used in that panel or not. 2. Provide spare I/O points of same type of I/O modules supplied. B. Spare PLC Slots (Chassis -Based PLC Systems): Provide at least 2 spare slots for addition of fu- ture I/O in each chassis provided. C. Future PLC Expansion (Non -Chassis -Based PLC Systems): 1. Provide adequate space to the right of the last I/O card per row of I/O cards for 2 future I/O cards. 2. Card width based on the widest I/O card provided in panel. D. Provide external relays for spare output points that require their use. E. Wire all unused points on all I/O to terminal blocks in the order that they occur on the I/O mod- ules. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 4 City of Fort Worth 0515-294565 July 2024 2.3 CHASSIS BASED PLC SYSTEM A. Manufacturers: Manufacturers and their products are subject to compliance with requirements. Provide the following: a. Modicon — M580. B. General: 1. Provide processor, power supply, I/O modules, communication modules, redundancy modules, and remote interface modules as required to meet system requirements. 2. Listed and classified by UL, CSA, or FM approval as suitable for purpose specified and indicated. 3. Contains the required memory and functional capacity to perform the specified sequence of operation with the scheduled inputs and output points. 4. Designed for continuous industrial service. 5. Provide products of a single manufacturer. 6. Provide equipment models that are currently in production. 7. In the event of power interruption, the system undergoes an orderly shutdown with no loss of memory and resumes normal operation without manual intervention when power is restored. 8. Provide PLCs that communicate between workstations, servers, instruments, switches, controllers, process actuators, etc. as shown on the Drawings. 9. PLC capable of stand-alone operation in the event of failure of the communication link to the HMI subsystem. C. Physical: Vibration: 3.5mm Peak -to -Peak, 5-9 Hz: LOG, 9-150 Hz. Vibration tested in accordance with IEC 68-2-6 and JIS C 0911. The system is to be operational during and after testing. Vibration Rating of 2.OG maximum peak acceleration for 10 to 500 Hz. In accordance with one of the following: a. DIN rail mounted PLC, 10 — 57 Hz., amplitude 0.075 mm, acceleration 25-100 Hz. b. Panel or plate mounted PLC: 2-25 Hz., amplitude 1.6mm, acceleration 25-200 Hz. C. In compliance with IEC 60068 and IEC 61131. 2. Shock: 15G, I Imsec. Shock tested in accordance with IEC 68-2-6 and JIS C 0911. The system is to be operational during and after testing. 3. Operating Temperature: 32 to 140 degrees F. 4. Storage Temperature: -13 to 158 degrees F. 5. Relative Humidity: 10 to 95 percent, non -condensing. 6. Noise Immunity: Tested to operate in the high electrical noise environment of an industrial plant as governed by the following regulations: IEEE 472, IEC 801, MILSTD 461B, IEC 255-4, NEMA ICS 2-230.40, and ANSI/IEEE C-37.90A-1978. 7. Altitude (Operating): 0 to 6,500 feet. 8. Altitude (Storage): 0 to 9,800 feet. 9. Degree of protection: NEMA I (IP20). 10. All products have corrosion protection. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 5 City of Fort Worth 0515-294565 July 2024 D. Identification Identify all major assemblies and sub -assemblies, circuit boards, and devices using permanent labels or markings indicating: a. Module product type such as analog or digital. b. Module catalog number. C. Module major revision number. d. Module minor revision number. e. Module manufacturer vendor. f. Module serial number. E. PLC Central Processing Unit (CPU): General: a. Minimum 16-bit microprocessor with system timing and is responsible with scheduling I/O updates with no user programming required to ensure discrete or analog update. b. Executes user relay ladder logic programs, communicates with intelligent I/O modules, and performs on-line diagnostics. C. Consists of a single module which solves application logic, stores the application program, stores numeric values related to the application processes and logic, and interfaces to the I/O. d. Samples all discrete and analog inputs and outputs including internal coils and registers, and service special function modules every scan. The CPU processes the I/O with user programs(s) stored in memory and controls outputs based on the results of the logic operation. e. Supply the CPU with a battery -backed time of day clock and calendar. f. CPU family allows for user program transportability from one CPU model to another. 2. Diagnostics: a. Perform on-line diagnostics that monitor the internal operation of the PLC. If a failure is detected, initiate orderly system shutdown and fail -over. Monitor the following, at a minimum: 1) Memory failure. 2) Memory battery low. 3) General fault. 4) Communications port failure. 5) Scan time over run. 6) I/O failure. 7) Analog or special function I/O module failure. b. Make diagnostic information accessible to the host communications interfaces and to the PLC program. C. PLC indicators and on -board status area for the following conditions: 1) CPU run. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 6 City of Fort Worth 0515-294565 July 2024 2) CPU error or fault. 3) I/O failure or configuration fault. 4) Status of Battery or back-up power module. 5) Communications indicator. Memory: a. Provide non-volatile battery backed memory of type CMOS RAM program memory or equivalent. b. Memory Backup System: Provide lithium battery backup or equivalent capable of retaining all memory for a minimum of three months and a Flash memory system capable of reloading program in the event of memory loss. 1) Backup Storage: Provide backup battery or capable of being replaced without disrupting memory integrity. Provide a visual indication of low battery voltage or module error and an alarm bit in the PLC program. 2) SD Memory Card: Provide memory card storage with capacity greater than processor memory capacity. Install memory cards in processors for factory testing. C. Operating system contained in non-volatile firmware. d. The memory containing the operating system is field updateable via a separate update tool. 4. Programming Environment a. Programming port: Use PLC Ethernet port for programming. b. On -Line programming: Application programs may be modified or stored while the CPU is running, with minimal impact on the scan time. C. Online programming including runtime editing. d. IEC 61131-3 programming languages supported: Ladder logic, function block, sequential function chart, and structured text. e. Supply all hardware and software necessary to program the CPU in these languages. Communication Ports: a. Provide expandable CPU supplied with additional modules to support the required communication interfaces. 6. Remote I/O Communications: a. Provide CPU capable of communicating with up to 12 remote base locations. Automatically sample and update all local and remote I/O modules each scan cycle of the CPU. b. Provide communication link between the CPU and any RIO chassis as recommended by the PLC manufacturer. C. Provide diagnostic and equipment status information from each RIO. d. Provide remote I/O system with a remote input/output arrangement capable of operation at locations physically separated from the PLC CPU as detailed on the drawings. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 7 City of Fort Worth 0515-294565 July 2024 Communicate with the remote I/O arrangement through cable as recommended by the PLC manufacturer and provided by the PLC system supplier under this specification Section. 7. Controller Redundancy: a. Provide PLC with all hardware and software required to produce a completely operational redundant system if shown in the Drawings. Redundancy can be implemented using a minimum amount of user programming. Warm backup, which is not a standard offering from the PLC manufacturer, is not acceptable. b. Provide backup system consisting of redundant controllers located in separate chassis. C. Provide bumpless switchover for system outputs. All I/O points maintain its last position until either communication is re-established, or the remote I/O watchdog timer expires. d. Switch -over between the on-line PLC and the back-up PLC occurs within 100 milliseconds if any of the following conditions occurs in the on-line unit: 1) Power failure. 2) CPU fault. 3) Communications module fault. 4) Change in the on-line unit's mode from RUN to PROGRAM. e. Transparent switchover to any devices networked to the redundant controller chassis. £ Automatically cross -load the primary controller's program to the secondary controller. g. System diagnostics and debugging tools available to troubleshoot all redundancy equipment. F. Power Supplies: 1. Power Input: 85 to 265VAC, 47 - 63Hz. 2. Provide DC power supplies capable of handling ripple up to 2.4V peak to peak. 3. Chassis mounted power supplies to power the chassis backplane and provide power for the processor and applicable modules. 4. Provide clearly visible LED to indicate that the incoming power is acceptable, and the output voltage is present. 5. Provide over -current and over -voltage protection designed to operate in most industrial environments without the need for isolation transformers. 6. Size power supplies to accommodate the nominal load plus 30%. 7. Provide power supplies capable of sustaining brown out conditions of at least 1/2 of a cycle, a harmonic rate of 10%, and continuous operation through momentary interruptions of AC line voltage of 1 Oms or less. 8. Automatically shut down the PLC system whenever its output power is detected as exceeding 125% of its rated power. 9. Provide surge protection, isolation, and outage carry-over up to 2 cycles of the AC line. 10. Power Supply Redundancy a. Provide redundant power supplies that comply with all the requirements of non - redundant power supplies in addition to the features stated below. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 8 City of Fort Worth G H. 0515-294565 July 2024 b. Design redundant power supplies to share the current required by the chassis. C. In the event of a failure of one redundant power supply, the remaining supply accommodates the entire load of the chassis without disruption to the chassis activity. d. Provide a failsafe fuse that is not accessible by the customer. e. Provide a solid-state relay connection to allow for failure annunciation when wired to an input module. L Provide diagnostic LED status indicators for Power and redundancy. Chassis: 1. Distribute all system and signal power to the CPU and support modules on the backplane. No interconnecting wiring between these modules via plug -terminated jumpers is acceptable. 2. Provide free air cooling for all system modules, main and expansion chassis. No internal fans or other means of cooling except heat sinks is permitted. 3. Provide means to remove all system modules from the chassis or inserted to the chassis while power is being supplied to the chassis without faulting the processor or damaging the modules. 4. Modules designed to plug into a chassis and to be 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 or chassis via an electronic method for identifying a module. Perform an electronic keying check to ensure that the physical module is consistent with what was configured. Discrete Input & Output Modules: General: a. Digital input and output modules provide ON/OFF detection capability. b. Provide cards of I/O type and count as required to implement specified plus an allowance for active spares, as specified herein. and actuation the functions C. Provide modules capable of being installed or removed while chassis power is applied. d. Provide the following status indicators. 1) On/Off state of the field device. 2) Module's communication status. 3) Module health. 2. Module Specifications — 120VAC Input Module: a. Nominal Input Voltage: 120VAC b. On -State Current: 15mA at 132VAC, 47 - 63Hz maximum. C. Maximum Off -State Voltage: 20V. d. Maximum Off -State Current: 2.5mA. e. Number of Points per Card: 16. Module Specification —120 VAC Solid State Output Module: Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 9 City of Fort Worth 0515-294565 July 2024 a. For each triac type discrete output, provide an associated interposing relay located in the same control panel. Provide 120 VAC power for relay outputs from the associated motor starter control circuit (when used with motor starters) or other 120 VAC source (when I/O is not associated with a particular motor starter). b. Output Voltage Range: 74 - 265 VAC, 47 - 63 Hz. C. Output Current Rating: 1) Per Point: 0.5A maximum at 86 degrees F; 0.25A maximum at 140 degrees F; Linear Derating. 2) Per Module: 4A maximum at 86 degrees F; 2A maximum at 140 degrees F; Linear Derating. d. Surge Current per Point: 5A for 43ms each, repeatable every 2s at 140 degrees F. e. Minimum Load Current: 1 OmA per point. f. Maximum On -State Voltage Drop: 1.5V peak at 2.OA and 6V peak at load less than 50mA. g. Maximum Off -State Leakage: 2.5mA per point. h. Number of Points per Card: 16. 4. Module Specifications — Individually Isolated Relay Output Module a. Output Voltage Range: 10 - 265VAC, 47 - 63 Hz, 5 - 125VDC. b. Output Current Rating: 1) Per Point: 2.5A maximum. 2) Per Module: 16A maximum. C. Power Rating (Steady State): 250VA maximum for 125VAC inductive output. d. Maximum Off -State Leakage: 0 mA per point. e. Configurable States: 1) Fault per Point: Hold Last State, ON or OFF. 2) Program Mode per Point: Hold Last State, ON or OFF. f. Number of Points per Card: 16. I. Analog Input & Output Modules: General: a. Analog input modules convert an analog signal (1 to 5 Volts DC, 4 to 20 milliamps, for example) that is connected to the module's screw terminals into a digital value. The digital value representing the magnitude of the analog signal is transmitted on the backplane. b. Furnish analog output modules to convert a digital value that is delivered to the module via the backplane into an analog signal on the module's screw terminals. C. Provide modules designed to be installed or removed while chassis power is applied. d. Provide the following status indicators: 1) Module's communication status. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 10 City of Fort Worth 0515-294565 July 2024 2) Module health. 3) Input/output devices. e. Hardware and software indication provided when a module fault has occurred. Each module provided with an LED fault indicator and the programming software displays the fault information. f. Provide analog modules that are software configurable through the I/O configuration portion of the programming software. g. Following status can be examined in ladder logic: 1) Module Fault Word: Provides fault summary reporting. 2) Channel Fault Word: Provides under -range, over -range and communications fault reporting. 3) Channel Status Words: Provides individual channel under -range and over - range fault reporting for process alarm, rate alarms and calibration faults. h. Provide 24 VDC power for analog instrument loops as a part of the system. Derive 24 VDC power supply from the 120 VAC input power circuit to the PLC. Group the field side of the 24 VDC power sources(s) as individual or grouped (of logically associated circuits) fusing and provide with a readily visible, labeled blown fuse indicator. 2. Differential Analog Input Module: a. Input Range: 0-20 mA. b. Resolution: approximately 16 bits across range. C. Input Impedance: Greater than 249 Ohms. d. Overvoltage Protection: 8V ac/dc with on -board current resistor. e. Normal Mode Rejection: 60 dB at 60 Hz. f. Common Mode Noise Rejection: 120 dB at 60 Hz, 100 dB at 50 Hz. g. Isolation Voltage: 1) Channel to Ground/Chassis - 100% tested at 1000 VDC minimum for is based on 250 VAC. h. Provide individual isolators, in addition to the surge suppression devices specified, in the control panels listed in Section 406717 for all signals that enter the panel from outside the building. Substitution of isolated analog input cards to meet this requirement is acceptable. i. Number of Points per Card: 8. Isolated Analog Output Current Module: a. Output Current Range: 4 to 20 mA. b. Current Resolution: 12 bits across 20 mA. C. Open Circuit Detection: None. d. Output Overvoltage Protection: 24V DC/AC maximum. C. Output Short Circuit Protection: 20 mA or less (electronically limited). f. Calibration Accuracy: Better than 0.1 % of range from 4 mA to 20 MA. g. Number of Points per Card: 8. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 11 City of Fort Worth 0515-294565 July 2024 J. Communication Interfaces: 1. Supported protocols: a. EtherNet/IP. b. Modbus TCP/IP. C. PROFINET. 2. Ports: a. Two (2) 100MB/IG Ethernet. b. USB. 3. Utilizing in -chassis communication modules or built-in ports on the PLC is acceptable to meet communication interface requirements. K. Required Accessories: l . Include all necessary cables as specified by the manufacturer. Assemble and install cables per manufacturer recommendations. 2.4 PLC SOFTWARE A. Manufacturers: 1. Manufacturers and their products are subject to compliance with requirements. Provide the following: a. As required to match supplied PLCs. B. General 1. Provide PLC configuration and application development software package complete with documentation and installation media. 2. Install the PLC software package and associated licensing and/or activation on the computers shown on the Drawings. 3. Allows for on-line/off-line program development, annotation, monitoring, debugging, uploading, and downloading of programs to the PLCs. 4. Provide all required hardware (including cables, cable adapters, etc.) for connection to PLCs. 5. Provide all software licenses required to achieve the functionality described in the Specifications. 6. Include a software license agreement allowing the Owner the right to use the software as required for any current or future modification, documentation, or development of the PLCs provide for this project. 7. Provide software capable of the following IEC 61131-3 functions: a. Ladder logic. b. Function block. C. Sequential function chart. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 12 City of Fort Worth 0515-294565 July 2024 d. Structured text. 8. Add -on instruction editor allows for the development of custom reusable function blocks. The software permits function block modification while on-line. 9. Software is Microsoft Windows -based and run on the supplied computers. 10. Software includes a security feature to prevent unauthorized personnel from modifying and downloading the programs. 11. Provide an I/O simulator which allows the PLC application load program to be tested on a PC with simulated analog and digital inputs and outputs, allowing I/O testing and debugging to be performed in a safe, isolated environment without the need for running the PLC CPU and process I/O boards. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with NECA 1. B. Wiring Method: Conceal conductors and cables in accessible ceilings, walls, and floors where possible. C. Wiring within Enclosures: Bundle, lace, and train conductors to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. D. Anchor PLCs within enclosures as recommended by the PLC manufacturer. E. Do not block or obstruct ventilation slots by any means. F. Install in accordance with manufacturer's instructions. G. Unload, unpack, and transport equipment to prevent damage or loss. H. Replace damaged components as directed by Engineer. 3.2 PANEL LAYOUT A. Coordinate size and configuration of enclosure to meet project requirements. Drawings indicate maximum dimensions for PLCs, minimum clearances between PLCs, and adjacent surfaces and other items. B. Comply with indicated maximum dimensions and clearances, or with PLC vendor's required distances if they are greater than the distances indicated. 1. Provide spacing around PLC as required by the PLC manufacturer to insure adequate cooling. Ensure that the air surrounding the PLC has been conditioned to maintain the required temperature and humidity range. 2. Size wires entering and existing PLC components to comply with the PLC manufacturers requirements. Provide capability for doors on all components to be fully closed when all the wires are installed. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 13 City of Fort Worth 0515-294565 July 2024 3. Ensure wiring, wire ducts, or other devices do not obstruct the removal of cards from the rack for chassis mounted PLCs. 4. Ensure accessibility for PLC lights, keys, communication ports, and memory card slots at all times. Ensure PLC lights are visible at all times when enclosure door is opened. C. Provide independent line fuses or circuit breakers, per the PLC manufacturer recommendations, for each power supply, input module, output module, and other modules with separately derived power requirements. D. Ensure that communication signals, 4-20 mA signals (including those with embedded HART), are properly conditioned for the PLC and protected from all sources of radiated energy or har- monics. E. Provide power for each PLC (including all I/O) from the UPS power conditioning system. F. Where multiple sets of mechanical equipment are provided for process redundancy, arrange their field connections to I/O modules so that the failure of a single I/O module will not disable the redundant system. This applies to all I/O types. Entitle the Engineer to provide acceptance of the I/O arrangement. G. Provide all required cables, cords, and connective devices for interface with other control sys- tem components. 3.3 IDENTIFICATION A. Refer to drawings and to the OSS for tagging designations. 3.4 SOFTWARE SERVICE AGREEMENT A. Technical Support: Beginning at Substantial Completion, service agreement includes software support for two years. B. Upgrade Service: At Substantial Completion, update software to latest version. Install and pro- gram software upgrades that become available within two years from date of Substantial Com- pletion. Upgrading software includes operating system and new or revised licenses for using software. Upgrade Notice: At least 30 days to allow Owner to schedule and access the system and to upgrade computer equipment if necessary. END OF SECTION 40 63 43 Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Ozone Pre -Selection 40 63 43 - 14 City of Fort Worth 0515-294565 July 2024 SECTION 40 67 17 — INDUSTRIAL ENCLOSURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes industrial enclosures. B. Related Requirements: 1. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions" for submittal requirements. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Refer to Section 40 6100 "Process Control and Enterprise Management System General Provisions." B. Shop Drawings: 1. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." 1.4 INFORMATIONAL SUBMITTALS A. Refer to Section 40 6100 "Process Control and Enterprise Management Systems General Provisions." B. Refer to Section 0133 00 "Submittals." 1.5 CLOSEOUT SUBMITTALS A. Refer to Section 40 6100 "Process Control and Enterprise Management System General Provisions." Eagle Mountain WTP - Phase IV Expansion Industrial Enclosures Ozone Pre -Selection 40 67 17 - 1 City of Fort Worth 0515-294565 July 2024 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Refer to Section 0178 23 "Operation and Maintenance Data." B. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Touch-up Paint: Provide touch-up paint of each type and color used for all cabinets, panels, and consoles supplied. 1.7 QUALITY ASSURANCE A. Perform work in accordance with UL 508. B. Provide components compatible with functions required to form complete working system. C. Provide UL 508 label on complete assembly. D. Maintain copies of panel drawings on site. 1.8 WARRANTY A. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." B. Furnish two-year manufacturer's warranty for valves. Warranty to begin from the date of Final Acceptance as defined in Division 00 of the Contract Documents. C. If the equipment should fail during the warranty period due to a defective part(s), replace and restore the unit(s) to service at no additional cost to the Owner. PART 2 - PRODUCTS 2.1 INDUSTRIAL ENCLOSURES A. Manufacturers: 1. Manufacturers and their products are subject to compliance with requirements. Available products that may be incorporated into the Work include, but are not limited to, the following: a. nVent: Hoffinan. b. Rittal. C. Saginaw. d. Or equal. B. Structure and Enclosure: Eagle Mountain WTP - Phase IV Expansion Industrial Enclosures Ozone Pre -Selection 40 67 17 - 2 City of Fort Worth 0515-294565 July 2024 1. Panels in indoor, dry, non -corrosive environments: a. NEMA 12, powder -coated steel. 2. Panels in outdoor, wet, or chemically corrosive environments: a. NEMA 4X, 316 stainless -steel. 3. Panels located in hazardous locations: a. Rated for the type of hazard (e.g., NEMA 7 for Class 1, Division 1). 4. Construction: a. Freestanding and floor -mounted vertical panels: 1) Panels of 12-gauge sheet steel. 2) Front Panels or Panels Containing Instruments: Provide 10-gauge stretcher - leveled sheet steel, reinforced to prevent warping or distortion. b. Wall and Unistrut Mounted Panels: 1) Panels no less than 14-gauge steel. C. Consoles: 1) Panels of 12-gauge sheet steel. 2) Front Panels: provide 10-gauge stretcher -leveled sheet steel, reinforced to prevent warping or distortion. 5. Provide angle stiffeners on the back of the panel face to prevent panel deflection under instrument loading or operation, as follows: a. Structural framework internal to the panel allows for instrument support and panel bracing. b. Interior structure framework to permit panel lifting without racking or distortion. C. Removable lifting rings designed to facilitate simple, safe rigging, and lifting of the control panels during installation. 6. Full height and fully gasketed access door with full-length, continuous, piano type stainless steel hinges with stainless steel pins. a. Provide doors with three-point stainless steel latch and heavy-duty stainless -steel locking handle. b. Provide front access doors of sufficient width to permit instrument or control device mounting without interference from flush mounted instruments. C. Clamp -type door latches are not permitted. 7. Avoid kinks and sharp bends in wiring. a. Route wiring for easy access to other components for maintenance and inspection purposes. Eagle Mountain WTP - Phase IV Expansion Industrial Enclosures Ozone Pre -Selection 40 67 17 - 3 City of Fort Worth 0515-294565 July 2024 8. Panel suitable for top and bottom conduit entry as required. a. For top mounted conduit entry, provide panel top with nominal one -foot square removable access plates, which may be drilled to accommodate conduit and cable penetrations. b. Provide all conduit and cable penetrations with ground bushings, hubs, gasketed locknuts, and other accessories as required to maintain the NEMA rating of the panel and electrical rating of the conduit system. C. General Requirements UL labeled control panels and cabinets. a. UL listing includes enclosure, specific equipment supplied with enclosure, and equipment installation and wiring within and on the enclosure. If required for UL labeling, provide ground fault protective devices, isolation transformers, fuses and other equipment necessary to achieve compliance with UL 508A requirement. The Drawings do not detail all UL 508A requirements. 2. Panel door handles with lock, or a hasp and staple for padlocking: key the locks for all control panels provided under this Contract alike. 3. Arrange devices for rear of panel mounting within the panel according to respective panel drawings and in a manner to allow for ease of maintenance and adjustment. a. Locate heat generating devices, such as power supplies, at or near the top of the panel. 4. Mount all components in a manner that permits servicing, adjustment, testing, and removal without disconnecting, moving, or removing any other component. a. Mount interior panel components on removable plates (sub -panels) and not directly on the enclosure. b. Unless shock mounting is required by the manufacturer to protect equipment from vibration, provide rigid and stable mounting. C. Mount and orient components in accordance with manufacturer's recommendations. d. Identify internal components with suitable plastic or metal engraved nametags mounted adjacent to (not on) each component identifying the component in accordance with the drawings and specifications. 5. Mount all panel components on a single rear -of -panel sub -panel unless the density of devices exceeds the panel mounting space permitted by the minimum panel dimensions specified. Side panel mounted components are not permitted without review and approval by Engineer. 6. Type 316 Stainless -Steel Hardware and Fasteners: a. Provide drilled and tapped mounting screws; self -tapping screws are not permitted. 7. Install suitable gaskets and faceplates, required to maintain NEMA rating of the panel. D. Mounting Elevations: Eagle Mountain WTP - Phase IV Expansion Industrial Enclosures Ozone Pre -Selection 40 67 17 - 4 City of Fort Worth 0515-294565 July 2024 1. Refer to ISA Recommended Practice RP60.3 for guidance on layout and arrangement of panels and panel mount components. Account for housekeeping pad dimensions. 2. Locate centerline of indicators and controllers no lower than 48 inches or higher than 66 inches above the floor on a panel face. 3. Locate centerline of lights, selector switches, and pushbuttons no lower than 32 inches or higher than 70 inches above the floor on a panel face. 4. Locate tops of annunciators no higher than 86 inches above the floor on a panel face. 5. Install panel components in accordance with manufacturer's guidelines. 2.2 TEMPERATURE CONTROL A. Provide force air ventilation or air conditioning units as required to prevent temperature buildup inside of panel. B. Heat Load Calculations: 1. Submit heat load calculations for all control panels located in areas where either venting is not possible due to NEMA rating of panel or control panel is located in an area or building without air conditioning. 2. Utilize manufacturer available thermal calculators to determine heating/cooling requirements (i.e. Saginaw SCE thermal calculator, nVent Hoffinan cooling selection tool, or equivalent). 3. Ensure the internal temperature of the panel is regulated between 45 to 112 degrees F under all conditions. 4. Account for the following conditions in the heat load calculations: a. Loading and dissipation effects on all surfaces of the enclosure. Account for surfaces not available for heat transfer (e.g., against a wall). b. Internal heat load of components (load and duty cycle). C. For outside temperature limits, refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." C. Sun Shields: Provide custom fabricated sun shields for all outdoor panels in accordance with the following requirements: a. Fabricate sun shields from a material suited for the area classification rating of its environment. b. Design, fabricate, install, and support the unit to fully cover and shade the top, sides, and back of the enclosure, and to partially shade the front panel of the enclosure from direct exposure to sunlight from sunrise to sunset. C. Depending on overall size, sun shields may be fabricated in single or multiple segments for attachment to the enclosure support framing or to separate free standing framing around the enclosure, to preserve rigidity. d. Design and mount sun shields with a minimum 3-inch air gap around the enclosure for air circulation and heat dissipation. e. Drilling holes or welding studs directly to the enclosure for sun shield mounting is not permitted. Eagle Mountain WTP - Phase IV Expansion Industrial Enclosures Ozone Pre -Selection 40 67 17 - 5 City of Fort Worth 0515-294565 July 2024 f. Slope the top section of the sun shield a minimum angle of 5 degrees from horizontal. 1) Wall Mounted Enclosures: Slope the top section downward away from the wall and towards the front of the enclosure. 2) Free Standing, Floor Mounted, and Frame Mounted Enclosures: Slope the top section downward towards the back side of the enclosure. g. Incorporate a narrow and more steeply sloped drip shield segment on the front edge of the top section to shed water away from the front of the enclosure and prevent dripping or running directly onto the front panel of the enclosure. h. Fabricate sun shields with continuous seam welds that are ground smooth. i. Smooth round or chamfer exposed corners, edges, and projections to prevent injury. D. Louvers: 1. If louvers are used, provide louver plate and filter kit. 2. Provide louver plates of stamped sheet metal construction. 3. Provide washable and replaceable filters. 4. Install louvers on the rear, top, or bottom of the panel, as required by the panel installation location. 5. For wall mounted enclosures with their backs directly adjacent to a wall, install louvers on the sides. E. Forced Air Ventilation: 1. Provide forced air ventilation fans to create positive internal pressure within the panel. 2. Provide washable and replaceable filters. 3. Fan motors operate on 120-volt, 60-Hz power. F. Air Conditioning: 1. For panels with internal heat that cannot be adequately dissipated with natural convention and heat sinks, or forced air ventilation, provide an air conditioner sized to deliver sufficient cooling. 2. NEMA rating equivalent to the NEMA rating of the panel. Maintain NEMA rating of panel when installed. 3. Provide air conditioner with conformal coating on exposed surfaces. 4. Mount air conditioners on panel side. If provided, cut sun shields to accommodate air conditioner. G. Heating: 1. Provide an integral heater, fan, and adjustable thermostat for outdoor enclosures and enclosures located in unheated areas indoors or in areas subject to humidity and moisture, to reduce condensation and maintain the minimum internal panel temperature. a. Mount unit near enclosure bottom with discharge away from heat -sensitive equipment. b. Provide Hoffman DAH series, Stego PTC series, or equal. Eagle Mountain WTP - Phase IV Expansion Industrial Enclosures Ozone Pre -Selection 40 67 17 - 6 City of Fort Worth 0515-294565 July 2024 2.3 ACCESSORIES A. Nameplates: 1. Identify the panel and individual devices as required, unless otherwise indicated: a. Include up to three lines: 1) First line containing the device tag number as shown on the Drawings. 2) Second line containing a functional description (e.g., Recirculation Pump No. 1). 3) Third line containing a functional control description (e.g., Start). 2. Unless escutcheon plates are specified or unless otherwise noted on the Drawings: a. Furnish nameplates as 3/32-inch thick, black against white background unless otherwise noted, Lamicoid with engraved inscriptions. Bevel and smooth edges of nameplate. b. Nameplates with chipped or rough edges are not acceptable. 3. Mount or fasten cabinet mounted nameplates with epoxy adhesive or stainless -steel screws. 4. Provide a panel nameplate with a minimum of 1-inch-high letters for every panel. 5. Provide legend plates or 1-inch by 3-inch engraved nameplates with 1/4-inch lettering for identification of door mounted control devices, pilot lights, and meters. 6. Use single Lamicoid nameplates with multiple legends for grouping of devices such as selector switches and pilot lights that relate to one function. B. Corrosion Control: 1. Protect panels from internal corrosion by use of corrosion -inhibiting vapor capsules. Size and quantity as necessary per manufacturer recommendations. 2. Manufacturer: a. Zerust VC. b. Hoffman Model AHCI. C. Or equal. 2.4 GENERAL FINISH REQUIREMENTS A. Descale, degrease, fill, grind and finish sections. B. Finish steel -fabricated enclosures with two rust resistant phosphate prime coats and two coats of enamel, polyurethane, or lacquer finish which are applied by either hot air spray or conventional cold spray methods. 1. Brushed anodized aluminum, stainless steel, and FRP panels do not require a paint finish. C. Grind smooth, sandblast and then clean with solvent. Fill surface voids and grind smooth. Eagle Mountain WTP - Phase IV Expansion Industrial Enclosures Ozone Pre -Selection 40 67 17 - 7 City of Fort Worth 0515-294565 July 2024 D. Immediately after cleaning, apply one coat of a rust -inhibiting primer inside and outside, followed by an exterior intermediate and topcoat of a two -component type epoxy enamel. 1. Apply final sanding to the intermediate exterior coat before top coating. E. Apply a minimum of two coats of manufacturer's standard, flat light-colored lacquer, on the panel interior after priming. F. Unless otherwise noted, finish exterior colors as ANSI 61 gray with textured finish. G. Finish products after assembly. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine walls, floors, roofs, and rooms for suitable conditions where industrial enclosures will be installed. B. Prepare written report, endorsed by Installer, listing conditions detrimental to performance. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Wiring Method: Install cables in raceways and cable trays except within consoles, cabinets, desks, and counters. Conceal raceway and cables except in unfinished spaces. 1. Install plenum cable in environmental air spaces, including plenum ceilings. B. Wiring Method: Conceal conductors and cables in accessible ceilings, walls, and floors where possible. C. Wiring within Enclosures: Bundle, lace, and train conductors to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. Install lacing bars and distribution spools. 3.3 ADJUSTING A. Adjust hardware and moving parts to function smoothly and lubricate as recommended by manufacturer. END OF SECTION 40 67 17 Eagle Mountain WTP - Phase IV Expansion Industrial Enclosures Ozone Pre -Selection 40 67 17 - 8 City of Fort Worth DIVISION 46 WATER AND WASTEWATER EQUIPMENT 0515-294565 June 2024 SECTION 46 3150 — OZONE SYSTEM GENERAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Ozone system general requirements. 2. Ozone system components description. 3. Ozone system equipment schedule. 4. Ozone system process control descriptions. 5. Ozone system factory and field-testing requirements. B. Related Requirements: 1. Section 400523 "Ozone Stainless Steel Piping, Tubing and Fittings." 2. Section 406100 "Process Control and Enterprise Management Systems General Provisions" 3. Section 406121.20 "Process Control System Testing" 4. Section 406126 "Process Control System Training" 5. Section 463151 "Liquid Oxygen Storage and Feed Equipment" 6. Section 463152.35 "Ozone - Liquid Nitrogen Storage Tank" 7. Section 463153 "Ozone Generating and Feed Equipment" 8. Section 463154.35 "Ozone Dissolution System —Side stream Injection" 9. Section 463156 "Ozone - System Instruments" C. OSS Scope of Supply and Services: Furnish labor, materials, equipment, and engineering services necessary for a complete ozone system. a. Requirements for ozone system are specified in this Section and related ozone subsystem specifications referenced. 2. Equipment, valves, instrumentation, and appurtenances supplied by OSS for the ozone system includes: a. Ozone generators and power supply units (PSUs) with integrally mounted Programmable Logic Controller (PLC) Local Control Panels (LCPs). b. Liquid oxygen (LOX) storage, vaporization, feed system and remote I/O (RIO) panel. C. Oxygen particulate filter, pressure regulating station and miscellaneous oxygen feed instruments for the liquid oxygen storage and feed system, as shown on the P&IDs. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 1 City of Fort Worth 0515-294565 June 2024 d. Nitrogen boost system. e. Nitrogen gas mass flow control assembly for the nitrogen gas system, as shown on the P&IDs. f. Open-loop/closed-loop heat exchangers. g. Ozone Side Stream Injection System. h. Off -gas destruction equipment and LCPs. i. Purge -to -destruct equipment and LCPs. j . Ozone gas in -line, ambient, and in -water analyzers. k. Master Ozone Control Panel (MOCP) and MOCP PLC. 1. Furnish high voltage cable between each power supply unit and ozone generator. M. Process instrumentation and control including PLCs and Operator Interface Terminal (OITs) as described in this Section and as shown on Process and Instrumentation Diagrams (P&IDs). n. Interconnecting piping, valving, and instrumentation between components mounted within a common skid. o. Interconnecting instrumentation and control cables, surge suppressors, power cables, trays and conduits and motor control starters between the skid -mounted local control panel and the skid -mounted components. p. Additional valves, piping, safety features, monitoring and control equipment, and instrumentation which are not skid mounted (supplied loose), as specified in the referenced ozone specifications and/or as shown on P&IDs. q. Associated accessories, equipment, instrumentation, and appurtenances necessary for a complete and operational ozone system meeting design conditions, whether specified or not, unless specifically excluded or part of a separate system supplied by others. Engineering services provided by the OSS include: a. Factory and field calibration of OSS-supplied instruments for the ozone system. b. Coordination with the contractor and mechanical, electrical and instrumentation subcontractors. Include contractor in all coordination between OSS and mechanical and electrical subcontractors. C. Coordination of PLC data and communication signals between the MOCP and the Plant's SCADA Control System (PCS). 1) Coordinate with the contractor's Application Engineering Services Supplier (AESS) to develop and test the signal/data interface between OSS supplied PLCs and the plant's SCADA system. d. Coordination of overall control of each ozone system through communications to the Plant's SCADA System including: 1) MOCP 2) Local equipment PLCs 3) Remote I/O modules (RIOs) e. PLC and OIT programming associated with equipment supplied by OSS. f. Ozone equipment installation assistance, inspections, and certification of proper equipment installation. g. Ozone equipment testing requirements, performance guarantees, warranties and startup and commissioning services. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 2 City of Fort Worth 0515-294565 June 2024 h. Install ozone generator dielectric tubes. i. Certification of proper installation for ozone system. j. Preparation of Operations and Maintenance (O&M) manual for the ozone system. k. Training of Owner's Personnel: Detailed instructions in the operation of the ozone system and related equipment components. 1. Attendance at two 1-day Coordination Workshops with the Contractor and Owner to coordinate the desired ozone control system and system integration. The first workshop to take place prior to submitting shop drawings on the I&C system for the ozone system, and the second workshop following review of the I&C shop drawings submittals by the Engineer. M. Attendance at up to two submittal review meetings to facilitate submission, review and approval of ozone submittals. n. Attendance at up to 3 Software Coordination Workshops with the contractor and AESS to discuss graphic development and programming standards developed by the AESS for the project. In addition, the OSS must be prepared to discuss topics such as which 1/0 signals are appropriate for supervisory control and monitoring from the plant -wide SCADA system Operator Workstations. D. Contractor Scope of Supply and Services: 1. The scope of supply services to be provided by the Contractor to be furnished shall include the following: a. Closed -loop cooling water pumps and associated control valves and instrumentation. b. Electrical system as specified, per Division 26, and as shown on Drawings, except for Work completed by OSS. C. Instrumentation and control system specified, per Division 40, except for Work completed by OSS. d. Masonry and concrete structures, equipment pads and grouting. e. Ozone residual sample piping, sample stations and sample recycle pump station. f. Ozone contactor drainage piping, valves, and pump station. g. Ozone contactor manways, hatches, gates, and wall pipes. h. Ozone contactor pressure -vacuum relief valves. i. Non-OSS labor for acceptance, inspection, unloading, and installation of OSS- furnished equipment and accessories at the job site. j. Designing and furnishing external piping, pipe supports, valves and instrumentation between separate equipment skids, except as otherwise noted within the referenced ozone specifications. k. Designing and furnishing external conduit and wiring between separate equipment skids from on -skid terminal junction boxes, except as otherwise noted with the referenced ozone specifications. 1. Installation of ozone system equipment, except generator dielectric tubes, which will be performed by the OSS. The OSS provides certification of proper installation for each ozone system. M. Construction coordination meetings with the OSS and assistance on all testing services for the ozone system to be executed by the OSS. n. Install OSS-supplied high voltage cable. 2. Ozone Electrical System: Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 3 City of Fort Worth 0515-294565 June 2024 a. Equipment requiring 480 volt/3-phase service to be fed by a 480-volt, 3-phase, 3-wire supply furnished and installed under Division 26, and as shown on Electrical Drawings. b. Work includes, but not limited to furnishing, installing, and testing ozone system components for a complete, fully integrated and operational ozone system, except for those items provided under Division 26. C. Provide conduit, instrument, control, and power wires/cables, raceways, fittings, conduit, instrument grounding, etc. required in addition to that shown on the Electrical Drawings for complete system operation. Any additional wiring between the power supply and Ozone system equipment to be provided by the OSS. d. Electrical 480 Volt Components: Rated for short circuit current of 65,000 Amps RMS symmetrical, minimum. E. Applications Engineering System Supplier (AESS) Scope of Supply and Services: 1. Programming provided by AESS for Ozone System includes: a. Integrate control elements for ozone system as a subsystem to Plant Control System (PCS) under Division 40. 1) Incorporate SCADA/OIT graphics, trends and historical graphic displays, alarm conventions and configuration information developed by the OSS and integrated into the PCS. b. Attend software Coordination Meetings with the Contractor and OSS to establish operator interface, display graphics and alarm conventions for the ozone system. C. Program control logic for HVAC system based on safety signals (ozone or oxygen leak) generated by the MOCP-PLC. d. Develop standard screen formats, operator interface and alarm conventions to be used by both the AESS and OSS for development of OIT screen displays for the ozone system. Screen format and graphic displays to confirm to Owner Standards. F. Ozone Instrumentation and Control System: 1. OSS Responsibilities: a. Furnish labor, materials, equipment, ozone system related PLCs, OITs, LCPs, associated hardware, programming, and incidentals required for installation by the Contractor for a complete instrumentation and control (I&C) system for the ozone system. 1) I&C System: Provide as specified and comply with Division 26, Division 40, and the P&IDs. P&IDs depict minimum I&C requirements of ozone system and integration of ozone system components with the Plant Control System (PCS). 2) PCS: Furnished by Contractor under Division 40 and programmed by the AESS. b. Program the MOCP-PLC and individual equipment PLCs, including control logic for OSS-supplied equipment and ozone/oxygen leak detection and shutdown sequences, as specified in this Section. C. Programming requirements and coordination with the AESS with respect to graphical display project standards and transfer of signals between the plant -wide SCADA system Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 4 City of Fort Worth 1.3 0515-294565 June 2024 and the MOCP-PLC. The programming work to be coordinated between the OSS and AESS will achieve complete remote monitoring and control of the ozone system from either the plant -wide SCADA system or the ozone system Operator Workstation (OWS), as further specified in this Section. d. Prepare complete set of loop diagrams to define a fully integrated and operational ozone system, incorporating ozone equipment, piping, and instrumentation components, for review and approval by the Engineer. e. Coordinate the Work with the Contractor and AESS to fully integrate the ozone system as a subsystem to the PCS to be provided under Division 40. f. Furnish, program, and test the following items for a complete, fully integrated and operational ozone system. 1) Operator Interface Terminal. 2) Programmable logic controllers and remote I/O panels. 3) Local control panels. 4) Uninterruptible power supplies (UPSs). 5) Ozone -in -oxygen, ambient ozone -in -air, ambient oxygen -in -air, dissolved ozone -in -water, dewpoint analyzers and any other instruments shown on the Drawings or specified herein as part of the ozone system. 6) Primary elements (e.g., flow, pressure, level, temperature, and power elements that provide control signals to the Ozone System PLCs). 7) Transmitters. 8) Indicators. 9) Local control panels (LCP) for ozone subsystem equipment. 10) Logic diagrams for the ozone control system. 11) Communication equipment - all cards, cables, and connectors required for the PLCs to communicate with the Remote I/O racks and on the plant fiber optic PCS network, as shown on the drawings. G. Drawings and Specifications provide the minimum, site -specific requirements for the ozone system. 1. The equipment arrangement shown in the Drawings is based upon selected, representative skid -mounted equipment. 2. Include materials and equipment, including piping, fittings, valves, wiring, conduit, boxes, instruments, supports, and appurtenances, whether represented on the Drawings or not, as necessary to meet the intent of these specifications. DEFINITIONS: A. FAT: Factory Acceptance Test B. FDT: Functional Demonstration Test C. GOX: Gaseous Oxygen D. I&C: instrumentation and control E. ITO: Independent Test Organization Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 5 City of Fort Worth 0515-294565 June 2024 F. LCP: Local Control Panels G. MOCP: Master Ozone Control Panel H. OCS: Ozone Control System I. OIT: Operator Interface Terminal J. OLCL: Open Loop/Closed Loop K. ORT: Operational Readiness Test L. OSS: Ozone System Supplier M. OWS: Operator Workstation N. OZ: Ozone Gas O. PCS: Plant Control System P. PLC: Programmable Logic Controller Q. P&ID: Process and Instrumentation Diagram R. PSU: Power Supply Units S. PWT: Performance Warranty Testing T. SAT: Site Acceptance Test U. UPS: Uninterruptible power supplies 1.4 ACTION SUBMITTALS A. OSS: Submit complete shop drawings for the ozone system per requirements of Division 01 and referenced ozone subsystem specifications. 1. Coordinate on shop drawings to be prepared by Contractor for the ozone system. B. Submittal Format 1. Submit complete shop drawings for Ozone Equipment Procurement in accordance with the referenced ozone specifications. 2. Submittal packages to include the pertinent information for all ozone system equipment as outlined in this Section and the referenced ozone specifications. 3. The following submittals are considered minimum. Submit each submittal package as a single, complete package at one time. Documents submitted at different times will be rejected. C. Submit separate packages for review and approval of the ENGINEER in the following sequence: D. Submittal Package No. 1: . Submit with tzyAs the Owners Notice to Proceed. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 6 City of Fort Worth 0515-294565 June 2024 1. Include OSS-supplied equipment, valves and instrument submittals for the ozone system as specified in this Section and referenced ozone specifications. 2. Updated P&IDs: based on the Contract Drawings and revised, if necessary, to include any modifications required for compatibility with OSS-supplied equipment and instrumentation. Highlight any modifications to Contract Drawings review and approval by Engineer. 3. Preliminary equipment skid layout drawings, including overall skid footprint dimensions, overall height, clearance requirements around each skid, control panel location, terminal junction box location, and sizes and locations of gas, water, drain, and power connections. (amp/voltage ratings for each equipment's electric feeder). 4. Dynamic calculations for the gaseous oxygen, ozone, and off -gas piping systems. a. Consider head losses through equipment, piping, fittings, instrumentation, valves, diffusers, and appurtenances. b. Demonstrate proposed ozone piping system can meet the design capacity as specified. C. Demonstrate proposed ozone equipment will not exceed their design ratings and operational setpoints, as specified in the individual equipment Sections. d. Calculations must be prepared by the OSS and be stamped by a registered professional engineer registered in the State of Texas. Submittal data for referenced ozone subsystems as follows: a. Nitrogen boost system, as specified in Section 463153.02. b. Ozone generators and power supply units, as specified in Section 463153. C. Ozone dissolution system, as specified in Section 463154.35 for Side Stream Injection d. Ozone destruction system, as specified in Section 463155. e. Ozone and oxygen analyzers, flowmeters, leak detectors, and field instrumentation products as specified in Division 40 and 463156. f. Submittal data for piping and valves for skid -mounted ozone equipment. 6. Schedule of Valves: OSS to provide a valve schedule including, but not limited to, valve tag number, P&ID number on which the valve is shown, valve type, manufacturer, model or style, size, material of construction, ends (flanged, screwed, etc.), anticipated flow range(s), actuators (as necessary), and whether the valve is cleaned for oxygen service. a. Provide product data sheets for each valve type. 7. Installation instructions for OSS-supplied equipment. 8. List of spare parts and special tools for OSS-supplied equipment. 9. Data sheets for paint/coating systems for OSS-supplied equipment. 10. Material Safety Data Sheets (MSDS) for oxygen and ozone. 11. Special shipping, unloading, storage, handling and protection instructions. 12. Paint/Coating Systems: Paint data sheets and preparation for all items to be coated. 13. Manufacturing, Testing, and Delivery Plan: a. Schedule for fabrication of ozone generators and PSUs. b. Schedule of testing, including but not limited to, projected locations, dates and durations for: 1) Hydrostatic testing of generator shells and piping systems. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 7 City of Fort Worth 0515-294565 June 2024 2) Unwitnessed OSS standard manufacturing quality process and control testing (UFT). 3) Factory witness testing of ozone control system. 4) Factory performance testing of ozone generation equipment. 5) Schedule of equipment shipment and delivery. E. Submittal Package No. 2: Submit withi 120 days o the Owner's Notice to Proceed and following Engineer's approval of Submittal Packa 1. Include electrical, instrumentation and control submittals for the ozone system as specified in this Section and in Divisions 26 and 40, 2. Electrical: a. One -line diagrams annotated with the ratings of all power devices. b. Detailed power and control wiring diagrams, including terminal and wire numbers. C. Motor horsepower and voltage, current ratings. d. Special motor control features. e. Bill -of -materials and catalog cut -sheets for all electrical components. Instrumentation and Control: a. Updated control system block diagrams. b. PLC equipment list. C. Schedule of Instruments: Instrument schedule including, but not limited to, valve tag number, P&ID number on which the instrument is shown, manufacturer, model number, size, materials of construction, connection ends, range of measurement, volume/flow of sample, and whether the instrument is cleaned for oxygen service. d. Submittal information as required in Section 013300, all Division 40 specifications, and herein. 4. Instruments: a. Manufacturer's catalog information and data sheets, conforming to ISA-20.00.01-2007, for instruments specified and as indicated on P&IDs to be provided by OSS. b. Sample volume/flow requirements for each type of instrument. C. Reagent/electrolyte requirements. d. Power and control wiring diagrams, including terminal and wire numbers. e. Material Safety and Data Sheets (MSDS), as may be applicable. Control Devices: a. Programmable controller submittals, as specified in Division 40. b. Submit memory map of PLC registers to be transmitted to SCADA. C. Description of diagnostic features being provided. d. Descriptive literature for all control devices such as relays, timers, etc. 6. Software Configurations: a. PLC control panel complete with all required Drawings and cut sheets. b. PLC I/O index or tag list. C. Functional descriptions. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 8 City of Fort Worth 0515-294565 June 2024 d. Control narratives. e. Factory test plan. f. Preliminary software plan. g. Operator interface unit (OIU) screens. h. Reporting formats. i. Startup plan. j. Testing plan and test forms. 7. Submit Memory map of PLC registers to the AESS for OSS supplied control panels that communicate with the plant SCADA network. OSS: a. Contact and coordinate with the AESS to ensure compatible configuration of the vendor PLCs in order to match the facility network. b. Configure the network addresses in equipment to match the addresses determined by the AESS. C. Software communication will be provided in contiguous registers for the following: 1) One set for writing discrete -type information. 2) One set for reading discrete -type information. 3) One set for writing floating-point information. 4) One set for reading floating-point information. 1.5 DELEGATED DESIGN SUBMITTALS A. Anchorage design and engineering calculations for major equipment components signed and sealed by a registered professional engineer registered in the State of Texas. 1.6 INFORMATIONAL SUBMITTALS: A. Factory Testing Submittals: 1. Provide submittals of Factory Acceptance Test (FAT) plans for review and approval by Engineer in accordance with the requirements of Part 3 of this Section. 2. Do not ship equipment from its place of manufacture before the FAT report has been approved by the Engineer. B. Field Testing Submittals: Provide submittals of ozone equipment test plans at least 30 days prior to start of testing for review and approval by Engineer in accordance with the requirements of Part 3 of this Section for the following field tests: a. Operational Readiness Test (ORT). b. Functional Demonstration Test (FDT). C. Site Acceptance Test (SAT). d. Performance Warranty Testing (PWT). C. Submit written test reports to Engineer within 5 days of completion of FAT, ORT, FDT, SAT, and PWT in accordance with the requirements of this Section. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 9 City of Fort Worth WA 0515-294565 June 2024 D. Harmonics Calculations: Computations showing individual and total harmonic current and voltage content reflected in the normal power source at the connection point. 1. Connection Point: Will be identified for OSS prior to submittal. Provide harmonic currents, in percent of rated (fundamental) current, generated by each ozone generator for each individual harmonic up to and including the 49th harmonic. 2. Provide total voltage harmonic distortion at point of connection to power system. 3. Provide specific description of provisions, such as filtering and harmonic suppression, being made to ensure proper system operation when power factor correction capacitors are included in the system. E. Operations and Maintenance Manuals: As specified in Division 01, and include the following: 1. Detailed operational procedures for manual and automatic modes, including step-by-step startup, normal operation, shut -down, emergency operations, and trouble -shooting procedures. 2. Safety precautions. 3. Maintenance Summary Forms and detailed maintenance requirements and schedule, including procedures for long-term shut -down of equipment. 4. Detailed manufacturer's O&M Manuals for individual components of the Ozone System. 5. Recommended spare parts list. 6. Valve schedule. 7. Instrument schedule. 8. Complete set of as -built equipment shop drawings and P&IDs. 9. Complete set of as -built wiring diagrams. 10. List of electrical relay settings and control and alarm contact settings. 11. Index of equipment suppliers, listing current names, addresses, and telephone numbers of those who should be contacted for service, information, and assistance. 12. Performance test reports (factory and field tests), to be inserted when available. 13. Warranties for OSS-supplied equipment. 14. Parts list with part numbers 15. Repair service provider Contact Information F. Detailed schedule for OSS field services. G. OSS Certification of Compliance that the factory finish system is identical to the requirements specified herein. H. Certificate of Proper Installation: Submit completed manufacturer installation certification for Ozone Generation Equipment (after installation of all ozone generators and PSUs). I. Training Documentation as specified in Part 3 of this Section. CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of installed OSS-supplied equipment. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 10 City of Fort Worth 0515-294565 June 2024 2. Record any deviations from the Contract Drawings for process piping, instrumentation, electrical wiring, instrumentation, controls, etc. 1.8 QUALITY ASSURANCE A. The ozone system must meet the following minimum requirements: 1. Ozone production capacity and range as specified at the physical and operational conditions specified. 2. The liquid oxygen storage and vaporization system, ozone generation system, ozone generator cooling water system, ozone contactor equipment, ozone diffusion system, off -gas ozone destruction system, I&C system, and appurtenances must be of the types specified. 3. No alternative systems or equipment that differs from this Section or the referenced ozone specifications for the ozone system will be accepted. 4. Welding: All welders that perform work under this section or the Detailed Ozone Specifications to be qualified under AWS, within the previous 12 months, to perform the required welds. All welds must conform to the applicable AWS welding code. 5. Seismic Qualification Certificates: For ozone system accessories, and components, from manufacturer. a. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. b. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. C. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. B. Perform Work according to manufacturer's quality assurance standards. C. Manufacturer's Certificate: Certify that the ozone generation equipment provided by the OSS meets or exceeds specified requirements. 1.9 QUALIFICATIONS A. The OSS will be responsible for the ozone system. The OSS will be one of the following companies: 1 � 2. Veolia Water Technologies Treatment Solutions USA Inc Leonia, New Jersey. 3. 4. No "or equal" or substitutions permitted. 1.10 DELIVERY, STORAGE AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. B. Store materials according to manufacturer instructions. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 11 City of Fort Worth 0515-294565 June 2024 C. Properly package items cleaned prior to shipment to the construction site for protection from contamination. 1. Provide written instructions for storage at the site prior to installation. 2. Precleaned items to not require further cleaning after installation only if they meet the requirements of CGA publication G-4.1, latest edition. 3. Equipment that is delivered precleaned and packaged and that is subsequently contaminated while on site to be cleaned as specified herein and all costs associated with such cleaning to be borne by the Contractor. D. Protection: Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. Provide additional protection according to manufacturer instructions. E. OSS Responsibilities 1. Arrange for delivery of materials in manufacturer's packaging including storage, and handling instructions. 2. Do not dismantle factory assembled parts and components less than 25 feet in length for shipment unless permission is received in writing from the Engineer. 3. For units greater than 25 feet in length that are shipped unassembled, manufacturer to "match -mark" all connecting parts to ensure correct assembly on -site. 4. Protect finished surfaces of all exposed flanges by rigid wooden or equivalent blank flanges and securely bolted thereto. 5. Protect unpainted finished iron or steel surfaces to prevent rust and corrosion. 6. No shipment to be made until approved by Engineer in writing. F. Contractor responsibilities 1. Accept materials on Site in manufacturer's original packaging and inspect for damage. 2. Offload assembled units per OSS handling instructions. 3. Use primary and tail crane system when lifting the units from a horizontal position to a vertical position. 4. Store materials according to manufacturer's instructions. 5. Protect all parts so that no damage or deterioration occurs from the time of fabrication, including storage in accordance with manufacturer's requirements, until the unit and equipment are ready for operation. 6. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 7. Provide additional protection according to manufacturer instructions. 8. For long term storage (if required), follow manufacturer's detailed recommendations for long term storage. 1.11 OZONE AND OXYGEN SERVICE A. Clean and certify all equipment, valves, analyzers, seals, gaskets, valve seats and associated appurtenances to be used with oxygen or ozone -in -oxygen for oxygen service before shipping to the plant site. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 12 City of Fort Worth 0515-294565 June 2024 B. All equipment, valves, valve seats, analyzers, seals, gaskets, welds, and all associated appurtenances to be used with oxygen and ozone -in -oxygen must be resistant to degradation and gas losses due to the use of these gases. 1.12 WARRANTY A. OSS Guarantees: 1. "Total Measured and Weighted Specific Energy Consumption" per pound of ozone produced for each ozone generator/PSU, as determined by the Performance Warranty Test (PWT) procedures in Part 3, will not exceed the "Total Guaranteed Weighted Specific Energy Consumption" value entered by the OSS in the Proposal Form. 2. Open -loop cooling water flow rate for the ozone generators, as determined by the PWT procedures in Part 3, will not exceed the "Guaranteed Open -loop Cooling Water Flow Rate" value entered by the OSS in the Proposal Form. Perform ozone generator warranty testing at cooling water flow rates equal to or less than this value. 3. OSS Agrees to Pay: Liquidated Damages to the Owner a sum calculated at the rate of $206,593 per kilowatt-hour per pound of ozone produced by which the "Total Measured and Weighted Specific Energy Consumption" per pound of Ozone Produced for the generators exceeds the "Total Guaranteed Weighted Specific Energy Consumption" value entered by the OSS in the Proposal Form. Assess Liquidated damages based on the generator/PSU with the highest measured specific energy consumption value that exceeds the maximum allowable value. B. OSS Warrants: 1. Off -gas ozone destruction equipment, when operating as specified, to reduce the ozone concentration to less than 0.05 ppm ozone concentration by volume at the specified system operating ranges. 2. Against defects in work quality and material for a minimum period of 2 years from date of Substantial Completion as defined in the General Conditions, Division 00. 3. A 10-year extended warranty for dielectric tubes and fuses. a. OSS to replace Dielectric tubes and fuses that fail during first 10 years of normal operation from date of start-up within 24 hours of notification at no additional cost to Owner. Warranty covers all parts, labor and service provided by OSS. 4. A 5-year extended warranty for power supply unit inverters, covering parts, labor and service provided by OSS. 5. Harmonic mitigation equipment provided with the ozone generator power supply units meet the requirements of IEEE Standard 519 (1992) for voltage and current distortion and line notching, and harmonic distortion limits will not exceed the values specified thereto for General Systems. 6. Include warranty periods for generator and power supply unit replacement components in warranty certificates provided by OSS and submit to the Engineer prior to fabrication of OSS- supplied equipment. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 13 City of Fort Worth 0515-294565 June 2024 1.13 PATENT ROYALTIES AND FEES A. Contractor to pay for royalties, license fees, and usage fees (as applicable and existing at time of bid) associated with proprietary equipment or processes furnished and installed as part of the Ozone System under this Contract. B. Transfer usage permits to the Owner at Substantial Completion at no additional cost to Owner. PART 2-PRODUCTS 2.1 GENERAL A. Clean, seal and protect all equipment, pipe, fittings, valves, analyzers, seals, gaskets, valve seats, instrumentation, and associated appurtenances to be used with oxygen, ozone -in -oxygen, or ozone off -gas in accordance with CGA publication G-4.1 "Cleaning Equipment for Oxygen Service" (1996), and certified for oxygen service before shipping to the site. B. All equipment, valves, valve seats, analyzers, seals, gaskets, welds, instrumentation, and all associated appurtenances to be used with oxygen and ozone -in -oxygen to be resistant to degradation and gas losses due to the use of these gases. C. Greases and lubricants: Oxidation resistant, Dupont "Krytox" or approved equal. D. OSS to guarantee equipment supplied by the OSS against faulty or inadequate design, improper assembly or erection, defective workmanship or materials, and leakage, breakage, or other failure. Materials to be suitable for service conditions. E. All equipment designed, fabricated, and assembled in accordance with accepted industry standards. Individual parts to be manufactured to standard sizes and gauges so that repair parts, furnished at any time, can be installed in the field. Like parts of duplicate units to be interchangeable. Equipment is not to have been in service at any time prior to delivery, except as required by factory tests. F. Except where otherwise specified, structural and miscellaneous fabricated steel used in equipment to conform to AISC standards. All structural members designed for shock or vibratory loads. Equipment designed in accordance with the latest edition of the Standard Building Code. G. Components and materials of construction to be suitable for the intended service. Parts in contact with either ozone gas or ozone solution to be 316L stainless steel, glass, PTFE, expanded PTFE, Viton GF or other ozone -resistant material. H. Electrical work conforms to the National Electrical Code and NFPA 79 Electrical Standard for Industrial Machinery except for the following: 1. Chapter 11, pushbutton and indicating light colors to be as specified in Division 40 and Division 26. 2. Specifically, the OSS should note that the National Electrical Code does not permit a "neutral" conductor to be grounded in more than 1 location. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 14 City of Fort Worth 0515-294565 June 2024 3. To meet these requirements, the OSS to insulate the "neutral" electrode from the ozone generator vessel, route 2 separate insulated conductors from the power supply unit to the ozone generator vessel and ground the generator vessel. 4. If the OSS proposes to meet this NEC requirement by some other means, the proposal to be explicitly stated as part of the submittal provided with the OSS's Proposal. I. All instrumentation and controls to conform to Division 40, Section 463156 "Ozone System Instruments", and all subsystems specified previously in this Section requirements. 1. Instruments in oxygen and/or ozone gas service to be made of the appropriate materials suitable for the service conditions and cleaned per this Specification. 2. Install instruments according to manufacturer's instructions. 3. OSS to prepare, produce, and include P&IDs in submittals. OSS supplied P&IDs to a. Identify specific items that are to be OSS supplied, wired, and connected by OSS. b. Identify all items supplied by OSS, but which are to be wired and/or connected by the Contractor. C. For these items, wiring, terminations, and mechanical connection requirements to be clearly indicated. d. All equipment tag numbers to be shown on OSS supplied P&ID's and to follow Owner's equipment numbering system. Locate all terminal junction boxes, cabinets, etc. on equipment enclosures or skids with clearance above for top entrance of conduits for power and control wiring. K. Construct control panels and power supply units to meet NFPA 70 National Electrical Code and NFPA 70E Electrical Safety Requirements for Employee Work Places. 1. UL authorized fabricator to construct panels and the low voltage side of the power supply units and provide the UL listing mark under the UL listing and follow-up service and to bear the mark of UL 508 Industrial Controls, or the panels to be certified by an independent inspection agency, recognized by the inspecting authority for the jobsite, to provide a field evaluation and certification that the panels comply with the specified standards. 2. If field evaluation by an independent inspection agency is the method proposed, complete documentation for evaluation as required by the inspecting agency to be furnished by the manufacturer in a timely manner and in the form requested. L. A laminated copy of the final panel drawings and wiring to be placed inside the corresponding panel. 2.2 SYSTEM DESCRIPTION A. General: 1. Ozone System: Based on once -through use of oxygen for ozone generation, and be a variable volume, constant concentration of ozone and is adjustable and selected by the plant operator. 2. Ozone System Equipment: Installed in locations shown on Drawings. No exceptions or alterations to layouts are accepted. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 15 City of Fort Worth 0515-294565 June 2024 Gaseous Oxygen, Ozone Supply, and Ozone Off -gas Piping: Installed as shown on the Drawings. a. OSS equipment requirements, piping layouts, and dynamic calculations will verify exact sizes and layouts of piping. Modifications to piping sizes will be subject to review and approval by the Engineer. b. Furnish necessary fittings, adapters, and couplings to make a complete working ozone piping system ready for use. 4. Ozone and Oxygen Leak Detectors: Installed on locations as shown on Drawings: a. Activate alarm at Ozone System Operator Workstation (OWS) in case excessive (medium or high) ozone or oxygen leaks b. Activate audible alarm and warning lights outside the main entrances to the Ozone Generator Room and Contactor Gallery. C. The system will be shut down and activates HVAC emergency exhaust system for the Ozone Generation Building and/or the Contactor Gallery, if necessary, as specified. B. Ozone Subsystem Description: The ozone subsystems, as generally described herein, fully integrated into the MCP to allow the ozone system to operate in accordance with the OCS. a. Any modifications to the OCS control logic will be programmed by the AESS at the MCP -PLC based on detailed control descriptions to be prepared by the AESS with assistance from the OSS. 2. Oxygen Feed Gas System: a. By LSS: 1) Two liquid oxygen (LOX) storage tanks and three ambient air vaporizers. a) Pipe oxygen to a common LOX pipe header upstream of vaporizers. b) The vaporizers automatically cycle for duty, thaw, and standby periods of operation using open/close valves on vaporizer outlets. b. By OSS: 1) Provide one pressure regulating valve (PRV) station with two redundant (duty/standby) pilot -operated self-contained PRV's as shown on the Drawings to control gaseous oxygen (GOX) pressure in common GOX supply header to the generators. Nitrogen Boost System: 1) One preassembled, skid -mounted nitrogen boost system sized to provide filtered, dried compressed air to the gaseous oxygen supply piping serving the ozone generators. a) Two nitrogen system air compressors (duty/standby) operate to maintain a constant setpoint pressure in the receiver tank. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 16 City of Fort Worth 0515-294565 June 2024 b) Automatically control flowrate of nitrogen to the oxygen supply header using a flow control valve with feedback from a thermal mass flowmeter. c) Nitrogen boost gas flows: Flow paced in response to gaseous oxygen flow signals. Ozone Generation System: a. Two preassembled and skid -mounted medium frequency horizontal tube ozone generators. Each having its own power supply unit (PSU). 1) PSU: Transformer, frequency inverter, harmonic mitigation devices, all associated electrical and electronic equipment, and local control panels. 2) Logic control performed by a PLC, installed in an LCP mounted inside the PSU cabinet. The LCP to include an externally mounted OIT to allow for local monitoring and control of each generator. 3) Automatically controlled to satisfy ozone mass flow rate and ozone gas concentration set points using the constant concentration control strategy, as specified. 4) Gaseous oxygen flow to ozone generators measured using thermal mass flow meters in inlet supply piping to each generator. 4. Ozone Generator Cooling System a. Ozone generators will be cooled using an open-loop/closed-loop system with a maximum open -loop temperature of 90 degrees F. The system shall include: 1) By OSS: a) Two heat exchangers 2) By Contractor a) Two variable speed cooling water pumps b) Closed loop system appurtenances 5. Ozone Contacting System: a. Designed to deliver ozone mass flow rate requirements to ozone contactors based on a plant flow an operator entered dose setpoint. b. Two ozone contactors consisting of three stacked channels with slotted baffle walls creating a serpentine flow path. 1) The ozone dissolution system consists of a pumped sidestream injection system Ozone analyzer sample stations: LC. : 1) Provide two ozone -in water analyzers for each ozone contactor basin to monitor the ozone -in -water residual concentration at various points in the contactor. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 17 City of Fort Worth 0515-294565 June 2024 L ovide one oxidation-reduction potential (ORP) analyzer to measure the esence or absence of a detectable ozone residual in water entering and leaving Ae contactor. 6. Ofct ys em. a.Two preassembled, skid -mounted ozone destruction units (ODUs) (duty/standby) with off -gas blowers for off -gas ozone destruction for each ozone contactor. The logic control performed by a PLC installed in the LCP of each ODU. b. Equip off -gas blowers with variable speed drives, operated to maintain a constant preset vacuum in the off -gas inlet header piping of 4 inch Water Column 1) Fluctuations in off -gas pressure caused by changes in ozone gas or water flows to each contactor basin will be sensed by a pressure indicating transmitter located in the off -gas header piping upstream of the ODUs. 2) A pressure PID controller will send a signal to adjust the blower speed until the measured pressure matches the setpoint pressure. 3) An air intake valve on the supply line to the off -gas blower will be activated at very low gas flows. Medium -concentration ozone analyzers (0 to 2 percent weight) with pipe -mounted conditioning unit or integral dryer for monitoring the ozone -in -oxygen concentration in moist untreated off -gas for each ODU. Low -concentration ozone -in -oxygen analyzers for monitoring treated gas in the off -gas vent pipes for each ODU. 7. Purge to Destruct Unit: a. Provide one factory assembled system with catalyst vessel and ductwork. 8. Ambient Oxygen and Ozone Monitoring: a. Provide one ambient oxygen monitor to be installed in the ozone generation building for monitoring and alarm of ambient oxygen levels. b. Provide three ambient ozone monitors to be installed in the ozone generation building for monitoring and alarm of ambient ozone levels. C. Provide three ambient ozone monitors to be installed in the contactor gallery and corridor for monitoring and alarm of ambient ozone levels. 2.3 OZONE INSTRUMENATATION AND CONTROL SYSTEM: A. I&C components designed as a subsystem and integrated with the plant PCS. 1. OSS to provide equipment, materials, programming, submittals, and services to create this ozone control subsystem under this Section. 2. Subsystem components, including PLCs, OITs, RIOs, and other control system equipment must be the same manufacturer as used in the plant PCS system, as specified in Division 40. The OSS must coordinate with the AESS to comply with these requirements. B. I&C components furnished by the OSS are described below. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 18 City of Fort Worth 0515-294565 June 2024 One free standing, NEMA 12 type painted MOCP with redundant PLC power supplies, 15 inch color touch screen OIT, analog and discrete I/O cards, relays, terminals, surge protection devices (required only for the discrete and analog signals originating outside the building), power supply, Ethernet switch, communication devices and software configurations associated with the Ozone System. a. Mount OIT on exterior of enclosure readily accessible to Operator and located with the mid -point of the screen 66 inches from the floor (standing position of the operator). 2. The MOCP PLC provides overall control of the ozone system by communicating to the plant PCS system, ozone generation system PLCs, destruction system PLCs, nitrogen boost and liquid oxygen RIO systems, as shown on the instrumentation drawings. a. MOCP must have hardwired signals and provide controls to ozone related systems as shown on the instrumentation drawings. b. The PLC system networks with the plant PCS as shown on the Drawings. C. Refer to Drawings for location of MOCP. LCP for each ozone generator. a. Each LCP to be NEMA 12 with PLC processor, PLC power supply, 15 inch color touch screen OIT, analog and discrete 1/0 cards, relays, terminals, surge protection devices (required only for the discrete and analog signals originating outside the building), power supply, Ethernet switch, communication devices and software configurations associated with the ozone generation system. b. Mount OIT on exterior of enclosure readily accessible to Operator and located with mid -point of the screen 66 inches from the floor (standing position of the operator). C. Mount ozone generator PLC panels in the PSU enclosure with a separate access door and cabinet for the PLC related equipment. d. The PLC system networks with the MOCP as shown on the Drawings. 4. LCP for each ozone destruct unit. Aa. Each LCP to be free standi NEMA 4X type 316 SS ith PLC processor, PLC power supply, 15 inch colo and discrete I/O cards, relays, terminals, surge protection devices (required only for the discrete and analog signals originating outside the building), power supply, Ethernet switch, communication devices and software configurations associated with the ozone destruct system. b. Mount OIT on exterior of enclosure readily accessible to Operator and located with mid -point of the screen 66 inches from floor (standing position of the operator). C. The PLC system networks with MOCP as shown on the Drawings. RIO panel for Nitrogen boost system: a. Locate RIO panel for the nitrogen boost system in the Ozone Generation Room. b. This panel connects the I/O signals associated with the nitrogen boost system to the MOCP PLC. C. MOCP PLC provides controls of the nitrogen boost system as shown on the P&IDs. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 19 City of Fort Worth 0515-294565 June 2024 d. Skid mounted panel NEMA 12 type painted mild steel with Ethernet/IP based distributed I/O comprised of modular analog and discrete I/O modules, power supply, Ethernet communication modules, relays, terminals, surge protection devices (required only for the discrete and analog signals originating outside the building), power supply, Ethernet switch, communication devices and software configurations associated with the nitrogen boost system. e. The RIO system for the Nitrogen Boost LCP, including panel components and construction to be in accordance with Division 40 specifications. f. The RIO system networks with the MOCP as shown on the Drawings. 6. RIO panel for LOX System: a. Outdoor RIO panel provided at the LOX System used to connect the I/O signals associated with the LOX system to the MOCP PLC. b. MOCP PLC provides the controls of LOX system as shown on instrumentation drawings. C. Free standing panel NEMA 4X type with sunshades installed all around control panel; stainless steel with Ethernet/IP based distributed 1/0 comprised of modular analog and discrete I/O modules, relays, terminals, surge protection devices (all discrete and analog signals), power supply, Ethernet switch with fiber ports, Fiber optic patch panel, communication devices. d. Components used in the panel to be rated for outdoor usage and at a minimum NEMA 4X. e. The RIO system panel components and construction to be as specified in Division 40. f. The RIO system networks with the MOCP as shown on the Drawings. 7. Configure OIT on the MOCP with graphical screens for local controls and monitoring of ozone system equipment components. a. Provide indications and controls as required by the specifications and Drawings and additional indications and controls as recommend by the OSS. b. Screens configured in a process graphic format with appropriate alarm displays. C. The OIT on the MOCP to allow for complete control of the Ozone System without the plant PCS system. d. Program system with a software Local/Remote selectable switch on the OIT. 1) In the "Local" position, control of the ozone system is via this OIT. 2) In "Remote", control is via the plant PCS, to be programmed by the AESS. 3) OSS to take the lead in developing and coordinating details of the programming hierarchy with the AESS. 4) OSS must follow the plant PCS standards for developing graphical screens and coordinate with the AESS. OSS to assist the AESS as they have need, providing data tables, control algorithms, and other programming activities. Configure each of the OITs included in the system, except the MOCP, with graphical screens for monitoring and controlling of the associated ozone subsystem. 1) Provide all indications and controls as required by the specifications and Drawings. 2) Provide additional indications and controls as recommend by the OSS. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 20 City of Fort Worth 0515-294565 June 2024 3) Configure screens in a process graphic format with appropriate alarm displays. 4) OSS must follow the plant PCS standards for developing the graphical screens and coordinate with the AESS. f. All panels include following switches and lights on the front of the panel. 1) Emergency Stop mushroom type pushbutton. 2) On/Off Status light. 3) Alarm Lights. 4) Audible Alarm with a Silence button. 8. A UPS for all panels. a. Provide back-up power to all the equipment provided in the control panel including the PLC, OIT. Sized to provide a minimum of 30 minutes back-up time under full load.. b. Field instruments to be powered from UPS -backed circuits located in the PLC cabinets. 9. Coordinate the OSS control system design with the AESS, who is responsible for programming the plant PCS for the ozone system, as specified in this Section. 10. The OSS to provide the following: a. Sufficient data registers in the MOCP-PLC to allow transfer of all required analog and discrete signals into the plant -wide SCADA system. b. Alarms to reflect any alarm condition that is annunciated by the ozone system operator interface software. C. Alarms for any condition within the Ozone System that would require personnel evacuation. d. The initiation of any of these alarms to modify separate status bits in the MOCP-PLC for monitoring by the plant control system. e. Furnish, configure, program, and test OIT's and local control panels, and MOCP- PLC, in accordance with the loop diagrams and control descriptions specified. f. Upon acceptance of the ozone system, turn over all final operator interface graphics, trends and historical graphic displays and configuration information so that they can be integrated into the plant -wide control system by the AESS. 11. Each local control panel equipped with face mounted controllers/indicators, Local/Remote selector switches, annunciation, equipment status indication, push buttons for local control or maintenance of associated equipment. a. OITs may be used in lieu of or in conjunction with face -mounted panel devices. b. Provide all necessary functions to operate in a manual or automatic mode, independent of the MOCP-PLC. 12. Compatibility of Owner's programming equipment with the vendor system: a. Machine Readable Documentation: OSS to provide 2 sets of documented as -built electronic PLC, PC, and OIT files on CD-ROMs in native machine-readable format for all programs and configurations developed under this Contract. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 21 City of Fort Worth 0515-294565 June 2024 b. This machine-readable documentation to include all documentation files including logic and annotation files. Incorporate any changes made during or after factory acceptance test at no additional cost to the Owner. C. Prior to leaving the site, OSS to ensure that: 1) Any devices or programming computers that the Owner uses to maintain the system can monitor the control processors on-line, make on-line changes, upload, and download the processors to ensure proper communication has been set up and that programming software versions are compatible with the processors provided. 2) The PLC and OIT addresses ("IP addresses" if an Ethernet network) are configured to be compatible with the plant's SCADA system. 13. Memory Maps requirements: OSS to a. Map all applicable data (I/O registers and bits) for the ozone system and subsystems into contiguous registers of MOCP PLC such that the AESS can monitor and control the ozone system by simply interfacing with these mapped points. b. Submit a list of all mapped data points for ozone system equipment in Excel format including tag name, point type, description, and PLC address. 1) Submit the list to the Engineer as part of the Process Control Strategy, Software Submittal and Final O&M Manual. 2) Submit memory map of PLC registers to be transmitted to SCADA. 14. Surge Protection Requirements for Vendor Equipment: a. Instruments, equipment, or signals that are located outside of a building and are wired to either their vendor panel or a PCSS supplied PLC panel: b. Provide individual device protection for any 4-20 mA signal and 120 VAC power to an instrument or equipment mounted outside of the building or facility housing. C. House instruments in a grounded metallic case. Mount device surge protectors within the instrument enclosure or a separate junction box coupled to the enclosure. Provide gas tube or metal oxide varisters (MOVs) surge protection. C. The Engineer recognizes that ozonation system design practices may vary between ozone system suppliers, and the ozone system shown on the Drawings and specified herein is intended to represent minimum requirements. Accordingly, responsibility is not limited to the system shown, and to include all additional equipment, piping, valves, instruments, PLC panel components and controls required by any proposed system to meet the performance requirements specified in this Section. 2.4 EQUIPMENT SCHEDULE A. Ozone Generators and Power Supply Units: 1. Components Include: a. Ozone generators. b. Power supply units (PSUs) and PLCs. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 22 City of Fort Worth 0515-294565 June 2024 2. Equipment: a. Ozone Generator/PSU No. 1: OZ-GEN-001/OZ-PS-001 b. Ozone Generator/PSU No. 2: OZ-GEN-002/OZ-PS-002 3. Rated Capacity of each Generator, Pounds Ozone Per Day: 550 at 10 percent concentration. B. LOX Storage and Feed Equipment: 1. Components include liquid oxygen tanks, ambient air vaporizers, gaseous oxygen automatic control valves with electric actuator, and a temperature indicating transmitter (TIT) mounted on the gaseous oxygen feed gas header 2. LOX Storage Tanks: a. Equipment: 1) LOX Tank No. 1 LOX-TK-001 2) LOX Tank No. 1 LOX-TK-002 3) Nominal capacity per tank: 13,000 gallons. 3. Ambient Vaporizers: a. Equipment: 1) Ambient Vaporizer No. 1: LOX-VAP-001 2) Ambient Vaporizer No. 2: LOX-VAP-002 3) Ambient Vaporizer No. 3: LOX-VAP-003 4) Nominal capacity per vaporizer: 230 scfin. 4. Oxygen Particulate Filter: a. Equipment: 1) Oxygen Particulate Filter No. 1: 2) Nominal capacity per filter: 230 scfin. 5. Pressure Regulators: a. Equipment: 1) Pressure Regulator No. 1: 2) Pressure Regulator No. 2. C. Nitrogen Boost Compressor: 1. Components include: a. A skid -mounted compressed air system. b. Dewpoint analyzer. C. Dedicated air flow control valves and flow meters for feed to the gaseous oxygen supply header to the ozone generators. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 23 City of Fort Worth 0515-294565 June 2024 2. Equipment: a. Nitrogen Boost Compressor No. 1: b. Capacity per compressor: As determined by the OSS. D. Diffusion System — Side Stream Injection 1. Number of ozone contactors: two 2. Number of pipeline flash reactors: tw 3. Number of sidestream venturi injecto . four 4. Number of sidestream injection pump . four 5. Ozone gas manifold assembly: two ( y OSS) E. Ozone Destruct System: 1. Equipment: a. Number of demisters: two b. Demister gas flow capacity, each: 115 scfm C. Number of off -gas destruct units: two d. Off -gas destruct unit capacity, each: 230 scfm. F. Purge -to -Destruct System 1. Equipment: a. PTD Unit No. 1. b. Purge -to -destruct unit capacity, as determined by the OSS. G. Cooling Water System: 1. Cooling Water Pumps: a. Components include: 1) Cooling Water Pumps b. Equipment 1) Cooling Water Pump No. 1: 2) Cooling Water Pump No. 2: 3) Pump capacity: As required to meet OSS specified generator cooling water flow required for three ozone generators/PSUs. 2. Heat Exchangers: a. Components include: 1) Heat Exchangers 2) Open loop automatic control valve with electric actuators 3) Closed loop isolation valves with electric actuators. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 24 City of Fort Worth 0515-294565 June 2024 4) Temperature indicating transmitters (TIT) to be mounted on open loop and closed loop cooling water piping. b. Equipment 1) Heat Exchanger No. 1: 2) Heat Exchanger No. 2: 3) Heat exchanger capacity: As required to meet OSS specified generator cooling water flow required for three ozone generators/PSUs. H. Ozone and Oxygen Leak Detection System Components: a. Ozone leak detection analyzers. b. Oxygen leak detection analyzers. C. Ozone Alarm horns and Emergency Stop pushbuttons. d. Existing HVAC fans (low and high rate). e. Existing HVAC inlet dampers. f. PSUs (ozone generator power supply units). g. Off -gas ozone destruct system. 2.5 PROCESS CONTROL DESCRIPTIONS A. The following paragraphs present the process control descriptions for the ozone system equipment subsystems. The OSS will be responsible for programming the MOCP-PLC, LCP-PLCs and coordinate with the AESS for interconnections to the Plant PLC for the ozone system based on these control descriptions. B. The process control descriptions may be modified from specified requirements in this paragraph based on results of coordination meetings to be held between the Contractor, OSS, and AESS, as specified in Part 1. The OSS to document any changes to specified process control descriptions for review and approval by Engineer. C. LOX Vaporization Control Logic: 1. System operates in automatic mode when the Local/Off/Remote (LOR) and Hand/Off/Auto (HOA) selector switches for each switching valve are in the "remote" and "auto" positions, respectively. 2. The vaporizers automatically start/stop and rotate service in a Lead, Defrost, Standby sequence. a. Automatic sequencing is based on adjustable time in service setpoint, and as a back- up mode based on the adjustable temperature setpoint from temperature reading in the vaporizer common discharge header. 3. Any vaporizer can be assigned to the lead operational position. The other vaporizers automatically assume defrost/standby positions based on a sequential rotation (1 2 3, 2 3 1, 3 12). Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 25 City of Fort Worth 0515-294565 June 2024 a. When a lead vaporizer is switched to defrost mode, the vaporizer in standby mode is switched to lead mode, and the vaporizer in defrost mode is switched back to standby mode. 4. The automatic LOX vaporizer control system logic sequences the vaporizers into and out of service based on either time or outlet manifold temperature as follows: a. Time Control: Normal mode of control for sequencing the vaporizers. 1) The plant staff enters a setpoint (initially set at 8 hours, adjustable 0 to 24 hours) for the length of time the vaporizers will be in service. 2) At the expiration of the time interval, the MOCP-PLC automatically initiates the automatic rotation sequence 1 step. 3) A time/temperature software switch must be provided to switch to either timer or temperature control. b. Temperature Control: This backup mode of control minimizes service disruption due to vaporizer freeze up and protects downstream components from exposure to liquid oxygen. 1) When the discharge header temperature drops to a predetermined setpoint as measured by the TIT (initially set at 10 degrees F, adjustable 10 to 50 degrees F) on the common header, the MOCP-PLC will automatically initiate the automatic rotation sequence 1 step. Temperature Safety: Discharge of each vaporizer shall be provided with a low temperature switch, which will be set at a minimum GOX temperature considered acceptable by the OSS. In the event that liquid oxygen breaks through the vaporizer, the TSL shall initiate an early vaporizer rotation and alarm the operator of the issue. The vaporizer shall be removed from the rotation sequence until the alarm is addressed by the operator. Vaporizer Rotation Sequence: Include the following steps. a. Standby vaporizer to be placed online. b. After confirmation standby vaporizer is online (as indicated by its outlet valve position), the original lead vaporizer's outlet valve to be closed to remove it from service and place it into defrost mode. C. When original lead vaporizer changes to defrost mode, the vaporizer previously in defrost mode to be placed in standby mode. d. When in automatic mode, the change in vaporizer operational status (lead, standby or defrost) to proceed automatically without plant staff action. 6. A vaporizer is placed in duty mode by opening the vaporizer outlet valve. a. When operational status of vaporizers are changed either by the timer or the header temperature control loops, the cycle timer for the automatic alternator to be reset such that the new lead unit operates for the full alternation cycle (unless it is prematurely switched by the temperature loop). b. When a vaporizer is placed in duty mode, the vaporizer previously in the duty mode is placed in the defrost mode. A vaporizer is placed into defrost mode by closing the Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 26 City of Fort Worth 0515-294565 June 2024 vaporizer outlet valve. The system to allow any vaporizer to be assigned any of the operational designations. C. If any of the equipment called to duty by this control logic are out of service or if any of the individual equipment is in the HOA "hand" or LOR "local" mode, sequencing to continue to the next available piece of equipment, and the system to produce an advisory alarm and display the following message at the OWS: "Equipment is unavailable for automatic operation due to incorrect switch position. Automatic sequencing logic will proceed to the next available piece of equipment." d. All time, temperature, and rotation sequence set points to be provided for easy adjustment by the plant staff from the OWS. D. Nitrogen Boost System Control Logic: 1. System provides injection of clean, dry air in the gaseous oxygen feed header serving the ozone generator equipment groups to increase the nitrogen concentration of the feed gas. 2. The system to operate in automatic mode when the Off/Local/Remote and Off/Hand/Auto selector switches for this equipment are in the "remote" and "auto" positions, respectively. 3. Nitrogen Boost System: Started and stopped by the plant operator at the OWS via a signal transmitted from the MOCP-PLC to the nitrogen boost system. a. Start-up and shutdown of the individual system components to be entirely automated and controlled by a local control panel dedicated to the nitrogen boost system. b. A signal is to be sent to the plant wide control system indicating nitrogen boost system is on-line. 4. Air Control Valves: Modulate to maintain a fixed compressed air flow ratio with the gaseous oxygen flow rate delivered to the generators. a. The initial compressed air flow ratio setpoint to be selected by the OSS with a range of 0 to 5 percent. b. Determine gaseous oxygen flow rate by the summation of the ozone generator inlet flows. All set points to be adjustable by the operator at the OWS. Nitrogen boost system should automatically shut down based on a high dewpoint alarm from either the dewpoint analyzer mounted in the nitrogen boost piping or the analyzer mounted in the combined oxygen/nitrogen piping. E. Ozone Generator Control Logic 1. System operates in the automatic mode when the LOR and HOA selector switches for this equipment are in the "remote" and "auto' positions, respectively. 2. Program MOCP-PLC for automatic operation of ozone generation system under a hybrid constant concentration (HCC) ozone system control strategy, as specified. 3. MOCP-PLC : Determines the required plant ozone mass flow rate and the corresponding KW setpoint then starts and stops the lead and lag generators to meet the KW setpoint. 4. During a start-up sequence, if a generator called to duty is out of service, if any of the individual equipment associated with a generator/power supply unit (PSU) pair are in local or hand modes, or if any of the equipment fails during operation, sequencing will continue to the standby generator. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 27 City of Fort Worth 0515-294565 June 2024 Bringing Lead Ozone Generator On-line: The control sequence for the MOCP-PLC to start the lead generator begins with the following sequence for the generator cooling water system: a. Modulate the lead HEU open loop automatic control valve to maintain the operational setpoint. b. Open the lead HEU closed loop isolation valve. C. Send a signal to the lead generator PLC to open the generator cooling water control valves. d. If the HEU control valve, HEU isolation valve, and generator/PSU cooling water control valves are proven open, start the lead closed loop cooling water pump. e. Control the speed of the lead closed loop (CL) cooling water pump to achieve the CL cooling water flowrate setpoint. f. If the lead HEU CL setpoint is met for 1 minute, send a signal to the lead generator PLC to start the generator. 6. Bringing Lag Ozone Generator On-line: As production demands increase, it will be necessary to start the lag ozone generator. The control sequence for the MOCP-PLC to start the lag generator to begin with the following sequence for the generator cooling water system: a. Modulate the lead HEU open loop automatic control valve to maintain the operational setpoint. b. Send a signal to the lag generator PLC to open the generator cooling water control valves. C. Start the lag closed loop cooling water pump. d. Control the speed of the lead closed loop cooling water pump to achieve the CL flowrate setpoint. e. If the lag HEU CL setpoint is met for 1 minute, send a signal to the lag generator PLC that the cooling water system is ready. f. If the cooling water system is ready: 1) Stop automatic control and lock in power to the lead ozone generator at an operator selectable increased value, such as 110 percent of its current production rate (range 100 percent to 150 percent). 2) Verify oxygen gas inlet valve is open for the lag generator. 3) Open the purge -flow on/off valve of the lag generator to achieve the pre-set purge gas flow rate (to be selected by OSS). 4) Continue pre -purge flow for the lag generator until the operator adjustable pre - purge time setpoint is reached (initially 10 mins, adjustable from 0 to 30 mins). 5) Start power for the lag generator at a minimum power level and verify that power is being applied. 6) In a pre-programmed controlled manner, open the outlet valve of lag generator to fully open position and at the same time a) close the valve on the purge line, and b) adjust power level of lead generator and lag generator so that the sum of the power to both generators is equal to the power level setpoint. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 28 City of Fort Worth 0515-294565 June 2024 7. Taking Lag Generator Off -Line: As production demands decrease, it will be necessary to stop the lag ozone generator. The control sequence for the MOCP-PLC to stop the lag generator to begin with the following sequence for the generator cooling water system: a. Stop the lag generator: 1) In a pre-programmed controlled manner, stop automatic control of lead and lag generators and set the following: a) Lag generator to shut down to a power level of 0 percent. 2) Lock power to lead generator to an operator selectable increased value, such as 110 percent of its current production rate (range 100 percent to 150 percent). 3) In a pre-programmed controlled manner: a) Close the outlet valve of the lag generator. b) Return lead generator to automatic control. 4) Open the purge flow control valve of the lag generator. 5) Continue post -purging the lag generator for the post -purge operator adjustable time setpoint time (initially 10 mins, adjustable from 0 to 30 mins). 6) Close purge control valve for the lag generator, followed by inlet valve. 7) If the difference between the supply and return cooling water temperature is less than 4 degrees F for a period of 1 minute, generate a signal that the lag generator cooling water system is ready to stop. 8) Modulate the lead HEU open loop automatic control valve to maintain the operational setpoint. 9) Send a signal to the lag generator PLC to close the generator cooling water control valves. 10) If the HEU isolation valve and generator/PSU cooling water control valves are proven closed, adjust the speed of the cooling water pump to the appropriate setpoint. 11) Control the speed of the lead closed loop cooling water pump to achieve a CL cooling water flowrate setpoint. 8. Taking Lead Generator Off-line: The control sequence for the MOCP-PLC to stop the lead generator (if initiated by the plant operator at the OWS) to begin with the following sequence for the generator cooling water system: 1) Stop the lead closed loop cooling water pump. 2) Close the lead HEU open loop automatic control valve. 3) Close the lead HEU closed loop isolation valve. 4) Send a signal to the lead generator PLC to close the generator cooling water control valves. 9. Generator/PSU Startup Mode. The normal startup of an ozone generator requires the following sequential steps to be performed by the ozone generator PLC: a. Receive a signal from the MOCP-PLC to open the generator and PSU cooling water control valves. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 29 City of Fort Worth 0515-294565 June 2024 b. Send a signal to the MOCP-PLC that generator and PSU cooling water control valves are open. C. Receive a signal from the MOCP-PLC to start the generator. d. Send a signal to the ozone destruct control logic loop and start the lead off -gas destruct unit and blower for the ozone contactor trains in service. e. Confirm that the selected off -gas destruct blowers are running. f. Purge the ozone generator by opening the generator inlet and purge flow control valve to pre-set flow (to be selected by the OSS) and purge to the in-service purge -to - destruct (PDT) unit. Maintain the purge cycle for an adjustable time period (initially set for 10 minutes; adjustable 0 to 30 minutes). g. Confirm generator and PSU permissives to run have been met. These to include, but not limited to, the following: minimum gas flow, minimum cooling water flow, generator pre -purge time, generator operating pressure, and generator dewpoint pressure. h. Apply minimum power to the generator and verify that power is being applied. i. In a preprogrammed control manner, open the generator outlet valve to fully open position and at the same time: 1) Close the purge bypass valve. 2) Allow ozone production to ramp to the power (KW) setpoint over an operator adjustable time period (initially set for 1 minute; adjustable 0 - 15 minutes). 3) Transfer control to the normal generator run mode. 10. Generation System Shutdown (Emergency). The emergency shutdown sequence for the ozone generation system to be initiated for high: ambient ozone concentration as detected by at least 2 ambient ozone leak detectors. a. The emergency shutdown sequence requires the following simultaneous actions: 1) Turn off power to the PSU for all operating ozone generators (regardless of L/O/R switch position). 2) Continue oxygen gas flow through the generator for an operator adjustable preset time (initially set 5 mins, adjustable 0 to 10 mins) to purge excess ozone to the in-service PTD unit. Close the master shutoff and generator outlet valves at the end of the post -purge period. 3) Send a signal to shut down the off -gas systems if all generators off-line. 4) Send a signal to the MOCP-PLC that the generator (lead or lag as applicable) cooling water systems is ready to stop. 11. Generator/PSU Shutdown (Emergency). The emergency shutdown sequence for the ozone generation system to be initiated for the following alarm conditions: a. Low generator gas flow rate. b. Low cooling water flow rate. C. High dewpoint in GOX feedline. d. Temperature and power setpoint trips and any other equipment interlock permissives, as determined by the OSS. e. The emergency shutdown sequence requires the following simultaneous actions: 1) Turn off power to the PSU (regardless of L/O/R switch position). Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 30 City of Fort Worth 0515-294565 June 2024 2) For all alarm conditions continue oxygen gas flow through the generator for an operator adjustable preset time (initially set 5 mins, adjustable 0 to 10 mins) to purge excess ozone to the in-service PTD unit. Close the generator outlet valve at the end of the post -purge period. 3) Send a signal to shut down the off -gas systems if all generators off-line. 4) Send a signal to the MOCP-PLC that the generator (lead or lag as applicable) cooling water systems is ready to stop. 12. Ozone Generator Alarms with No Generator Shutdown. For the following non -critical alarm conditions, alarms will be displayed at the Ozone System OWS and the ozone generator will continue to operate: a. High dewpoint of the air "nitrogen" feed gas, SHUT OFF the air "nitrogen" feed gas supply and sound an alarm. b. Ambient ozone concentration too high as detected by 1 ambient monitor. C. Ambient oxygen concentration too high as detected by 1 ambient monitor d. Gas temperature too high or too low. e. Water temperature too high or too low. f. Contactor headspace pressure too high. g. Generator gas flow approaching low. h. Generator cooling water flow approaching low. i. Generator pressure approaching high. j. PSU cabinet temperature approaching high. k. Power to each ozone generator is at or above a set point value, such as 80%, or at or below a set point value, such as 20%. 1. High vent gas ozone concentration 13. Generator Ozone Concentration Control. a. The ozone generator PLCs to be programmed to operate under constant concentration (CC) mode. Under CC control mode, power to the generators to be varied to maintain a constant ozone concentration while varying the gas flow to meet required ozone production and using an operator -entered set -point ozone concentration. b. The normal ozone concentration setpoint to be 10 percent by weight and to be adjustable over a range of 6 to 10 percent. C. The high concentration ozone analyzer on the discharge pipeline of each ozone generator to be used to meet the ozone concentration setpoint for fixed, steady-state flow and ozone production set points. d. The ozone generator power curves developed by the OSS for each ozone generator to be programmed into the ozone generator PLCs and used to transmit a kW setpoint to the generator PSU to meet the ozone concentration setpoint when the plant flow or ozone production setpoint is changed by the plant operator. e. After a preset time -delay, (adjustable between 0 and 60 minutes) for steady-state operating conditions, the control system will return to using the ozone analyzer to meet the ozone concentration setpoint. f. The calculated ozone concentration from the generator power curves and the measured values from the high concentration ozone analyzer to both be displayed at the ozone generator OITs and MOCP. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 31 City of Fort Worth 0515-294565 June 2024 14. General System Features: If any of the individual equipment associated with a generator/PSU pair controlled by this logic are in the local or hand modes, the system to produce an advisory alarm: "Generator X is unavailable for automatic operation due to incorrect switch position. Automatic sequencing logic will proceed to next available generator." 15. All set points for operation of the ozone generation system to be provided for easy adjustment by the plant staff from the OITs. F. HEU Control Logic. The relevant system components include: two HEUs, two open -loop automatic control valves with electric actuators, two closed loop isolation valves with electric actuators, and temperature indicating transmitters (TIT) to be mounted on the open -loop and closed -loop cooling water piping. This system to operate in the automatic mode when the Local/Off/Remote (LOR) and Hand/Off/Auto (HOA) selector switches for each switching valve are in the "remote" and "auto" positions, respectively. a. The open -loop flow is varied by modulating an automatic control valve on the inlet piping to the HEUs to satisfy 2 operational setpoints: 1) Temperature differential setpoint between the inlet and outlet of the open -loop side of the heat exchanger unit (initial setpoint and allowable range selected by the OSS) 2) Maximum outlet temperature on the open -loop side of the heat exchanger unit (initial setpoint and allowable range set by the OSS). b. The closed -loop flow to be controlled by opening or closing the isolation valves. G. Ozone Destruct System Control Logic: 1. There are 3 automatic operating modes for the ozone destruct system: a. Ozone system cold start-up. b. Normal system operation. C. Emergency shutdown procedure. 2. The ozone destruct systems to operate to maintain a preset vacuum level in the off -gas pipe headers upstream of the destruct systems by adjusting the speed of the off -gas blower for each destruct system. 3. One destruct unit and a spare to be provided for the ozone contactor basins to allow for manually equalizing operating time, the control logic will allow plant staff to enter the equipment number in the desired order of starting priority. Any unit to be assignable to any starting position. If a unit called to run is unavailable, the second unit will automatically be brought on line. 4. Ozone System Cold Start -Up. Ozone destruct system operation is an operational permissive for the ozone generators and PSUs. During a cold system start-up, the ozone destruct system control logic will receive a signal from the ozone generator control logic and perform the following functions: a. Start the lead off -gas destruct blower for the contactor trains placed into operation. b. Start the lead ozone destruct unit and preheater. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 32 City of Fort Worth 0515-294565 June 2024 Switch to normal system operation mode. 5. Normal System Operation Mode. To automatically bring a destruct unit and blower on line, the MOCP-PLC to open the destruct unit inlet valve and start the destruct unit preheater, followed by the blower. If either the inlet valve, blower, or preheater LOR or HOA switches are in the incorrect position for automatic operation, the system will produce an alarm. 6. Normal System Low Off -gas Flow Operation Mode. When the blower speed falls below a setpoint value (initially set at 25% of rated speed and variable from 0 to 100% of rated speed), the air intake valve to open to maintain sufficient air flow to operate the blower. When the blower speed increases above a setpoint value (initially set at 40% of rated speed and variable from 0 to 100% of rated speed), the air intake valve to close. 7. Emergency Shutdown Procedure. During an emergency shutdown, the ozone destruct system logic to receive a signal from the ozone generator control logic and simultaneously perform the following functions: a. Turn off operational ozone destruct unit preheaters. b. Close operational ozone destruct unit inlet valves. C. Turn off operational off -gas destruct blowers. 8. General System Features. If any of the valve, preheater, or blower LOR or HOA switches are in the incorrect position for automatic operation, the system will produce an alarm. 9. Emergency Vent Gas Alarm Procedure. During an off -gas destruct system vent gas alarm condition between 0.05 PPM and 0.1 PPM, the ozone system destruct unit logic will receive a signal from the MOCP-PLC to automatically bring the appropriate system's standby destruct unit and blower online by opening the destruct unit inlet valve and starting the destruct unit preheater, followed by the blower. H. Ozone and Oxygen Leak Detection and Shutdown Logic: This loop description covers the automatic alarming and system shutdown functions associated with ozone and oxygen leaks detected by the ambient ozone and oxygen analyzers and the off -gas vent analyzer. The AESS will receive signals from the MOCP-PLC and coordinate HVAC system responses, The OSS to be responsible for fully coordinating with the AESS to develop a fully functional safety system. The major components of the ozone and oxygen leak detection system are as follows: a. Ozone leak detection analyzers. b. Oxygen leak detection analyzers. C. Ozone Alarm horns and Emergency Stop pushbuttons. d. Existing HVAC fans (low and high rate). e. Existing HVAC inlet dampers. f. PSUs (ozone generator power supply units). g. Off -gas ozone destruct system. 2. The MOCP-PLC provides both manual and automatic sequence of detection and shutdown control. 3. Shutdown Initiation: Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 33 City of Fort Worth 0515-294565 June 2024 a. An ambient ozone leak or an abnormally high concentration of ozone in the ozone vent gas line to atmosphere (after both ODUs are brought into service), to initiate an automatic sequence for partial or complete shutdown through the MOCP-PLC. b. The capability to manually cancel the shutdown sequence to be provided at the OWS. C. The automatic shutdown to have adjustable time delays and pre -shutdown alarms to allow plant staff time to take corrective action. 4. Automatic shutdown: Set to operate on a level 2 leak. a. The OWS to also have emergency shutdown control pushbuttons to allow manual initiation of an immediate ozone system shutdown. b. Emergency pushbuttons will also be located adjacent to each doorway into the monitored areas. Shutdown by these devices to be hardwired. All Time Delays: Adjustable from OWS. Time delays for the following events as a minimum to be provided: a. Impending shutdown delay (delays any shutdown initiated by an analyzer): Initially set at 5 minutes. (Adjustable 0 - 30 minutes.) b. Gas purge delay (delays closing of the vaporizer outlet valves to allow oxygen to purge the generator and system piping). This delay is the same as that used during a normal shutdown of an ozone generator as defined in the Ozone Generator Control Logic. 6. The MOCP-PLC: Programmed to provide the following control sequences for automatic shutdown of the ozone system. a. Ozone leak shutdown sequence for Ozone Generation Room. b. Oxygen leak alarm sequence and shutdown. C. Ozone vent gas high level alarm sequence. d. Emergency manual shutdown sequence. 7. Ozone leak shutdown sequence for Ozone Generation Room: For Normal operation, and Level 1 and Level 2 leak operation, the MOCP-PLC controls all functions. The following actions to be initiated in response to an ozone leak, as measured by the ambient ozone analyzers located in the Ozone Generation Room. a. Ozone concentration 0.0 to 0.1 PPM (normal operation). 1) OWS Alarm: Off. 2) Area Alarms: Off. 3) Oxygen Header Valve: Open. 4) PSUs: On. (As controlled by process needs.) 5) Off -gas ozone destruct system: On. 6) Low rate (normal at 6 air changes per hour) HVAC supply and exhaust vent fans and dampers: On and open. b. Ozone concentration 0.1 to 0.3 PPM in 2 analyzers, or >0.3 PPM in 1 analyzer (Level 1 leak operation.) 1) OWS Alarm: On. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 34 City of Fort Worth 0515-294565 June 2024 2) Area Alarms: On. 3) Oxygen Header Valve: Open. 4) PSUs: On. (as controlled by process needs.) 5) Off -gas ozone destruct system: On. 6) High rate (emergency at 12 air changes per hour) HVAC supply and exhaust vent fans and dampers: On and open. Ozone concentration above 0.3 PPM in 2 analyzers (Level 2 leak operation.) For Level 2 operations, all area alarms and equipment shutdowns are initiated through interlocks and through the MOCP-PLC. 1) OWS Alarm: On. 2) Area Alarms: On. 3) Oxygen Header Valve: Off. (Immediate shutdown - no delay.) 4) PSUs: Off. (Immediate shutdown - no delay.) 5) Off -gas ozone destruct system: Off 6) High rate (emergency at 12 air changes per hour) HVAC supply and exhaust vent fans and dampers: On and open. Alarm to Building Management System. d. Ozone concentration returns to normal: 1) Plant staff to manually return all equipment to its normal operation mode following an abnormal event. 8. Oxygen leak shutdown sequence: For Normal operation and Level 1 leak operation, the MOCP-PLC controls all functions. The following actions to be initiated in response to an oxygen leak, as measured by the ambient oxygen analyzers. a. Oxygen concentration less than 22 percent (normal operation). 1) OWS Alarm: Off. 2) Area Alarms: Off. 3) Oxygen Header Valve: Open. 4) PSUs: On. 5) Off -gas ozone destruct system: On. b. Oxygen concentration between 22 percent and 25 percent (Level 1 leak operation.) 1) OWS Alarm: On. 2) Area Alarms: On. 3) Oxygen Header Valve: Open. 4) PSUs: (As controlled by process needs.) 5) Off -gas ozone destruct system: On. Oxygen concentration above 25 percent in 2 analyzers (Level 2 leak operation.) For Level 2 operations, all area alarms and equipment shutdowns are initiated through interlocks and through the MOCP-PLC. 1) OWS Alarm: On. 2) Area Alarms: On. 3) Oxygen Header Valve: Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Close. (Shutdown after time delay.) Ozone System General 463150 - 35 0515-294565 June 2024 4) PSUs: Off. (Shutdown after time delay.) 5) Off -gas ozone destruct system: Off. d. Oxygen concentration returns to normal: 1) Plant staff to manually return all equipment to its normal operation mode following an abnormal event. 9. Ozone vent gas alarm sequence. For Normal operation and Level 1 leak operation, the MOCP-PLC controls all functions. The following actions to be initiated in response to ozone levels in the off -gas destruct system vent gas, as measured by the vent gas ozone analyzer. a. Ozone concentration less than 0.1 PPM (normal operation). 1) OWS Alarm: Off. 2) Area Alarms: Off. 3) Oxygen Header Valve: Open. 4) PSUs: On. (As controlled by process needs.) 5) Off -gas ozone destruct system: On. b. Ozone concentration between 0.1 PPM and 0.3 PPM (Level 1 abnormal operation) A 30-second time delay will be provided prior to the initiation of the following actions: 1) OWS Alarm: On. 2) Area Alarms: Off. 3) Oxygen Header Valve: Open. 4) PSUs: On (As controlled by process needs). 5) Off -gas ozone destruct system: On. Turn on standby unit. Ozone concentration greater than 0.3 PPM (Level 2 abnormal operation). A 30-second time delay will be provided prior to the initiation of the following actions: 1) OWS Alarm: On. 2) Area Alarms: On. 3) Oxygen Header Valve: Off. (Immediate shutdown - no delay.) 4) PSUs: Off. (Immediate shutdown - no delay.) 5) Off -gas ozone destruct system: On. Turn on standby unit. 10. Emergency manual shutdown sequence. The following actions to be initiated whenever a manual pushbutton or operator workstation key requests the emergency shutdown sequence. 1) OWS Alarm: On. 2) Area Alarms: On. 3) LOX Header Valve: Close. (Immediate shutdown - no delay.) 4) PSUs: Off. (Immediate shutdown - no delay.) 5) Off -gas ozone destruct system: Off. a) High rate (emergency at 12 air changes per hour) HVAC supply and exhaust vent fans and dampers: On and open. Alarm to Building Management System. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 36 City of Fort Worth 0515-294565 June 2024 11. The following manual functions will be available at the OWS to provide primary signals to the ozone and oxygen leak detection and shutdown control logic: a. Cancel automatic shutdown. b. Initiate emergency manual shutdown. C. Audible alarm silence. d. Impending shutdown delay timer. 12. All alarm set points to be provided for easy adjustment by plant staff from the OWS. I. HEU Failure. If the closed loop cooling water temperature from the lead HEU is 3 degrees F above setpoint for a period of 5 minutes, designate that HEU as failed and perform the following steps. 1. Modulate the standby HEU open loop automatic control valve to maintain the operational setpoint. 2. Open the standby HEU closed loop isolation valve. 3. Close the failed HEU closed loop isolation valve. 4. Close the failed HEU open loop automatic control valve. 2.6 PIPING AND TUBING A. All interconnecting piping and tubing within each skid -mounted assembly to be shop installed. Instrument tubing, fittings, and valves: Type 316 stainless steel. B. Run all piping in vertical and horizontal planes arranged to ensure that undue stresses from thermal expansion are not transmitted to equipment components. C. Contractor to provide all interconnection piping and tubing between each skid -mounted equipment assembly, except as identified in the detailed ozone specifications. 1. OSS to provide pipe sizing information. 2. Refer to Pipe Data Sheet in Section 400523, "Stainless Steel Process Pipe and Fittings." D. Where possible, locate skid -mounted process valves, instrumentation, and other control devices that require regular operation and/or maintenance at an elevation not to exceed 6 feet above finished floor. Skid -mounted instruments with local indication that are not located within 6 feet above finished floor to have remote indicators mounted at an elevation of 4 feet above finished floor. 2. Instrument transmitters to be remote from the instrument and located at an elevation of 4 feet above finished floor. 2.7 OZONE SYSTEM BUILDING SIGNAGE A. Room Warning Signs 1. Up to 4 identical wall mounted signs to be furnished and installed in the Ozone Generation Room. Actual mounting locations to be as directed by the Engineer. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 37 City of Fort Worth 0515-294565 June 2024 2. The signs to be enameled steel having dimensions 24 in by 24 in minimum. The signs to each display the following message in accordance with ASTM E591: WARNING OZONE/IRRITANT GAS ADEQUATE VENTILATION REQUIRED AVOID PROLONGED OR REPEATED BREATHING OF OZONE B. Equipment Warning Signs I . Permanent warning signs to be mounted at all mechanical equipment, which may be started automatically or from remote locations. Signs to be in accordance with OSHA regulations and to be suitable for exterior use. Mounting details to be in accordance with manufacturer's recommendations and location to be acceptable to the Engineer. 2. Warning Signs (HxW): 7 x 19 inch, colored yellow and black, on not less than 18 USS gauges vitreous enameling stock. Each sign to read: THIS EQUIPMENT STARTS AUTOMATICALLY BY REMOTE CONTROL C. Electrical Warning Signs: Warning and other signs as required by the NEC to be provided. Factory installed signs on electrical equipment are acceptable. Other signs, which may be required by service entrances or standby generating systems to be as specified in the preceding paragraph. Wording to conform to NEC and be acceptable to the Engineer. 2.8 CLEANING EQUIPMENT A. Furnish cleaning equipment (brushes, extension rods and hoses, if required) for cleaning the dielectric tubes and the ozone generator stainless steel tubes and enough cleaning fluid for 2 cleaning cycles for each generator. B. Furnish 1 stainless steel plate cleaning dams to control fluids during cleaning of the ozone generator stainless steel tubes. Dams to be drilled to match the bolt pattern of the generator head flange and to be complete with gasket, drain valve and drain hose. 2.9 SOURCE QUALITY CONTROL A. Provide manufacturer's standard quality control inspections and tests to ensure the quality of materials used in the manufacture of the equipment and workmanship conform to specified requirements. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 38 City of Fort Worth 0515-294565 June 2024 1. The factory test may be witnessed by the Engineer and Owner. 2. The OSS supplier must give a 30 day advanced notice to the Owner and Engineer prior to testing. 3. The OSS must prepare and submit a final report certifying the test results. 4. Conduct factory acceptance testing at a place selected by OSS where the test can be conducted in accordance with the Specifications. 5. All factory acceptance testing to be successfully completed prior to the shipment of any equipment to the site. B. All costs associated with the factory test, including LOX, power, and setup and operation of an appropriate ozone destruct system for the test, to be the complete responsibility of the OSS. C. Failed Factory Test: The failure of any ozone generator to meet the specified production requirements from minimum to maximum production rates at the specified ozone concentration over the entire test period will constitute a failed factory test. D. If a failed factory acceptance occurs, the OSS to reschedule another identical factory witness test, within a reasonable time but not longer than 4 weeks, unless extended by the Engineer, after the first failed test date. E. Ozone Control System Factory Testing 1. General: a. Test Ozone Control System elements, both hardware and software, to demonstrate that Ozone Control System satisfies requirements. b. Factory Tests Described Under this Article: Factory Demonstration Tests (FDT). C. Test Format: Cause and effect. 1) Person conducting test initiates an input (cause). 2) Specific test requirement is satisfied if correct result (effect) occurs. d. Procedures, Forms, and Checklists: 1) Conduct tests in accordance with, and documented on, Engineer -accepted procedures, forms, and checklists. 2) Describe each test item to be performed. 3) Provide space after each test item description for sign off by appropriate party after satisfactory completion. e. Required Test Documentation: Test procedures, forms, and checklists to be signed by OSS. f. Conducting Tests: 1) Wherever possible, perform tests using actual process variables, equipment, and data. 2) If not practical to test with real process variables, equipment, and data, provide suitable means of simulation. 3) Define simulation techniques in test procedures. 2. Factory Demonstration Tests (FDT): Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 39 City of Fort Worth 0515-294565 June 2024 a. Scope: Test entire Ozone Control System to demonstrate that it is operational. b. Location: OSS's factory. C. Functions: Demonstrate functions shown on the P&IDs, all interfaces to/from each OSS supplied control panel, all wiring to/from all OSS supplied control panels, and all external communications to/from plant SCADA system. d. Correct deficiencies found and complete prior to shipment to Site. e. Failed Tests: 1) Modify controls system as necessary and repeat test. 2) With approval of Engineer, certain tests may be conducted by OSS and witnessed by Engineer as part of Systems Testing. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that facilities are ready to receive ozone system equipment. 3.2 INSTALLATION A. Equipment 1. Contractor to install all equipment in strict compliance with the instructions and recommendations of the manufacturer. 2. Installation to include furnishing the required oil and grease for break-in and for initial operation. The grades of oil and grease to be in compliance with the manufacturer's recommendations. 3. Once installation is complete, where required clean and lubricate the equipment, in preparation for testing and field painting. 4. Do not conduct field tests until such time that the entire installation is substantially complete and ready for testing. 5. Submit written certification from each equipment manufacturer, stating that the installation of the equipment is satisfactory, the equipment is ready for operation and operating 6. OSS to submit certification for the ozone generators, power supply units, cooling water equipment, off gas ozone destruction units, off -gas blowers, and I&C system; B. System Piping Installation General a. Piping runs to be coordinated with electrical, HVAC, plumbing and all other utility layouts. b. Design skid mounted piping layouts with inherent flexibility to accommodate thermal expansion. Piping to be designed, or expansion joints installed, such that forces caused Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 40 City of Fort Worth 0515-294565 June 2024 by thermal expansion are not transmitted to equipment and do not cause abnormal stress in the pipe. C. Piping hanger installations to comply with the applicable sections of Section 400507 "Hangers and Supports for Process Piping". d. Factory weld piping to the maximum extent possible. Provide flanges or mechanical couplings as necessary for system assembly and disassembly and connection to equipment. Threaded connections are not allowed. e. Do not route piping above electrical enclosures and panels per the requirements of the National Electric Code Article 384. 2. Pipe Clearances a. Piping and equipment to be laid out to maintain the following clearances: 1) A minimum of 3 feet-0 inch between piping and mechanical equipment. 2) A minimum of 4-foot-0-inch width and 8-foot-0-inch headroom for Maintenance passageways. 3) A minimum of 3-foot-0-inch width for walkways. Minimum headroom from floor to be such that the tallest equipment can be removed from the building. 4) A minimum of 3-foot-0-inch width and 7-foot-6-inch headroom for platforms with a minimum of 1 foot-6 inches clear around any obstruction. b. Minimum clearances for piping to be as follows: 1) 3 inches between adjacent welded pipe surfaces or insulation covers. 2) 1-1/2 inches between adjacent pipe flanges. 3) 1-'/z inches between flanges and adjacent pipe, insulation covers, or walls. Equipment Piping a. Provide removable spool pieces where piping is connected to the top of pumps, to permit removal of the pump with the suction and discharge valves in place. b. Reduction in line size for horizontal lines at the suction of pumps to be with eccentric top flat reducers. Do not use elbows directly on the suction of pumps without the use of a suction diffuser. C. Pressure gauge connections to be made between the equipment and the discharge isolation valve. 4. Safety Relief Valve Piping a. Support relief valve piping other than short stacks so that the relief valve can be removed without providing temporary supports. 1) Install relief valves in the vertical position. 2) Inlet lines to relief valves to be no less than the valve inlet size and to be kept as short as possible. b. Relief valve exhaust lines from gas piping to discharge to the atmosphere at a minimum of 8 feet above any platform or walkway within 10 feet. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 41 City of Fort Worth 0515-294565 June 2024 1) Exhaust lines containing ozone -in -oxygen, oxygen, or ozone off -gas, to be vented as shown on the Drawings, or through the roof, discharging to atmosphere a minimum of 8 feet above the roof line. 2) Pipe cooling water relief valve discharge lines to floor drains. a) Relief valves discharging through the roof to be provided with drip pan elbows to drain rainwater and reduce piping stress. Provide safety relief valves on all pipe segments between isolation valves for liquid and gaseous oxygen piping. Meters and Instruments a. Maintain manufacturer's recommended minimum upstream and downstream straight run requirements for flow meters, flow elements and other instruments. b. Meters, flow elements and all other instruments to be located to be easily accessible for operation and repair from floor level. C. Install pressure, temperature, flow and other indicators upright, visible and readable from floor level. d. Piping of instrumentation components is presented schematically on the Drawings. Perform actual piping (material and configuration) and instrumentation mounting to in accordance with instrumentation manufacturer's recommendations to provide a fully functioning system. As required, the points of attachment of connecting piping to suit items furnished. e. All connections to process piping for instrumentation, including thermowells, to be the same material as pipe unless otherwise noted. f. Furnish all instrumentation components and analyzers with isolation valves. Unions or couplings to also be provided to facilitate replacement. g. Each device requiring a process drain to have an individual drain and to be fitted with a fixed air gap device equal to Zurn Model 1025 or approved equal. h. All analyzer sample and reference lines to be provided with rotameter and flow control valves as shown on the Drawings, or if these are not an integral part of the instrument. i. Ozone -in -oxygen exhaust lines to be fitted with ozone destruction devices, if these are not an integral part of the instrument. 6. Valve Installation a. Locate all valve manifolds, control valves, electric motor -operated valves, etc., as shown on the Drawings and must be easily accessible for operation and repair from floor level. b. All operating valves should be accessible from grade whenever possible. If the centerline of the handwheel is over 6 feet-0 inch above the operating floor or is otherwise inaccessible, a chain operator or stem extension to be used. Nested valves with chains to have staggered operators. C. Control valves and adjacent piping to be arranged and supported so that the control valve may be removed without disturbing the operating system or supports. d. Install valves with operating mechanisms vertically upward or horizontal, but never vertically downward. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 42 City of Fort Worth 0515-294565 June 2024 1) Installation at an inclined angle above the horizontal is also permissible, but for appearance should be limited to situations where interference must be avoided. 3.3 FIELD QUALITY CONTROL A. Ozone System Control Field Testing Onsite Supervision by OSS Site Representative: a. Supervise and coordinate onsite Ozone Control System activities. b. Be onsite during total period required to complete onsite Ozone Control System activities. 2. Startup and Testing Team: a. Thoroughly check installation, termination, and adjustment for Ozone Control System Subsystems. b. Complete onsite tests. C. Complete onsite training. d. Provide startup assistance to Contractor. B. Systems Testing: Prior to startup test period, inspect, test, and document that associated Ozone Control System and ozone system equipment are ready for operation. Systems Test: Combined effort performed between OSS and Contractor's application programming supplier to confirm that ozone control system, including application programming software, is ready for operation. For OSS subsystems, provide sufficient temporary software configuring to allow testing of these subsystems. a. Loop/Component Inspections and Tests: 1) Check ozone control system for proper installation, calibration, and adjustment on a loop -by -loop and component -by -component basis. 2) Perform loop tests for all installed instrumentation. 3) Each loop test to include actual actuation of the transmitter/pressure switch/limit switch with verification that the actual signal is received at the PLC I/O module. 4) For analog I/O, Use PLC standard software to verify calibration at 0, 10, 50, and 100 percent of span. Analog loop test to use live process where practical, or simulated process by use of hand loaders and process simulators when live process is not practical. 5) For discrete I/O, verification of the I/O module point indicating LED is sufficient. b. Perform complete I/O checkout of all hardwired and virtual software I/O. 1) Perform jointly with Contractor's application programming supplier. 2) Verify complete loop from the field device through the MOCP- PLC and the plant SCADA system for each hardwired and virtual software I/O point. Analog Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 43 City of Fort Worth 0515-294565 June 2024 I/O to be checked at 0, 10, 50, and 100 percent of range and actual display of engineering units verified. 3) Provide space on forms for signoff by OSS. 4) Use loop status report to organize and track inspection, adjustment, and calibration of each loop and include the following: a) Project name. b) Loop number. c) Tag number for each component. d) Checkoffs/Signoffs for Each Component: e) Tag/identification. f) Installation. g) Termination wiring. h) Termination tubing. i) Calibration/adjustment. j) Checkoffs/Signoffs for the Loop: k) Panel interface terminations 1) I/O interface terminations with PLCs. m) I/O Signals for PLCs are Operational: Received/sent, processed, adjusted. n) Total loop operational. o) Space for comments. 5) Component calibration sheet for each active IPS component (except simple hand switches, lights, gauges, and similar items) and each PLC I/O module and include the following: a) Project name. b) Loop number. c) Component tag number or I/O module number. d) Component code number for instruments and panel elements. e) Manufacturer for instruments and panel elements. f) Model number/serial number for instruments and panel elements. g) Summary of Functional Requirements, For Example: h) Indicators and recorders, scale and chart ranges. i) Transmitters/converters, input and output ranges. j) Computing elements' function. k) Controllers, action (direct/reverse) and control modes (P&ID). 1) Switching elements, unit range, differential (fixed/adjustable), reset (auto/manual). m) I/O Modules: Input or output. n) Calibrations, For Example, But Not Limited To: o) Analog Devices: Actual inputs and outputs at 0, 10, 50, and 100 percent of span, rising and falling. p) Discrete Devices: Actual trip points and reset points. q) Controllers: Mode settings (P&ID). r) I/O Modules: Actual inputs or outputs of 0, 10, 50, and 100 percent of span, rising and falling. s) Space for comments. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 44 City of Fort Worth 0515-294565 June 2024 6) Maintain loop status reports, valve adjustment sheets, and component calibration sheets at site and make them available to Engineer at all times. 7) These inspections and tests will be co -witnessed by Engineer. 8) Field Documentation of the Systems Testing forms (Loop Status Reports, Component Calibration Sheets) to be entered electronically by the OSS Field Representative. 9) Systems Testing Forms: Forms to be provided by the OSS. 2. Control System Functional Acceptance Tests (CS FAT): a. Once the Systems Testing has been completed and approved by the Engineer, perform a witnessed CS FAT on the associated ozone control system equipment to demonstrate that it is operating in conjunction with ozone system. Refer to Article Functional Testing hereinafter specified. Demonstrate each required control system function. b. Perform local and manual system and subcomponent operational tests before proceeding to REMOTE and AUTOMATIC modes for minimum to maximum production levels. C. Where possible, verify test results using visual confirmation of process equipment and actual process variable. Unless otherwise directed, exercise and observe devices supplied by others, as needed to verify correct signals to and from such devices and to confirm overall system functionality. Test verification by means of disconnecting wires or measuring signal levels is acceptable only where direct operation of plant equipment is not possible. d. Make updated versions of documentation required for FAT available to Engineer, both before and during tests. e. Make 1 copy of all O&M manuals available to Engineer at the site both before and during testing. f. Ozone Control System FAT forms to be provided by the OSS based upon Systems Testing. Specialty Equipment: For certain components or systems provided under this section but not manufactured by OSS, provide services of qualified manufacturer's representative during installation, startup, demonstration testing, and Owner training. C. Inspection and Functional Testing: 1. OSS to perform functional testing for all supplied equipment. 2. Functional Testing to include, but not be limited to, checking for proper rotation, alignment, speed, excessive vibration, and noisy operation. This activity to also include any necessary tuning of equipment, so it is ready for reliability performance testing (startup). The above - mentioned manufacturer's certification to include the statement that proper adjustments have been made, and that the equipment or system is ready for plant startup and operation. 3. Functional testing will begin after operational checks (loop checks, piping connections, pipe cleaning and purging, etc.) have been completed. Water flowing through the ozone contactor will be available as needed during the Functional Testing of the generators and destruct units. OSS to coordinate water flow condition requirements with the Owner. 4. Test Ozone destruction units for vacuum and operation using oxygen prior to production of ozone. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 45 City of Fort Worth 0515-294565 June 2024 a. Each contactor to be filled with water to the normal operating depth and the destruct system to be tested at both minimum and maximum gas flows as described in Section 463154, to demonstrate proper control of the contactor vacuum set point. Each generator to be operated to produce ozone at different power increments, as specified in Section 463153. Each destruct unit to be tested to demonstrate proper ozone destruction, as specified in Section 463154. D. Performance Warranty Tests 1. The OSS to guarantee that each ozone generator to perform at the ozone production rates, and weighted times listed in Table 463150-1 and meet the Guaranteed and Weighted Specific Energy Consumption, entered in the NPV on the Proposal Form. 2. The PWT to be performed by an independent test organization (ITO) under subcontract to the Owner. A qualified manufacturer's representative from the OSS to attend 1 pre -test meeting with the ITO to review the detailed testing plan. The same representative to be available by telephone to respond to questions from the ITO, and available within 24 hours onsite to address any equipment problems identified by the ITO during the PWT period. 3. Each generator/PSU to be tested to determine power consumption (including harmonic distortion) and ozone production characteristics. The existing nitrogen boost system will be used for testing at gas flow rates specified by the OSS. a. Each generator and PSU to be tested in conjunction with the OLCL cooling water system while maintaining 10 percent constant ozone concentration and varying oxygen flow as required to produce ozone at 20, 40, 60, 80, and 100 percent of the ozone generator rated prod t ii ,fat l-. . 11 tests to be performed at a closed -loop 1 cooling water temperaturet93 degrees F. he OSS to adjust the open -loop water flow for the OLCL system, thieve the closed -loop temperature condition. b. For each generator production test point, 5 consecutive readings to be taken and recorded at 15 minute interval after steady-state ozone production conditions have been attained. The recorded data to include the time, oxygen flow rate, inlet oxygen pressure, oxygen inlet temperature, oxygen outlet temperature, nitrogen boost gas flow, cooling water outlet flow, cooling water inlet temperature, cooling water outlet temperature, recent of rated power, real power draw, ozone concentration, calculated ozone production, and specific energy. 4. The high concentration ozone gas analyzers to be field calibrated using the "Iodometric Method for the Determination of Ozone in a Process Gas," approved by the International Ozone Association, 1998 or "An Alternate Method for Verification of High Concentration Ozone Gas Measurement" as delivered at IOA 2013, Vince Ciufia, OSTL. The oxygen gas flow to each ozone generator to be measured using the thermal mass flow meters installed on the supply piping to each ozone generator. The orifice meter calibration station in the oxygen supply pipe header to be used to check the calibration of the thermal mass flow meter. 5. Incoming power to the PSU to be measured using a portable calibrated power meter supplied by the OSS. A calibration certificate to be provided with the power meter. The power meter and calibration to meet the following requirements: a. The meter to be calibrated against a standard which is certified through the National Bureau of Standards. Documentation to be submitted that proves both the Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 46 City of Fort Worth 0515-294565 June 2024 instrumentation calibration and the certification of the standard within the past calendar year. b. The instrumentation used to monitor power consumed to be true Root Mean Square (RMS) reading and not affected by harmonics content of the power system. C. The overall accuracy of the power monitoring instrumentation to be less than or equal to 1 percent including any potential and current transformers used. d. Measure and record the harmonic distortion (voltage and current) through the 50t' harmonic. 6. Prior to the PWT, the Contractor to clean and dry the ozone generators in compliance with cleaning procedures specified in this Section, including the inside of all pipes, valves, and fittings. The dielectric tubes to be thoroughly dried by purging dry oxygen through the ozone generators. Nitrogen gas to not be used for purging the ozone generators prior to the performance tests. 7. Calculation of Liquidated Damages: a. Liquidated Damages will be assessed and levied on the OSS if the "Total Measured and Weighted Specific Energy Consumption" for each ozone generator exceeds the "Total Guaranteed Weighted Specific Energy Consumption" entered in the NPV Form of the Schedule of Bid Prices. Two PWT Forms to be prepared based on PWT results as follows: 1) Ozone Generator No. 1 2) Ozone Generator No. 2 b. Liquidated damages, if applicable, will be determined from the PWT Test Form with the highest specific energy exceedance. The other PWT Form will not be used. C. Liquidated damag s r e Specific Energy" based on PWT results will be 2 assessed at a rate $195,537 r excess kWhr/lb of ozone produced or any fraction thereof. This sum additional electrical costs that the Owner will incur to operate the generators in the ozone system over a period of 20 years based on power cost of $0.073 per kWhr, discount rate of 5 percent, inflation rate of 4 percent, capital ecovery factor of 18.11, and weighted average ozone production rate of �i2ilure day. 2Ad. of any ozone generator to produce the minimum and maximum ozone production rates, or to meet specified power efficiency requirements, will be grounds for failing the PWT. If a failed performance test occurs, the Engineer, at his discretion, may reschedule a second test within a reasonable time after the first failed factory test. The OSS to be responsible to pay all travel and living costs and normal billing rates for the ITO to supervise the second PWT. No additional PWT re -tests will be allowed for failed tests and liquidated damages, as specified herein, will apply. E. Pressure Tests: After installation of all equipment and piping, the System to be pressure tested to 1.5 times the maximum operating pressure or at the specified test pressure, whichever is lower. Any leaks detected during this testing procedure to be repaired and the test repeated until the test is successful. All system relief valves to be removed and the lines plugged for the test and reinstalled when the test is complete. Test to be conducted with all attached equipment connected. Test to be conducted for 1 hour without loss of pressure. All vent and drain Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 47 City of Fort Worth 0515-294565 June 2024 valves installed for the test to be plugged or sealed after the test is complete. The Contractor to furnish all personnel, gauges, valves, plugs and testing equipment and accessories to conduct the test. F. Harmonic Testing: Testing for Power Supply Units a. OSS to provide for harmonics testing of each Power Supply Unit in conjunction with Performance Warranty Testing for maximum ozone production and maximum power consumption conditions to test for compliance with IEEE 519. Testing to be done by a qualified independent testing facility using pre -approved metering equipment. Testing durations and conditions. are included in Section 463153. b. The OSS to provide a minimum of 5 copies of the testing report to the Engineer. C. During this testing should the Power Supply Unit(s) exceed the specified harmonic limits the OSS to provide additional filtering equipment. The equipment to be retested as noted above at no additional cost. 3.4 CLEANING A. Upon completion of all ozone and oxygen piping system installation, the piping to be field -cleaned in accordance with CGA-4.1 for ozone and oxygen and service. The subcontractor to engage a specialty subcontractor for the performance of the work, who will submit the following as a minimum: 1. Details of the cleaning procedure and documentation of at least 5 years of successful procedures in similar facilities. Include references with telephone numbers and contacts. 2. Quality control documentation formats detailing daily documentation of the procedure was performed, residual cleaning chemical analysis and inspection reports. 3. A project -specific plan detailing which sections of the pipe are to be cleaned and in which order. 4. The above to be submitted within 60 days of Notice to Proceed, and to be subject to the approval of the Engineer and the OSS. B. Cleaning accomplished through the introduction of detergents, high -velocity steam and pigs as necessary to remove hydrocarbons and other deleterious substances. Vapor phase processes will not be acceptable. Piping to be cleaned in segments not exceeding 1 hundred linear feet in length. The contractor or specialty subcontractor to install jumpers, temporary piping, blind flanges, etc. as necessary to perform the work. The cleaning process to not pass through ozone generators, destruct units, instruments, or other items of equipment which are specified to be ozone -cleaned prior to shipment to the site, with the exception of valves. Gross moisture to be removed and the system to be dried with nitrogen to a dewpoint of minus 80 degrees F, or per the recommendations of the OSS, and sealed. No exception to this requirement to be permitted. The contractor to be responsible for disposal of all residual cleaning chemical products and wastewater off site. C. Upon completion of the cleaning procedure, the contractor, subcontractor and OSS to inspect the interior of the pipe to ensure compliance with the cleaning requirements. The inspection to include, as a minimum, visual examination, wipe -testing as described in CGA specifications, and ultraviolet lamping, When the above has been successfully completed, the contractor to submit the following; Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 48 City of Fort Worth 0515-294565 June 2024 1. The specialty subcontractor's quality control reports. 2. Reports of physical inspection of the piping, including marked drawings indicating inspection points. 3. A letter from the specialty subcontractor certifying that the work is in compliance with CGA specifications. 4. A letter from the OSS stating that inspection of the system indicates that the work is acceptable. D. The above to be completed prior to the beginning of ozone system startup. The cleaning subcontractor to be Astropak (Chesapeake, VA), Haliburton (Duncan, OK), or approved equal. 3.5 MANUFACTURERS' REPRESENTATIVES REQUIREMENTS A. Table 463150-2 sets out the minimum time required for each equipment manufacturer's representative to be at the work site to meet the installation inspection, testing, and training requirements of this Section and the individual equipment sections. The Contractor should include any additional hours necessary to fully meet the specified requirements. 3.6 DEMONSTRATION A. General 1. The OSS to provide for training of designated Owner personnel in the operation and maintenance of the ozone system, including all components provided under this Contract. 2. Training to consist of both classroom and hands-on sessions conducted at time and location acceptable to the Owner. 3. The OSS to designate a person responsible for scheduling and coordinating all training. 4. Training of Owner personnel in the operation and maintenance of the ozone system to meet all requirements specified in Division 1, plus the requirements specified in this paragraph. B. System Training OSS personnel to provide detailed system training including, at a minimum, the following: a. System operations philosophy. b. System Control: 1) Loop Functions: The understanding of loop functions including interlocks. 2) Loop Operation: For example, adjusting process variable set points, LOCAL and REMOTE control, annunciator acknowledgment and resetting, etc. 3) Interfaces with other loops and Subsystems. C. Operator interface/system set points. d. Component performance requirements. e. Component functions. f. Component maintenance. g. Component troubleshooting. h. Instrument operation, maintenance, troubleshooting, replacement, and calibration procedures. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 49 City of Fort Worth 0515-294565 June 2024 2. In addition to training specified for each item of equipment in Table 463150-2, the OSS to include an allowance for the following training time for the overall ozone System a. Prestart-up classroom training, 5 instructor -days. b. Hands-on instruction, 5 instructor -days. C. Post -startup classroom training, 2 instructor -days. 3. Major component manufacturers to provide detailed maintenance instruction, in addition to the above requirements, for major components as required in the detailed equipment and instrument specifications. 4. Classroom training to be conducted during regular working hours on weekdays at a location to be designated by the Owner. Hands-on training may be conducted during and as a part of startup. Training to be split into equal morning and afternoon sessions to accommodate employee's schedules. Provide 30 paper copies of all overheads and slides used for training. 5. Manufacturer's representative to be familiar with plant O&M requirements as well as with the specified equipment. 6. Prestart-up Training: Coordinate prestart-up training periods with operating personnel and manufacturers' representatives, and with submittal of O&M Manuals. a. Prestart-up training to be completed at least 14 days prior to actual startup, but not more than 45 days prior to startup. b. O&M Manuals to be reviewed, accepted, and resubmitted, in accordance with Section 013300, before prestart-up training. C. Post -Startup Training: Furnish and coordinate the specified manufacturers' services and OSS's personnel for post -startup training of Owner's operating personnel. 3.7 ATTACHMENTS A. TABLE 463150-1 Performance Warranty Test Form Ozone Generator No. 1. B. TABLE 463150-2 Table of Manufacturer's Representatives' Duties. END OF SECTION 463150 Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 50 City of Fort Worth A 1 Generator 2 3 0515-294565 June 2024 TABLE 463150-1 PERFORMANCE WARRANTY TEST FORM OZONE GENERATOR NO. 1 4 Production Test Point Weighted Generator Measured Test Point Weight Production Specific Energy' lb/day % lb/day kWhr/lb 125 10% 13 275 10% 28 400 15% 60 525 15% 79 550 50% 225 Total 100% 405 Total Measured and Weighted Specific Energy, kWhr/lb4 Total Measured and Weighted Energy Usage, kWhr/days Total Guaranteed and Weighted Specific Energy, kWhr/lbs6 Total Guaranteed and Weight Daily Energy Usage, kWhr/day? Excess Energy Usage Value, kWhr/day 5 Measured and Weighted Specific Energy2 kWhr/lb 6 Measured and Weighted Energy Usage3 kWhr/day 1) Average of 5 generator specific energy measurements for each production test point. 2) Multiply the values in Column 4 by Column 2. 3) Multiply the values in Column 4 by Column 3. 4) Sum the measured values in Column 5. 5) Sum the measured values in Column 6. 6) Enter the Total Guaranteed and Weighted Specific Energy value from the Proposal Form. 7) Multiply the Guaranteed and Weighted Specific Energy by Weighted Production from Column 3 8) All tests to be conducted under cooling water temperature conditions specified in Section 463150 3.03. 9) All tests to be conducted at ozone -in -oxygen concentration of 10% or greater. 10) All tests to be conducted at generator cooling water flow rate as entered in Table 6.1 on the Proposal Form. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone System General 463150 - 51 0515-294565 June 2024 TABLE 463150-2 TABLE OF MANUFACTURER'S REP ?ESENTATIVES' DUTIES Supervise Initial Supervise Provide Supervise Inspect Adjustment Initial Testing Instruction Installation Installation (4) (5) (3) Equipment (1) (2) (1) (2) (1) (2) (1) (2) (1) (2) Ozone Generators 1 2 1 1 1 3 1 5 2 2 Nitrogen Boost System 1 1 1 1 1 1 1 1 1 1 Contactor Equipment 1 2 1 0.5 1 0.5 1 1 1 2 System Off -Gas Destruct 1 1 1 0.5 1 0.5 1 1 1 2 Systems Oxygen System 2 1 1 1 1 1 1 1 1 2 Cooling Water System 1 1 1 0.5 1 1 1 0.5 1 2 Instrumentation & 4 8 1 4 1 4 1 5 1 3 Control Systems Valve Actuators 2 2 1 1 1 2 1 1 1 2 Overall System - Testing 2 4 Overall System -Pre - start -up Classroom 1 5 training Overall System- Hands - 1 5 On Training Overall System, Post - Startup Class -Room 1 2 Training (1) Minimum number of trips to the work site for each representative. (2) Minimum days on site for each representative. (3) Timing of the instruction to be at the discretion of the Owner, but every attempt will be made to coincide with the successful initial testing. (4) The supervision of the initial adjustment may coincide with the installation inspection visit. (5) The initial testing may be done directly following initial adjustment if acceptable to the Engineer. Eagle Mountain WTP — Phase IV Expansion Ozone System General Ozone Pre -Selection 463150 - 52 City of Fort Worth 5015-2945658 July 2024 SECTION 46 31 51 - LIQUID OXYGEN SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. The equipment furnished under this Section is an integral component of the Ozone System and should meet the overall system requirements and performance guarantees specified herein and in Section 463150 "Ozone System General". 1.2 SUMMARY A. Section Includes: 1. Liquid oxygen storage tanks. 2. Atmospheric vaporizers. 3. Gaseous oxygen particulate filters. 4. Pressure regulating valve 5. Master oxygen shut off valve 6. Cryogenic vacuum jacketed piping. 7. Accessories. B. Related Requirements: 1. Section 033000 "Cast -in -Place Concrete": Equipment foundation pads. 2. Section 055000 "Metal Fabrications": Miscellaneous metalwork and fasteners as required by this Section. 3. Division 26, Electrical. 4. Division 40, Instrumentation. 5. Section 400563 "Ball Valves." 6. Section 400567.39 "Pressure -Relief Valves." 7. Section 463150 "Ozone System General" C. Ozone System Supplier OSS Scope of Supply: 1. Furnish the oxygen particulate filter, pressure regulating station valves, master oxygen shutoff valve, and miscellaneous oxygen feed instruments, as shown on the P&IDs as part of the Liquid Oxygen System. D. Liquid Oxygen System Supplier (LSS) Scope of Supply: 1. Furnish the liquid oxygen storage tanks, vaporizers, vacuum jacketed piping, and appurtenances as part of the Liquid Oxygen System as shown on the Contract Drawings and as required to provide a complete and operable system. Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 1 of 14 City of Fort Worth 5015-2945658 July 2024 E. Contractor Scope of Supply: 1. Install the Liquid Oxygen System as indicated on the Drawings and in accordance with OSS and LSS instructions. 2. Coordinate work in Section 463150 "Ozone System — General" and this Section to provide a complete ozone system. 1.3 DEFINITIONS A. LOX: Liquid Oxygen B. GOX: Gaseous Oxygen C. OSS: Ozone System Supplier D. LCP: Local Control Panel 1.4 PREINSTALLATION MEETINGS A. Preinstallation meetings for the Ozone System are specified in Section 463150 "Ozone System - General." 1.5 ACTION SUBMITTALS A. In addition to the requirements of Section 463150 "Ozone System — General", submit the following: 1. Product Data: Submit manufacturer information for tanks, vaporizers, valves, and accessories. 2. Submit drawings and data to adequately describe the system and indicate full compliance with this Section. a. Include a piping and instrument diagram, details with dimensioned equipment and piping layout and data sheets or catalog cuts on all system components. 3. Literature and drawings describing all oxygen system equipment in sufficient detail, including parts list, materials, and details of construction to indicate full compliance with this Section. 4. Certified dimensional drawings of major equipment and auxiliary apparatus, including installation drawings and details. 5. Anchor bolt details for LOX storage tanks and vaporizers, including locations, quantity, diameter, material, minimum edge distance, and depth of embedment for each anchor bolt. 6. Design data for the Liquid Oxygen System components as follows: a. Manufacturer and model number, size, type, materials of construction, pressure, and temperature ratings for the LOX storage tank. b. Manufacturer and model number, size, type, working pressure, materials of construction, oxygen flow capacity and operation cycle time for the vaporizers. Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 2 of 14 City of Fort Worth 1.6 1.7 1.8 5015-2945658 July 2024 C. Manufacturer and model number, size, type, working pressure, materials of construction and oxygen flow capacity for the particulate filters. d. Manufacturer and model number, size, type, materials of construction, pressure rating and location of pressure gauges, relief valves, flow meters, etc. e. Manufacturer and model number, size, type, materials of construction for vacuum jacketed liquid oxygen piping system. 7. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 8. Manufacturer Instructions: Submit special procedures and assembly of components. 9. Source Quality -Control Submittals: Indicate results of factory tests and inspections. 10. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. DELEGATED -DESIGN SUBMITTAL A. Comply with submittal requirements for Section 463150 "Ozone System -General" as they relate to the Liquid Oxygen Storage and Feed Equipment. B. Prior to fabrication and construction, 1. Submit for review a drawing, signed and sealed by a Professional Engineer the Licensed in the State of Texas, indicating locations of all supports for the LOX storage tanks and the vaporizers, and a table indicating the reactions in kips and foot -kips at each support for all individual load components (including, but not limited to, dead, live, snow, ice, wind, and seismic loads) and for all required load combinations for allowable stress design. C. Anchor bolts: Sized by a Professional Engineer Licensed in the State of Texas and supplied by the subcontractor. 1. Tank manufacturer to design anchor chairs and anchor bolt sizing using the appropriate design standards specified herein and to the design criteria specified in Section 018849 "Equipment Anchorage Performance Requirements" and Section 050519 "Post Installed Anchors and Reinforcing Bars (H & V)". 2. Design tank and its structural support system to withstand all loads, including wind and seismic loads, and applicable combinations of loads as required by 018829 "Seismic Performance Requirements". INFORMATIONAL SUBMITTALS A. Comply with submittal requirements for Section 463150 "Ozone System -General" as they relate to the Liquid Oxygen Storage and Feed Equipment. QUALITY ASSURANCE A. Comply with submittal requirements for Section 463150 "Ozone System -General" as they relate to the Liquid Oxygen Storage and Feed Equipment. B. Submit for review: Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 3 of 14 City of Fort Worth 5015-2945658 July 2024 1. Contractor field testing plan for leak testing field -erected piping under this Section. 2. Oxygen tank supplier functional testing plan. C. Code Requirements: 1. Containers Operating at Pressures above 15 psig: Designed, constructed, and tested according to ASME BPVC, Section VIII. 2. Comply with NFPA 55 and OSHA 29 CFR 1910.104. 1.9 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years documented experience. 1.10 DELIVERY, STORAGE, AND HANDLING A. Comply with delivery, storage, and handling requirements for Section 463150 "Ozone System - General" as they relate to the Liquid Oxygen Storage and Feed Equipment. 1.11 TOOLS AND SPARE PARTS A. Furnish 1. Special tools and test equipment required for the proper servicing of all equipment. 2. Tools and test equipment in a suitable steel tool chest complete with lock and duplicate keys. B. Protect spare parts for long periods of storage and packed in containers that are clearly identified with indelible paint stenciled markings as to contents. C. Furnish all spare parts recommended by the manufacturer for the normal operation and maintenance of the equipment for 3 years. D. Provide to the Engineer and Owner a list of all spare and replacement parts with individual prices and location where they are available. Prices to remain in effect for a period of not less than one years after start-up and final acceptance. 1.12 FIELD CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 4 of 14 City of Fort Worth 5015-2945658 July 2024 A. Furnish two-year manufacturer's warranty for Liquid Oxygen Storage and Feed Equipment and accessories in lieu of standard warranty requirements. A. Clean, seal, and protect all equipment's in accordance with CGA publication G-4-1 and certified for oxygen service before shipping to the plant site. Comply with the cleaning requirements specified in Section 461350 "Ozone Systems - General." B. Provide materials used in equipment, valves, valve seats, seals, gaskets, instruments, welds and all associated appurtenances to be used with oxygen, resistant to degradation and gas losses due to the use of this gas. PART2-PRODUCTS 2.1 SYSTEM DESCRIPTION A. The LOX system consists of: 1. Conventional, cylindrical double -walled, insulated cryogenic LOX storage tanks. 2. Ambient air vaporizers. 3. Gaseous oxygen particulate filters. 4. Pressure regulating valves. 5. Master shutoff valve. 2.2 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the fol- lowing Manufacturer's listed below: B. Liquid Oxygen Storage Tanks 1. Chart Industries 2. Taylor -Wharton Cryogenics C. Atmospheric Vaporizers 1. Chart Industries 2. Thermax, Inc. 3. Cyrogenic Expers, Inc. 4. Cyroquip, Inc. D. Gaseous Oxygen Particulate Filters 1. Graver Technologies/Consler Filtration Products 2. Balston Products/Parker Hannifin Corp. 3. MECS, Inc. 4. Donaldson Filtration Solutions Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 5 of 14 City of Fort Worth 2.3 5015-2945658 July 2024 E. Pressure Regulating Valve 1. Cashco, Inc. 2. Fisher 3. Cash Valve F. Master Oxygen Shut Off Valve As specified in Section 40 05 64 "Butterfly Valves" G. Cryogenic Vacuum -Jacketed Piping for LOX Service 1. Chart Industries 2. Taylor -Wharton Cryogenics 3. Cryoquip PERFORMANACE AND DESIGN CRITERIA A. Liquid Oxygen Storage Tanks 1. Number: 2 2. Configuration: Horizontal 3. Nominal Capacity, Gallons: 13,000. 4. Maximum Nominal Evaporation Rate, Percent of Tank volume per day: 0.1 5. Normal Operating Pressure, pounds per square inch: 75 6. Maximum allowable working pressure, pounds per square inch: 150 7. Design Temperature, degrees F: Minus 320 to 120 B. Atmospheric Vaporizers 1. Number: 3 2. Minimum Capacity, standard cubic feet per minute: 230 3. Maximum Operating Pressure, pounds per square inch: 450. 4. Normal Operating Pressure, pounds per square inch: 75 5. Temperature Range, degrees F: Minus 320 to plus 120. 6. Minimum Design Freeze Period: 1 week continuously below 32 degrees F ambient temperature 7. Minimum Period of Operation: 24 hours of continuous vaporization at minimum ambient temperature and capacity of vaporizer 8. Minimum Allowable Discharge Gas Temperature: within 20 degrees F of ambient C. Gaseous Oxygen Particulate Filters 1. Number:I 2. Maximum Gaseous Oxygen Flow Rate (standard cubic feet per minute), each: 230 3. Test Pressure (pounds per square inch): 150 4. Design Inlet Temperature (Degrees F): Minus 50 to 150 5. Retention Efficiency for Particle 1.0 Micron and Greater, percent: 99.9 6. Retention Efficiency for Particles 0.40 Micron and Greater, percent: 98 7. Maximum Clean Pressure Loss at Maximum Gas Flow, pounds per square inch gauge: 0.5 8. Maximum Saturated Pressure Loss at Maximum Gas Flow, pounds per square inch gauge: 1.0 Eagle Mountain WTO - Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 6 of 14 City of Fort Worth 5015-2945658 July 2024 D. Pressure Regulating Valves 1. Number: 2 2. Minimum gas flow range, standard cubic feet per minute: 20 3. Maximum gas flow range, Standard cubic feet per minute: 230 4. Minimum operating temperature, degrees F: minus 20 5. Maximum operating temperature, degrees F: 120 6. Field Adjustable Outlet Pressure Range, PSIG: 15 to 35 7. Minimum Inlet Pressure, psig: 50 8. Maximum Inlet Pressure, psig: 150 E. Master Oxygen Shut Off Valve 1. Number:1 2. Minimum gas flow range, standard cubic feet per minute: 20 3. Maximum gas flow range, standard cubic feet per minute: 230 4. Minimum operating temperature, degrees F: minus 20 5. Maximum operating temperature, degrees F: 120 F. Cryogenic Vacuum -Jacketed Piping for LOX Service 1. Leak free, standard cubic centimeter/second: 1x10' 2.4 LIQUID OXYGEN STORAGE TANKS A. Provide LOX storage tanks and all related safety devices, appurtenances and equipment required for operation. B. Type: conventional, cylindrical, double -walled, insulated cryogenic. C. Inner vessel: 1. Design, fabricate, test inspect and stamp in accordance with the ASME Pressure Vessel Code, Section VIII, Division 1 and must be registered with the National Board of Boiler & Pressure Vessel Inspectors. 2. Material: Conform to ASME Section II, Part A, and SA-240 T304 stainless steel, code case 2596. D. Outer vessel (vacuum jacket): 1. Constructed of carbon steel, designed for full vacuum internal with a safety factor not less than 2 (minimum collapse pressure of 30 psi) and to support the inner vessel. 2. No code stamp is required for the outer vessel. E. Provide tank with an internal vessel pressure relief system consisting of: 1. Both automatic primary and secondary relief devices 2. Manual tank vent valves 3. An external vessel pressure relief system consisting of an automatic relief device. 4. Pressure Relief Valves: Comply with ISO 21013; ASME BPVC, Section VIII. F. Equip tank with an internal economizer system to direct the boiled -off gaseous oxygen for use rather than venting to atmosphere. Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 7 of 14 City of Fort Worth 5015-2945658 July 2024 G. Foundation and Supports: 1. Provide mounting base for tank. 2. Foundations and Supports: Noncombustible supports on noncombustible foundations. 3. Anchor bolts: Sized by a Professional Engineer and supplied by the Contractor per Paragraph 1.6, C. H. Coatings: 1. Comply with CSA Z245.20-Series 10. I. Gas/Materials Compatibility: Comply with ISO 2 10 10. J. Materials: 1. Outer Vessel: a. Comply with ASME BPVC, Section VIII. b. Carbon steel. 2. Inner Vessel: Comply with CGA 341. 3. Internal Piping: Type 316 stainless steel. 4. External Piping: Type 316 stainless steel. 5. Internal Supports: Type 316 stainless steel. K. Insulation: 1. Primary Insulation: Vacuum jacketed pressure vessel 2. Annular Ring Insulation: Perlite, Super -Fiber, or composite insulation recommended by tank manufacturer. 3. All insulation must be noncombustible. L. Instruments: 1. Provide instruments in accordance with the requirements of Section 463156 "Ozone System Instruments" and Division 40 "Instrumentation." 2. Locate instruments and gauges no more than 5 feet above finished floor elevation or grade such that the instruments and gauges are readily accessible and legible. M. Accessories: 1. Bolting: Comply with ASTM A962/A962M. 2. Couplings and Joints: a. Comply with MSS SP-83 Class 3000 and 6000 Pipe Unions, Socket Welding and Threaded (Carbon Steel Alloy Steel, Stainless Steels, and Nickel Alloys. b. End Connections: Welded. C. Gaskets: Suitable for oxygen service. 3. Lifting lugs as required by the tank manufacturer to facilitate handling and installation of the tank. Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 8 of 14 City of Fort Worth 5015-2945658 July 2024 2.5 ATMOSPHERIC VAPORIZERS A. Provide ambient air vaporizers for the LOX vaporization system including all related safety devices, appurtenances, and equipment required for operation. B. Capable of providing continuous feed of gaseous oxygen to the ozone generation system with one vaporizer on duty, one in defrost mode, and one vaporizer in standby mode. C. Materials: 1. Fluid Passages: Type 304 stainless steel. 2. Frame and External Fins: Aluminum alloy. D. Construct each vaporizer of aluminum designed per ANSI B31.3, with Type 6061 aluminum alloy welded base frame and Type 6063 aluminum alloy internal and external finned extrusions. 1. Connections between fins and support frames are by mechanical means. 2. Welded connections are not allowed. 3. Design and fabricate vaporizers and connections to accommodate thermal expansion and contraction without damaging components or compromising connections. 4. Furnish lifting lugs on each vaporizer. E. Furnish automatic vaporizer valve controls to provide automatic switchovers to standby vaporizers on a timed basis to prevent vaporizer freeze-up. 1. The three vaporizers should alternate between lead, defrost, and standby positions. 2. This operation uses RIO-based logic and complies with the control narratives specified in Section 463150 "Ozone Systems General" and the Process and Instrumentation Diagrams in the Drawings. 2.6 GASEOUS OXYGEN PARTICULATE FILTERS A. Furnish gaseous oxygen particulate filter, complete with valves and appurtenances. B. Type: Cartridge type with filter cartridges housed in a cylindrical Type 316 stainless steel shell with ANSI flanged connections, bottom or top pull-out design, gas tight, quick -opening type. 1. The Contractor is responsible for verification of filter pull-out design prior to fabrication of associated piping and should modify pipe layout as needed based on the filter furnished. 2. Submit piping configuration modifications, if required, to the Engineer for review and approval prior to fabrication. 3. Design and construct ASME Code shell. 4. Provide the filter, shell and gasket materials suitable for oxygen service. C. Filter cartridges: Cleanable and replaceable and of borosilicate micro glass media. D. Provide an integral differential pressure indicator in the filter housing to monitor the pressure loss across the cartridge. Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 9 of 14 City of Fort Worth 5015-2945658 July 2024 E. Filters: Comply with SAE ARP900B. 2.7 PRESSURE REGULATING VALVE A. Furnish pressure regulating valve to reduce gaseous oxygen pressure to that required for gas feed to the ozone generators. B. Type: Self-regulating pilot operated pressure reducing valves. C. End connections: ANSI class 150 flanges. D. Materials: 1. Body/Cover: Type 316 stainless steel ASTM A351, Grade CF3M 2. Trim: Type 316 stainless steel 3. Seat: Tetrafluoroethylene (TFE) 4. Static seals: Tetrafluoroethylene (TFE) 5. Dynamic seals: V-TFE with 316L stainless steel energizer 6. Pilot Body/Spring Chamber: Type 316 stainless steel 7. Diaphragm and gaskets: Viton or equal suitable for oxygen service 2.8 MASTER OXYGEN SHUT OFF VALVE A. When the Ozone Generation System detects an alarm condition or when power is lost, the Master Oxygen Shutoff Valve must immediately close. B. Type: Butterfly, as specified in Section 40 05 64 "Butterfly Valves". C. Shutoff valves are electrically operated in accordance with Section 400557 "Actuators for Process Valves and Gates." 1. Include a LOCAL/REMOTE hand switch. 2. Relay valve position (OPEN/ CLOSED) to the Ozone controls. 3. In REMOTE, the valve must be controlled from the Ozone Control System. 4. An alarm condition to close the valve overrides LOCAL operator selection. 2.9 CRYOGENIC VACUUM -JACKETED PIPING FOR LOX SERVICE 1. Vacuum jacket the common liquid oxygen piping between the storage tanks and three vaporizers. 2. Vacuum insulated piping system: Comprised of stainless -steel static vacuum insulated piping. a. Factory fabricate the piping system in sections "spools" and joined in the field using bayonet connections, as specified herein. b. Evacuate each spool section in the factory and ship and install with a static vacuum. B. Inner Carrier Pipe: Design and manufacture inner carrier pipe in accordance with ANSI B31.3 Process Piping and latest applicable addenda. Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 10 of 14 City of Fort Worth 5015-2945658 July 2024 2. Material 316 Stainless Steel ASTM A312 pipe Schedule 5, welded or seamless. 3. Insulate internal bellows at the factory at recommended intervals to compensate for thermal contraction when the pipe is in service. 4. Pipe sizes are as specified on drawings. 5. Spool connections: Bayonet joints as specified herein. 6. Inner line design pressure:150 pounds per square inch gauge. C. Vacuum Jacket: 1. Design in accordance with the ASME code for unfired pressure vessel, Section VIII for an internal vacuum and external atmospheric pressure with the assembly at ambient temperature. 2. Material: 304 Stainless Steel ASTM A312 pipe Schedule 5, welded or seamless. D. Vacuum Annulus: 1. Support inner carrier line within the jacket by a support system designed to absorb thermal loads on the inner pipe when partially or completely filled with product, to minimize heat leakage. 2. Perform leak test on all finished assemblies in the factory with a calibrated helium mass spectrometer. 3. Submit test results for review and approval by the Engineer prior to shipping of the assemblies. E. Pipe Connections: 1. Connect pipe spool sections with bayonet connections. Each bayonet to have an O-ring at the flange as a primary seal. 2. Incorporate dissimilar metal technology in construction of all bayonets. 3. Construct the nose of the bayonet of "Invar 36" (a low thermal contraction material) and construct receiver of stainless steel or an equivalent construction. 4. Each bayonet must have an O-ring as a secondary seal and be secured with a v-band clamp connecting the male and female halves. F. Use non jacketed, extended stem globe valves rated for cryogenic service for liquid oxygen piping system. 1. Provide internal traps in the vacuum jacketed piping system upstream of each valve to prevent liquid from coming into contact with the valve when it is closed. 2. Cryogenic valves to be supplied by the vacuum jacketed pipeline supplier in accordance with Section 400565.16 — "Globe Valves" and installed by the Contractor in the field. 2.10 SOURCE QUALITY CONTROL A. Testing: 1. Storage Vessels and High -Pressure Gaseous Oxygen Containers: Comply with ASME BPVC, Section VIII. 2. Valves: Comply with BS 6755-1. B. Factory Inspections and Testing: Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 11 of 14 City of Fort Worth 5015-2945658 July 2024 1. Test the equipment per manufacturers' standard quality control inspections and tests to ensure the quality of materials used in the manufacture of the equipment and workmanship conform to the specified requirements. 2. Conduct factory -certified one -hundred -percent testing (not sample testing) of all components. C. Certificate of Compliance: 1. Equipment manufacturer's representative: submit certificate of compliance attesting that equipment was furnished in accordance with the requirements of this Section and properly installed and is ready for startup and testing. PART 3 - EXECUTION 3.1 3.2 3.3 EXAMINATION A. Verify that designated areas, clearances, structural requirements, and utility connections are ready to receive equipment. INSTALLATION A. According to manufacturer instructions and NFPA 566. B. Signage: 1. Mount permanent signs with following warning at locations designated by the Engineer: OXYGEN - NO SMOKING - NO OPEN FLAMES. 2. Quantity: Four 3. Provide tank with hazardous material signage arrangements painted on both sides following field painting. a. Paint the tanks with NFPA hazard rating diamonds, appropriate hazard ratings, and applicable special hazard in accordance with the requirements of NFPA 704, Chapter 8. b. Provide a white background for the NFPA diamond. C. Hazard ratings should be visible from the roadway and legible from no less than 75 feet away from the sign. d. Provide the following hazard ratings to the signs: 1) Health - "3", Flammability - "0", Reactivity - "0", special hazard "OX" CHEMICAL FILL A. The Contractor to arrange and pay for the first LOX fill of all required tanks. and any subsequent deliveries required for start-up and testing. B. The Contractor to notify the Owner in writing no less than 20 days before arranging the first chemical delivery. The Contractor to coordinate the chemical delivery with the Owner as to not disrupt plant operations. Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 12 of 14 City of Fort Worth 5015-2945658 July 2024 3.4 FIELD QUALITY CONTROL A. Contractor Field Testing: After installation, test field -erected piping to demonstrate that piping is gas -tight at maximum operating pressure. 2. Testing Medium: Oil -free, oxygen gas. 3. Engineer to witness field testing. B. Manufacturer Services: 1. Furnish services of manufacturer's representative for not less than 2 days for functional testing. Manufacturer's representative must have complete knowledge of the proper installation, startup, and operation of the LOX system. 2. After installation of the LOX system has been completed and approved by the manufacturer's representative and the systems operated for a sufficient period to make all desirable corrections and adjustments, the system should be given a functional test in the presence of the Engineer to determine that operation is satisfactory and in compliance with this Section and that all safety and protective devices are in proper adjustment. Functional testing to include the following: a. Submit a field test report, including a test data sheet, to Engineer for approval at least 30 days prior to testing the equipment. b. During functional testing, operate the system for not less than 24 hours, during which time readings of all essential data to be taken and recorded at 2-hr intervals. C. Test each storage tank under actual start-up and operating conditions to demonstrate that the operation is satisfactory, that the pressure building system and economizer system are operating properly and that the liquid oxygen boil -off rate does not exceed the specified value. 1) The test data to indicate, at a minimum, the time, and tank level, pressure and temperature. d. Test each vaporizer under actual start-up and operating conditions to determine that the operation is satisfactory, and that the duration of vaporization to freeze at the design flow rate and the duration of defrosting period do not exceed the specified values. 1) The test data to indicate, as a minimum, the time, and gas flow rate, gas pressure, gas temperature, vaporizing and defrosting cycle times. 2) Conduct a minimum of two complete vaporizing and defrosting cycles for each vaporizer. e. Submit certified copies of the test results to the Engineer within 5 days of completion of the tests. £ Certificate of Compliance: Following successful functional test, submit certificate of compliance attesting that equipment was furnished in accordance with the requirements of this Section and properly installed, and is ready for startup and testing. C. In the event the equipment fails to meet the requirements specified herein, take corrective measures, or remove and replace the equipment and retest to demonstrate compliance with the specification. D. Equipment Acceptance: Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 13 of 14 City of Fort Worth 5015-2945658 July 2024 1. Adjust, repair, modify, or replace components failing to perform as specified and rerun tests. 2. Make final adjustments to equipment under direction of manufacturer's representative. 3.5 CLEANING A. B. 3.6 Remove oil, grease, or other readily oxidizable materials before placing system in service. Comply with the cleaning requirements in Section 463150 "Ozone System — General". M�1:7:�1►p�[el A. Furnish services of manufacturer's representative experienced in installation of products furnished under this Section for not less than 2 days on Site for installation, inspection, startup, field testing, and instructing Owner's personnel in operation and maintenance of equipment. Demonstrate equipment startup, shutdown, routine maintenance, and emergency repair procedures to Owner's personnel. END OF SECTION 46 3151 Eagle Mountain WTO — Phase IV Expansion Liquid Oxygen Storage and Feed Equipment Ozone Pre -Selection 463151 - 14 of 14 City of Fort Worth 0515-294965 June 2024 SECTION 46 31 53 - OZONE GENERATION EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. The Ozone Generation Equipment specified in this section is an integral component of the Ozone System Section 463150 "Ozone System General" and must comply with all requirements and performance guarantees specified therein. 1.2 SUMMARY A. Section Includes: OSS Scope of Supply and Services: a. Furnish skid mounted medium frequency horizontal tube ozone generators, with integral piping, valves, instruments, fittings, cooling system, and appurtenances. b. Furnish power supply units (PSU) and PLC based control panels that correspond with the ozone generators, with integral high voltage cabling, control panel, C. Furnish controls and wiring internal to the ozone generator, PSU, and component parts including instrumentation and control system and status wiring and instrumentation power wiring. d. sufficient length for installation and terminations and high voltage termination resistors for each cable. Confirm lengths of power cables with Contractor prior to procurement. Fabricate, shop test and ship fully assembled units of ozone generators and PSU equipment specified herein requiring a minimum of field installation labor. Some piping and valves may be shipped loose and assembled at the site. 2. Contractor Scope of Services: a. Install Ozone Generation Equipment with supervision by the OSS. b. Furnish and install all associated nonskid -mounted and interconnecting piping, valves, operators, fittings, pipe supports, instrumentation, tubing, conduit, cable tray and accessories for a complete system, as shown on the Drawings and specified herein. C. Install OSS-supplied high voltage cable in a non-magnetic cable tray system. Connections to generator junction box and transformer junction box will be made under Division 26. B. Related Requirements: 1. Division 26 "Electrical." 2. Section 400522 "Stainless Steel Process Pipe and Tubing for Ozone Service." Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 1 of 25 0515-294965 June 2024 3. Section 400557 "Actuators for Process Valves and Gates." 4. Section 400553 "Identification for Process Piping." 5. Section 400563 "Ball Valves." 6. Section 400564 "Butterfly Valves." 7. Section 400593.23 "Low -Voltage Motor Requirements for Process Equipment." 8. Section 406100 "Process Control and Enterprise Management Systems General Provisions." 9. Section 406196 "Process Control Descriptions for operation sequence." 10. Section 406343 "Programmable Logic Controllers." 11. Section 406717 "Industrial Enclosures." 12. Section 463150 "Ozone System General" 13. Section 463156 "Ozone - System Instruments" 1.3 DEFINITIONS A. FAT: Factory Acceptance Testing B. FDT: Functional Demonstration Test C. OSS: Ozone System Supplier D. LCP: Local Control Panel E. PSU: Power Supply Units F. PWT: Performance Warranty Testing G. SAT: Site Acceptance Test H. THD: Total Harmonic Distortion 1.4 PREINSTALLATION MEETINGS A. Preinstallation meetings for the Ozone System are specified in Section 463150 "Ozone System - General." 1.5 ACTION SUBMITTALS A. Section 463150 "Ozone System General" specifies submittal format. B. Product Data — General 1. Certified dimensional drawings of major equipment and auxiliary apparatus, including installation drawings and details, and required clearance around all equipment. 2. ISA TR20 data sheets for all flow meters, pressure transmitters, or other instrumentation, including manufacturer, model number, size, type, materials, ranges, spans, etc. 3. Generator performance data curves showing ozone production versus applied power for 6, 8, and 10 percent ozone concentrations at closed -loop cooling water inlet temperature between 63 degrees and 93 degrees F in 10-degree increments. Eagle Mountain WTP — Phase IV Expansion Ozone Generation Equipment Ozone Pre -Selection 463153 - 2 of 25 City of Fort Worth 0515-294965 June 2024 4. Ozone generator insulation jacket system manufacturer, including product data showing construction, thickness, and installation and removal instructions. 5. Factory finish system. C. Product Data - Ozone Generators: 1. Manufacturer. 2. Model number. 3. Nominal capacity. 4. Weight (full, empty, and shipping) 5. Inlet and outlet connections, 6. Materials of construction. 7. Maximum and minimum gas operating pressure. 8. Maximum and minimum gas flow rate. 9. Gas pressure drop at maximum flow rate. 10. Maximum gas outlet temperature. 11. Maximum gas temperature increase. 12. Maximum and minimum ozone -in -oxygen concentration. 13. Percent ozone -in -oxygen concentration 14. Maximum cooling water flow rates for the generator vessel and PSU components. 15. Gas test and working pressure. 16. Cooling water test and working pressure. 17. Maximum cooling water pressure drop through ozone generator at maximum cooling water flow. 18. Maximum cooling water temperature increase across ozone generator. 19. Size, number, type, arrangement, materials of construction, and arrangement of dielectric tubes. 20. Certified breakdown voltage of the dielectrics, optimum ozone production per dielectric and corresponding oxygen flow and power per dielectric. 21. Location of pressure and temperature gauges, relief valves, etc. 22. Internal skid piping schematic showing pipe sizing and identifying valves, instruments, and skid mounted equipment. 23. Itemized bill of materials listing for all ozone generator components. D. Product Data - Power Supply Units: 1. Detailed electrical schematic and control wiring diagrams for PSUs and all electrical power and control equipment, including external connections, wire, and terminal numbers. 2. Catalog cut sheets for the proposed equipment including, circuit breakers, pilot lights, switches, terminal blocks, etc. 3. Maximum and minimum working voltage, current, power, and frequency. 4. PSU and control panel front elevation showing all face -mounted instruments. 5. PSU and control panel interior layout drawings showing location of major components and other data as required for a complete installation, including external connection locations, wire and terminal numbers. 6. Dimensioned layouts including locations of conduit entry and exit to the PSU and control panel. 7. Internal skid piping schematic showing pipe sizing and identifying valves, instruments, and skid mounted equipment. 8. Maximum cooling water pressure drop through the PSU at maximum cooling water flow. Eagle Mountain WTP - Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 3 of 25 0515-294965 June 2024 9. Complete written step-by-step PSU system operating description. 10. High voltage cable and terminations, including cable furnished for installation between the PSUs and ozone generators. 11. Details of the cooling water system for the power supply units including drawings to scale with dimensioned equipment and piping layout, and parts list. 12. Itemized bill of materials listing for all PSU components. E. Product Data — Appurtenances (valves, instruments, etc.) mounted on Ozone Generator and PSU Skids: 1. Manufacturer. 2. Model number. 3. Nominal capacity. 4. Operating pressure. 5. Pressure drop and Cv values for the range of flows (if applicable). 6. Materials of construction. 1.6 DELEGATED -DESIGN SUBMITTAL A. Comply with submittal requirements for Section 463150 "Ozone System General" as they relate to the Ozone Generation System. B. Manufacturer, size, and type of equipment anchors, including supporting engineering calculations. Base calculations on the prevailing building code and signed and sealed by a Professional Engineer registered in the State of Texas. C. Harmonic calculations and analysis for the PSUs, which verifies compliance with harmonics and line notching requirements throughout the operational turndown range per IEEE Standard 519. Include information on the harmonic filter system, if required, to achieve the specified compliance. All calculations must be stamped and signed by a licensed professional electrical engineer who is licensed in the State of Texas. Provide the OSS with all required information for the harmonic study, including the following: 1. All input data, harmonic parameters used in the short circuit study and assumptions. Provide an impedance diagram illustrating the simulated system. 2. Explanation of methods used to perform the study. 3. Explanation of study results with specific recommendations on harmonic mitigation measures that will be implemented to achieve the specified limits. Include a harmonic current and voltage profile for the complete distribution system. 4. Individual PSU voltage and current harmonic content up to the 50t' harmonic, and the combined total drives harmonic content reflected in the system supply voltage as a percent of the 60 Hz fundamental under actual load conditions from no-load to full load in 10 percent load increments. 5. A detailed description of the field tests, procedures, and supporting calculations required to verify that the installed systems comply with the Total Harmonic Distortion (THD) limits. Include recommended test equipment and test conditions. 1.7 INFORMATION SUBMITTALS Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 4 of 25 0515-294965 June 2024 A. Comply with submittal requirements for Section 463150 "Ozone System General" as they relate to the Ozone Generation System. 1.8 QUALITY ASSURANCE A. Comply with quality assurance requirements for Section 463150 "Ozone System -General" as they relate to the Ozone Generation System. 1.9 CLOSEOUT SUBMITTALS A. Comply with submittal requirements for Section 463150 "Ozone System General" as they relate to the Ozone Generation System. 1.10 DELIVERY, STORAGE, AND HANDLING A. Comply with delivery, storage and handling requirements in accordance with Section 463150 "Ozone System -General." 1.11 TOOLS AND SPARE PARTS A. Ozone Generation Equipment — OSS to provide the following: 1. Spare parts recommended by the manufacturer for normal operation and maintenance of the Ozone Generation Equipment for two years. 2. A supply of dielectric tubes equal to 10 percent of the total number of installed dielectric tubes in one ozone generator. 3. One set of required gaskets for one ozone generator. 4. A supply of fuses equal to 10 percent of the total number of installed fuses for one ozone generator. 5. One complete replacement set of fuses and one complete set of field replaceable control circuit boards for one PSU. 6. Two complete sets of field replaceable control circuit boards for one ozone generator power supply unit. 7. One set of bolts, nuts, and washers for each size used on both the ozone generators and power supply unit assemblies. 8. Sufficient cooling water chemicals to fill each power supply unit internal closed loop system one time after the initial startup charging. 9. Replace all dielectric tubes, equipment parts and appurtenances broken during shipment, installation, startup, and testing. B. Cooling Water Heat Exchanger OSS provide the following spare parts: 1. One complete set of gaskets for one heat exchanger C. Spare parts in contact with oxygen or ozone gas: OSS to clean spare parts for oxygen service and wrap in air -tight plastic bags for long-term storage. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 5 of 25 0515-294965 June 2024 D. OSS to provide a list of all spare and replacement parts with individual prices and location where they are available. Prices to remain in effect for a period of not less than one year after start-up and final acceptance. E. Special Tools Furnish cleaning equipment (brushes, extension rods, and special tools, as required) for cleaning the dielectric tubes and the ozone generator stainless -steel tubes. 1.12 OZONE AND OXYGEN SERVICE A. "See Section 463150 "Ozone System General" for cleaning and certification requirements for equipment, valves, analyzers, seals, gaskets, valve seats and associated appurtenances.". 1.13 AMBIENT CONDITIONS A. Ambient conditions for onsite storage facilities to be used for product storage and installation are specified in Section 015000 "Temporary Facilities and Controls." B. Ozone Generation Room: Air conditioned 1.14 UTILITIES A. Electric power will be provided at 480 Volt, 3 Phase, 60 Hz under Division 26. B. The OSS must be familiar with the power quality available from the local electric utility at the project site and design equipment to operate reliably at that power quality. C. Closed Loop Cooling Water: Closed loop cooling water shall be provided to each ozone generator and PSU at the required flow (as determined by the OSS) as part of the work of this Section. The initial fill and make-up water shall be from the protected plant water system. Contractor shall confirm that the plant protected water quality meets the minimum standards required by the OSS. If the plant protected water quality does not meet the minimum requirements, the Contractor shall provide a water source that does. 2. The closed loop cooling water supply and make-up water shall be conditioned with treatment chemicals, as recommended by the OSS and approved by the Engineer, to prevent corrosion, scale formation or biofouling in the ozone generators and closed loop piping system. 1.15 WARRANTY A. Furnish two-year manufacturer's warranty for Ozone Generation Equipment and accessories in lieu of standard warranty requirements. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 6 of 25 0515-294965 June 2024 1.16 PATENT ROYALTIES AND FEES A. Pay all royalties, license fees, and usage fees (as applicable) associated with proprietary equipment or processes furnished and installed for the ozone generation system. B. Transfer all usage permits and licenses to the Owner at Substantial Completion. PART 2 - PRODUCTS 2.1 SYSTEM DESCRIPITION A. Provide each ozone generator vessel with skid -mounted piping, valves, instrumentation, controls, control panels and all appurtenances required for a complete ozone generation system using oxygen as the feed gas. B. Each ozone generator shall be supplied by a power supply unit (PSU) containing an input and output transformer, frequency inverter, harmonic mitigation devices, control panel, cooling system and all associated equipment, housed in a noise -controlled enclosure. 1. PSUs must be certified compatible with the Eagle Mountain Water Treatment Plant electrical distribution system without generation of voltage or current distortion in excess of that specified for total distortion or distortion of individual harmonic orders. 2. PSUs must be certified for operation under both utility power and from the plant standby diesel generator without causing equipment or system disruption from power, frequency, or voltage instability. C. Control ozone production power based upon process flow, ozone concentration set point, and ozone dose set point. D. Electrical Characteristics: 1. Maximum load: 150 kW 2. Voltage: 480 volts, three phase, 60 Hz. 3. Minimum Power Factor: 0.95 percent at rated load. 4. Disconnect Switch: Factory -mounted disconnect switch in control panel. E. Skids and equipment sizes: 1. Fit within the area specified on the Drawings. 2. Alternative ozone equipment arrangements for OSS-supplied skid mounted equipment to conform with specifications. 2.2 MANUFACTURERS A. Medium frequency horizontal tube ozone generator and power supply unit: 1. Veolia Water Technologies Treatment Solutions USA Inc - Leonia, New Jersey 3. Aqua Aerobics System -Loves Park, Illinois Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 7 of 25 0515-294965 June 2024 4. No "or equal" or substitutions permitted. 2.3 PERFORMANCE CRITERIA A. Design rating for each Ozone Generator and PSU: Ozone Generator Capacity and Design Ozone Concentration: a. Minimum Production (lbs/day) at 10 percent ozone concentration: 125 b. Average Production (lbs/day) at 10 percent ozone concentration: 350 C. Maximum Production (lbs/day) at 10 percent ozone concentration: 550 2. Number of Ozone Generator and PSU pairs: 2 duty 3. Ozone Concentration Operating Range (percent by weight): 6 to 10 4. Maximum Gas Outlet Temperature (degrees F): 120 5. Minimum Gas Outlet Pressure (psig): 15 6. Maximum Gas Pressure Drop Across Generator (psig): 10 7. Maximum Cooling Water Temperature Rise (degrees F): 10 8. Maximum Cooling Water Inlet Pressure (psig): 20 9. Maximum Total Closed Loop Flow Per Generator/PSU (gpm): 100 10. Maximum Open Loop Cooling Water Inlet Temperature ( degrees F): 90 11. Minimum Vessel Gas Side Design Pressure Rating (psig): 35 12. Minimum Vessel Water Side Design Pressure Rating (psig): 35 B. Sound pressure Level: Not to exceed 85 dBA (corrected to free field conditions) when measured 3 feet in the horizontal plane from any major surface of the equipment and 5 feet from the floor with the equipment operating at any load point up to and including rated load. C. In addition to the ozone generator rated capacities specified above, ensure each generator is capable of varying the ozone output from a nominal 10 to 100 percent of the generator design rating at constant ozone -in -oxygen concentrations of between 6 and 10 percent. D. The generator vessel must meet the following design requirements: 1. Designed to safely withstand an internal pressure of 1.3 times the working pressure and to resist any thermal shock. 2. Comply with requirements of the ASME code for unfired vessels and stamped for 1.3 times the maximum working pressure of both gas and water sides of the vessel. E. Cooling Water System Heat Exchanger: approximate; to be determined by OSS a. Number of Heat Exchangers: 2, 1 duty/I standby b. Pressure drop across the heat exchangers: 7 psig, maximum. C. Design Pressure: 125 psig, minimum d. Open -loop Cooling Water Side: 1) Design Flow: As required by OSS for the ozone generator cooling water system. At a minimum, design each heat exchanger for 115 percent of the Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 8 of 25 0515-294965 June 2024 maximum closed -loop cooling water flow required for three (3) ozone generators and the associated PSUs. 2) Maximum open -loop fluid temperature: 90' degrees F 3) Fluid: Protected Plant Water Closed -loop Cooling Water Side: 1) Maximum Design Flow: 300 gpm (sized for three (3) ozone generators and associated PSUs). 2) Allowable Approach Temperature: 3 degrees F 3) Maximum closed -loop fluid temperature: 93' degrees F 4) Fluid: potable water with corrosion inhibitor 2.4 OZONE GENERATORS — MEDIUM FREQUENCY HORIZONTAL TUBE DIELECTRIC A. Provide each medium frequency horizontal tube ozone generator with skid -mounted piping, valves, instrumentation, controls, control panels and all appurtenances and miscellaneous equipment required for a complete ozone generating system using oxygen. Water-cooled ozone generator and contains multiple dielectrics in a pressure vessel with hinged gas -tight, dished -end heads (access doors). B. Materials: 1. Construct ozone generator metal components which come in contact with ozone or cooling water: Type 316 stainless steel. 2. All other metal components: Type 316 stainless steel. 3. Provide stainless steel nuts and bolts on access door flanges with washers and lightly coat with anti -seize compound prior to assembly. 4. All other ozone generator components which come into contact with ozone: Viton A or polytetrafluoroethylene (PTFE), approved by the Engineer. 5. Junction Boxes: NEMA classification and materials of construction as specified in the Area Classification and Materials Schedule shown on the Drawings. C. Vessel: 1. Provide each vessel with an integral NEMA sized and UL approved junction box designed to receive the high voltage power cable. 2. Provide structural support constructed of Type 316 stainless steel and welded to the underside of the vessel. 3. Provide each access door with hinged davits to support the weight of the head in the fully open or any intermediate position. a. Provide swing away type access doors and be clear from ozone and oxygen gas ports and piping. 4. Constructed with double butt -welded seams. 5. Provide an electrical interlock or pressure switch to each generator skid such that power to the ozone generator cannot be activated while the access door is open. D. Supplied by a medium -frequency electrical power supply unit (PSU) containing: Eagle Mountain WTP — Phase IV Expansion Ozone Generation Equipment Ozone Pre -Selection 463153 - 9 of 25 City of Fort Worth 0515-294965 June 2024 1. Output transformer 2. Frequency inverter 3. Control panel, and 4. Associated equipment, housed in a single environment and noise -controlled enclosure. E. Insulation 1. The exterior of the ozone generator vessel, including the dished -end heads (access doors), shall receive a No. 2B finish in accordance with AMP 503. Provide insulation jacket system for the ozone generator vessel and insulate the skid mounted cooling water piping to limit the formation of condensation. 2. Cooling water piping insulation per Section 404213 "Process Piping Insulation". 3. Vessel insulation: a. Per OSS recommendation. b. Insulation system must allow insulation to be easily removed and reinstalled using mechanical fasteners. C. Non-flammable materials that are compatible with ozone. d. Adhesive insulation systems are not allowed. e. Do not block dielectric viewing port. f. insultation system should be constructed of ozone resistant materials. F. Design the ozone generator electrical equipment to meet the power factor requirements outlined in this Section. 1. Provide internal high -voltage wiring and a double high -voltage insulator on the vessel wall for connection to the PSU. 2. Design the ozone generator and associated power system to provide a 3-phase, balanced electrical load at its inlet. G. Power cables between the high voltage transformer in the PSU and the ozone generator: 1. Shielded; EPR insulated, with PVC jacket rated for the appropriate voltage service and comply with ANSI and UL requirements. 2. Terminate in a non-magnetic conduit at the generator within a NEMA sized and UL approved termination box. 3. Terminate using compression lugs and prefabricated stress cones as specified in Division 26. 4. Furnish cables with all required high voltage bushings, ground wires and ground bushings or lugs. 5. Exposed power terminations are not allowed. H. The ozone generator dielectrics: 1. Constructed to resist thermal shock and to evenly distribute the applied electrical charge over the entire dielectric surface without arcing. 2. Dielectrics Material: Formed from either borosilicate glass or composite ceramic material. a. Certified voltage breakage strength of not less than 1.5 times the maximum operating voltage under design temperature and applied power conditions. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 10 of 25 0515-294965 June 2024 3. Connect dielectrics to the incoming power with Type 316 stainless steel conductors and fasteners. 4. Protect dielectrics by individual fuses or functionally equivalent devices to prevent shorting dielectrics from damaging the vessel and tubes. a. Fuses: When employed, fuse each dielectric individually with fuses capable of blowing within a time compatible with the necessary protection of all components of the PSU. 1) When a dielectric fails, the short circuit created during the time necessary for the fuse to blow should not lead to any damage to the vessel or PSU components. 2) Continuously monitor the load impedance and compare to the factory set limits leading to the shutdown of the ozone generator when the limits are reached. 3) Configure this protection such that the generator will automatically limit its power to a safe level when up to 20 percent of the dielectrics are not powered due to dielectric or fuse failure. 4) Display an alarm at the OIT when the generator operates in current reduction mode. 5) Current measurement circuitry, integral to the PSU, to indicate when maintenance is required due to excessive dielectric failures. 6) Design fuses for long service life and does not degrade by continuous exposure to ozone or high purity oxygen. b. When dielectric tubes are protected by a power supply circuit design functionally equivalent to dielectric fusing: 1) Ensure that failure of one or more dielectrics results in a shut -down of the associated ozone generator within a time period that avoids any damage to the vessel or PSU components. 2) Current measurement circuitry, integral to the PSU to annunciate dielectric tube failure as the cause of the shutdown. 3) Provide appropriate indication or grid layout to facilitate the identification of the failed dielectric(s). I. Provide one portable high potential circuitry test meter to aid maintenance personnel in locating failed dielectrics for non -fused dielectric systems. Test meter: Similar to that used for "hi -pot" testing of medium and high voltage insulated cables and equipped with a mobile cart and sufficient cabling to reach the input leads of all installed dielectrics. Provide support for dielectrics and mechanical stops at the ends of the dielectric tubes, as necessary, to prevent movement of the dielectrics when a gas pressure surge occurs in the generator shell due to failure of the pressure regulating control valves on the inlet piping to each ozone generator. K. Provide each vessel and/or its inlet piping with Type 316 stainless steel, ASME Code stamped safety valves with capacities as required to protect the shell: Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 11 of 25 0515-294965 June 2024 1. Cooling water relief valve: Provide thermal relief protection due to a condition where the cooling water inlet and outlet valves are closed, and the generator is operating at maximum applied power. Pipe relief valve outlet discharges away from generator skid towards nearest floor drain or as shown on Drawings. 2. Gas relief valve: Provide overpressure protection due to a condition where the pressure regulating valve on the inlet gas piping to an ozone generator fails. Pipe relief valve outlet discharges as shown on Drawings. L. Purge Valves: 1. Provide an automated valve on the skid -mounted piping to each vessel for performing pre -purge and post -purge cycles during generator startup and shutdown sequences and for depressurizing and purging the vessel prior to maintenance. 2. Connect the piping to the purge -to -destruct unit as shown on the Drawings. 3. Valve type: As shown on the Drawings. 2.5 POWER SUPPLY UNIT A. Furnish PSU to comply with elements specified below. B. Each unit contains all of the ozone generator electrical and control components for complete operation of the ozone generation equipment in a single sound and environmentally enclosed steel enclosure of NEMA 12 construction. C. Each enclosure includes: 1. LCP 2. Line disconnect switch 3. Input isolation transformer, if required 4. Power controller 5. Rectifier 6. Inverters 7. Thyristor, if required 8. Output high voltage transformer and inductor 9. Harmonic mitigation equipment (active or passive as needed) 10. cooling equipment 11. Transformers a. Dry -type b. Conform to the NEC Article 450 C. Oil -filled transformers are not acceptable D. Provide and test all required controls, protection devices, low -voltage and high -voltage wiring internal to the PSU. All components, current carrying and otherwise: Designed to limit their cabinet surface temperature to a maximum of 120 degrees F when the ozone generator is operating at its rated capacity. E. Size all current carrying components of the PSU to carry not less than 120 percent of the amperes anticipated when the ozone generator is operating at its rated capacity. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 12 of 25 0515-294965 June 2024 1. Applied electric voltage field: Not to exceed 67 percent of the certified breakdown voltage of the dielectrics supplied, under any loading condition. 2. Built-in adjustable current limitation capability to limit the current to the value required at 110 percent of the design rating of the ozone generator, to prevent damage to the PSU or vessel which could result from an overload condition or a short circuit in the vessel. 3. The PSUs: Based on either an 18-pulse (or higher) diode bridge rectifier, IGBT-based active front-end converters, or as required to achieve specified harmonic distortion limitations including asynchronous distortion limitations. a. Active harmonic filters for harmonic mitigation may be installed internal to the PSU and in the PSU input circuit where the filters are a standard component of the PSU. b. Interrupting rating of electrical equipment: Not less than 65 kAIC.] F. Design each PSU to provide stable, reliable, and continuous operation under the following power input conditions: 1. Voltage: 480 VAC, plus or minus 10 percent, including transients caused by voltage dips, sags and swells, or line harmonics. 2. Capable to ride through five cycle voltage transients without shutting down. 3. Phase: 3. 4. Frequency: 60 Hz, plus or minus 3 Hz of nominal electrical system frequency. G. Enclosure: Offers free and ready access to all enclosed components. H. Provide separate compartments for the local control panel, low voltage equipment, high voltage equipment, and cooling equipment, as applicable. 1. Provide sufficient separation between cooling equipment and other compartments to protect electrical components in the event of cooling equipment failure. 2. Design compartments in accordance with recognized industry standards such as UL and NEMA and provide a UL certification sticker or other approved third -party inspection. 3. Use interchangeable plug-in printed circuit boards and power conversion components in the design wherever possible. Provide gold or silver-plated plug-in contacts. I. Each PSU: present a balanced 3-phase load to the incoming power. 1. Power factor: between 0.95 leading and 0.95 lagging when the generator is operating from 10 to 100 percent of rated capacity. 2. Incorporate any harmonic mitigation equipment required to achieve this in the PSU enclosure. 3. Include discharge resistors in all capacitors. 4. Provide internal high voltage wiring, and a double high -voltage insulator on the vessel wall for connection to the PSU. Size all PSU components, including the rectifiers, conservatively with respect to design operating current and frequency to ensure long operating life under the operating conditions specified herein. Design transformer insulation system for a a. Maximum ambient temperature of 104 degrees F, Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 13 of 25 0515-294965 June 2024 b. Average coil rise of 239 degrees F and C. Coil hot spot of 86 degrees F above average temperature (i.e., 365 degrees F system). d. However, provide conservative transformer design such that average coil rise does not exceed 176 degrees F at the transformer's rated kVA capacity. 2. Transformers dry -type; explosion resistant; fire resistant; with vacuum pressure impregnation (VPI), VPE, or cast coil construction; copper windings; and transformer thermal protection package to provide automatic shutdown of PSU for transformer over - temperature. K. Heat Dissipation 1. Incorporate cooling equipment in the enclosure, designed to prevent the temperature in the enclosure from exceeding 90 degrees F and the relative humidity in the enclosure from exceeding 65 percent with an open -loop cooling water temperature of 90 degrees F and ambient conditions of 80 degrees F and 100 percent humidity. 2. Nominally, no power supply generated heat shall be radiated, conducted, or connected to the Ozone Generation Building interior. a. Contain heat generated from all components within the PSU cabinet and absorbed by cooling equipment contained therein. b. Systems that rely on dissipating heat to the building exterior or other interior building space are not acceptable. Provide cooling equipment with the PSU cabinet, or within a separate enclosure on the PSU skid, with power derived from the PSU incoming feeder and controls being integrated with the operation of the PSU. a. Comply with all noise limits and other specified equipment requirements. b. Cooling water equipment shall be located and sufficiently separated from all electrical equipment housed within the PSU to ensure that failure of the cooling water equipment shall not subject electrical gear to water spray or dripping. C. Provide Air release valve(s) in compliance with Section 40 05 78.10 "Air Valves for Water Services" in the high point(s) of the piping. 1) Pipe air release vents so that discharge does not reach electrical components or other piping and discharge from the PSU via a common drain. 4. Air cooling: through the use of a closed loop air recirculation system: a. Air cooled in accordance with the NEC and contained within the confines of the PSU cabinet. b. Provide provision to collect and drain accumulated condensation from the cabinet. C. Cooling medium: same as closed -loop line. d. Provide drain, vent, and isolation valves for all fan coils in addition to incoming and outgoing cooling medium temperature gauges and sight glasses. e. Piping: Stainless -steel. £ Appurtenances: Stainless -steel. g. Filters: Disposable type and readily accessible for easy replacement. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 14 of 25 0515-294965 June 2024 Water Cooling: through the use of closed -loop cooling water system to directly cool electrical components. a. The cooling system shall be a closed loop system internal to the PSU and this loop shall be cooled by the ozone -dedicated closed loop cooling water system. b. The system must be designed to circulate the water coolant in a piping grid around the inverter components and transfer the heat absorbed by the coolant to the closed loop cooling water through the heat exchanger. C. Provide provision to 1) Collect and drain accumulated condensation from the components. 2) Drain and fill the system. 3) Add chemical stabilizers or corrosion inhibitors. d. Provide 1) Drain, vent, and isolation valves for all components in addition to incoming and outgoing cooling water temperature gauges and sight glasses. 2) Level gauge on the reservoir. 3) All required safety provisions and instrumentation to ensure that the PSU shall not operate without sufficient cooling water flow. a) At a minimum, provide a low flow switch to shut down the PSU in the event of low coolant flow. 4) Sufficient clearances to cooling water components for access and routine maintenance. e. Component to be modular in nature to permit operation and maintenance and removal if required. f. PSU coolants in contact with the closed loop cooling water system must be NSF 61 certified or food grade in case of cross -contamination. 6. All arrangements are subject to approval by the Engineer. L. Provide appropriate protective interlock shutdowns to prevent damage to the PSU and generator under reasonably foreseeable events. At a minimum, include the following: 1. An automatic current limitation device to limit the current controlled by the PSU under any operating condition, including surge or short circuit condition, to the maximum combined design current of the PSU and generator. 2. An automatic ramp up control limiting the rate of change from one power setting to another. 3. Overvoltage protection of the rectifier and inverter. 4. Overvoltage protection of the generator, of the smoothing capacitor and of the low voltage resonant circuit capacitor (if applicable). 5. Over frequency protection. 6. Overcurrent protection. 7. Automatic shutdown on high temperature in the incoming isolation and high voltage transformers. 8. Fail-safe control circuits to maintain last control settings upon failure of control logic. 9. Provide a safety interlock on each of the PSU enclosure doors to prevent ozone generator operation while the PSU doors are open. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 15 of 25 0515-294965 June 2024 10. Use of a parallel -type inverter is acceptable. 11. Provide appropriate internal protection devices, comparable to those specified above, to ensure the specified protection. 12. High inlet and outlet gas temperature. 13. High outlet cooling water temperature. M. Design and provide each PSU: 1. With devices and equipment to protect from voltage source distortion and line notching. 2. Operate and function normally from voltage source: a. That may contain up to 5 percent Total Harmonic Distortion (THD) with individual frequency voltage harmonics ranging up to a maximum of 3 percent which may contain multiple line notches ranging in size up to the maximum limits defined in IEEE 519, Annex C N. Design each single and combined set of installed PSUs: 1. To limit production of voltage line notches to a size smaller for each notch than the maximum limits defined in IEEE 519, Annex C. 2. To limit its production of voltage and current harmonic distortion at the point of common coupling (PCC) which is herein defined as the feeder breaker from the 480V MCC that feeds each PSU. 3. Provide two sets of calculations: one PSU running; and two PSUs running on a single bus. O. Harmonic performance calculations: Based on the maximum available three-phase RMS symmetrical short circuit current at the power control center (PCC). Full load current based on the Contractor's submitted equipment characteristics. Use the worst case in the operational turndown range of the current harmonics generated by the PSUs. 1. Current Harmonic Distortion: Compute individual and total current harmonic distortion at the PCC in accordance with latest edition of IEEE Standard 519. 2. Normal Source Voltage Harmonic Distortion: Compute normal source voltage harmonic distortion at the location identified as PCC. a. THD: Not to exceed 5 percent, and b. Individual voltage harmonic distortion: Not to exceed 3 percent. P. Harmonic Mitigation Equipment: For proper system operation. 1. The OSS shall guarantee that the harmonic mitigation equipment provided with the new PSUs shall meet the requirements of IEE Standard 519 for the voltage and current distortion and line notching, and that the harmonic distortion limits hall not exceed the values specified thereto for General Systems. 2. Phase shift transformers, isolation transformers, reactors, passive and/or active harmonics filters, multi -pulse inverters, or other as required to meet the specified requirements. 3. Install within each PSU enclosure. 4. Harmonics testing: a. Confirm compliance with specified harmonics limitation criteria. b. Performed by the OSS. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 16 of 25 0515-294965 June 2024 Q. Disconnect Switch: Provide a 480 Volt main disconnect device which is interlocked and lockable. 1. Install the device such that it is continuously visible and accessible to maintenance personnel. 2. Device in "open" position: a. Disconnect power to PSU. b. Disconnect and isolate auxiliary sources of power (120 Volt) from PSU. C. Discharge components with stored energy such as capacitors to ground and, . d. PSU with its associated generator: In a safe condition for the performance of maintenance and repairs 3. Withstand and protect each PSU from fault currents internal to the PSU. a. For medium voltage applications: Draw -out type with a medium voltage vacuum contactor including a fused bolted pressure disconnect switch whose blades are externally visible from outside the enclosure. b. For all low voltage applications: Molded case circuit breaker with electronic trip device, or PSU manufacturer's standard main disconnect device assembly as approved by Engineer. C. Fault withstand and fault short time (2 second) ratings for the device: Greater than or equal to the maximum fault current available at the input line terminals of each PSU. R. Provide multi -function digital protection relay with CTs and PTs to trip the device when a fault is detected internal to the PSU. 1. Where a fused contactor is provided at the device, the protection relay to coordinate with PSU fuses to assure correct protection. 2. Where a molded case circuit breaker is provided with electronic trip device, the multi- function digital protection relay is not required. S. Provide a copper ground bus within each PSU enclosure, extending continuously in the lower portion of the enclosure. 1. Connect PSU equipment and component ground points, enclosure, frame, doors, and metal surfaces to the ground bus to assure a completely grounded enclosure meeting the requirements of safety codes and OSHA. 2. Provide accessible connection points at opposite ends of the ground bus for connection of facility 4/0 bare copper ground cable routed by the Contractor from plant ground grid. 3. A total of two ground connection points is required at the PSU ground bus for attachment of ground cable terminated with NEMA copper two -hole compression terminal lugs. T. PSU Control Panel: Accessible from the front of the enclosure through an approximately full- size gasketed door with chromium -plated or stainless steel three-point latch and hinges. U. Comply with requirements of Section 262505 "480V Control Panels." V. PSU Controls: 1. Accomplished through a PLC supplied by the OSS. Eagle Mountain WTP — Phase IV Expansion Ozone Generation Equipment Ozone Pre -Selection 463153 - 17 of 25 City of Fort Worth 0515-294965 June 2024 2. As specified in Section 406343 "Programmable Logic Controllers". 3. OSS to provide configuration and control programming of the PLC. 4. Control programming and functions: As indicated on the Drawings and Section 463150 "Ozone Systems General". 5. Contractor to furnish, install, and terminate the control wires . 6. OSS: To provide all PLC I/O for the PSU as indicated on the Drawings. 2.6 CLOSED -LOOP COOLING WATER SYSTEM A. The closed -loop cooling water system shall consist of loose components including: closed -loop cooling water pumps, heat exchangers, expansion tank, chemical pot feeder, air separator and necessary valves, accessories and appurtenances. The OSS shall size and provide the heat exchangers to be installed by the Contractor. All other components of the system shall be provided and installed by the Contractor in accordance with the Contract Drawings. B. Heat Exchanger Manufacturer: a. Alfa -Laval, Inc. b. Danfoss C. Standard Xchange Plateflow Series, Xylem. d. Tranter. Or approved equal. 2. Type: Double -wall plate and frame type with individual removable plates contained in a common carrier assembly 3. Design, manufacturer, and test the heat exchangers in accordance with the ASME Boiler and Pressure Vessel Code, Section VIII, Division 1 and stamp the heat exchangers with the Code Symbol. 4. Provide heat exchangers with a single pass, counter -flow, looped -flow "U" arrangement having all four water connections on one end of the heat exchanger. 5. Size heat exchanger frame to allow a minimum capacity expansion of 25 percent by the addition of plates. 6. Design each heat exchanger for 115 percent of the maximum closed -loop cooling water flow required for three ozone generators and the associated PSUs. 7. Process connections must be studded port type designed to connect to ANSI Standard 125 pound flanges. Bolt holes must straddle vertical centerlines. 8. Design piping configuration to allow back -flushing of the heat exchangers. 9. Plates: a. Material: 316 stainless steel b. Non -clog patterns 10. Gaskets: a. Material: EPDM b. Snap -on design or attached to plates with an adhesive 11. Frame, Supports, Carrying, and Guide Bars: Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 18 of 25 0515-294965 June 2024 a. Material: Carbon steel construction. b. Where nozzles penetrate frame, use a liner of the same materials as the plate. 12. Compression bolts: a. Alloy steel with an inert coating of zinc or cadmium to protect against corrosion. 2.7 INSTRUMENTATION AND CONTROL A. Install all process gauges and indicating transmitters furnished on the generator skid, and not directly mounted to piping, such that these readings may be read locally at the OIT to simplify monitoring by the operating staff. B. OIT Screens includes: 1. Inlet oxygen pressure, low-pressure switch, and high-pressure switch 2. Inlet oxygen flow rate 3. Discharge ozone temperature and high temperature switch 4. Discharge ozone pressure 5. Ozone generator cooling water outlet flow rate 6. Ozone generator cooling water inlet temperature 7. Ozone generator cooling water inlet pressure, low-pressure switch, and high-pressure switch 8. Ozone generator cooling water outlet temperature and high temperature switch 9. PSU cooling water outlet temperature and high temperature switch 10. PSU cooling water flow 11. Discharge ozone -in -oxygen concentration 12. Ozone production efficiency 13. Ozone production rate 14. On/off status for ozone generator C. Instruments, gauges, or other displays, which provide indication of process values or operational conditions, furnished with each ozone generator skid shall be arranged, mounted, and/or configured to permit viewing by Owner's personnel on either side of the skid. Displays shall be legible and directly viewable by Owner's personnel from finished floor elevation with mounting between 3 to 5 ft approximately. At minimum, displays include indicating parameter values associated with oxygen gas and cooling water flows, pressures and temperatures and ozone concentration readings, as specified in Paragraph 2.07.B. D. LCP: 1. Provide PLC based LCP for Power Supply Unit as specified in Section 463150 "Ozone Systems General". 2. Include all control and protective devices and functions as specified and as recommended by the OSS for a complete and operational system. 3. Accessible from the front of the PSU enclosure through full-size gasketed door with chromium -plated or stainless -steel latch and hinges. 4. Construct panel in accordance with Section 463150 "Ozone Systems General" and the requirements listed in this section. 5. The PLC system to network with the MOCP as shown on the drawings and described herein and in Section 463150 "Ozone Systems General". Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 19 of 25 0515-294965 June 2024 E. Refer to Section 463150 "Ozone Systems General" for process control. F. Protective devices: Functions in both the "Local" and "Remote" positions of the LOR switch. 1. Furnish the following protective devices as part of each PSU and connect to alarm and/or shutdown the PSU: a. Generator door open. b. PSU door open. C. PSU enclosure temperature high. d. Auxiliary circuit breakers trip. e. Rectifier overload. f. Rectifier temperature high. g. Inverter fan malfunction. h. Inverter over voltage. i. Inverter short circuit. j. Low coolant water flow (for oil and water coolant systems). k. Electronics (excessive dielectric tube or fuse) failure. 1. Emergency stop. M. Remote interlock. n. PSU overcurrent. o. PSU over frequency. p. PSU overvoltage. q. Generator over voltage. r. PSU ground fault. S. Generator inlet oxygen flow low. t. Generator inlet oxygen pressure low. U. Generator inlet oxygen pressure high. V. Generator discharge ozone temperature high. W. Generator cooling water flow low. X. Generator cooling water outlet temperature high. y. PSU cooling water flow low. Z. PSU cooling water outlet temperature high. aa. Ozone leak detected by ambient ozone monitor. bb. Oxygen leak and low oxygen detected by ambient oxygen monitor. G. Refer to The Ozone Generation P&IDs for further details of the control requirements. 1. Provide graphic displays at the OIT for the following alarms: a. GENERATOR DOOR OPEN b. PSU DOOR OPEN C. PSU ENCLOSURE TEMPERATURE HIGH d. AUXILIARY CIRCUIT BREAKERS TRIP e. RECTIFIER OVERLOAD £ RECTIFIER TEMPERATURE HIGH g. INVERTER FAN MALFUNCTION h. INVERTER OVER VOLTAGE i. INVERTER SHORT CIRCUIT j. COOLANT WATER FLOW LOW (if provided) k. ELECTRONICS FAILURE Eagle Mountain WTP — Phase IV Expansion Ozone Generation Equipment Ozone Pre -Selection 463153 - 20 of 25 City of Fort Worth 0515-294965 June 2024 1. EMERGENCY STOP M. REMOTE INTERLOCK n. PSU OVERCURRENT o. PSU OVERFREQUENCY p. PSU OVERVOLTAGE q. GENERATOR OVER VOLTAGE r. PSU GROUND FAULT 2. Power supply monitoring instruments (plus or minus 2 percent accuracy) as follows: a. Incoming voltage meter with phase selector switch. b. Incoming amperage meter with phase selector switch. C. Incoming power meter (kW). d. Generator voltage. e. Generator current. f. Generator frequency. H. Factory mount LCP within the PSU enclosure and factory wired to all PSU components. Provide generator skid with suitably sized terminal boxes to collect all electrical power and signal conductors from all generator skid -mounted electrical components (power and signal in separate boxes) for interconnection to the respective PSU enclosure's termination points. I. Panel construction: Furnish a UL rated, NEMA 12 stainless steel LCP, as specified in Section 406717 "Industrial Closures". J. Power Supply Control 1. Control power supply on/off operation from within the PSU enclosure using a main line contactor. 2. Provide circuitry to ramp thyristor "gating" to a minimum level prior to the contactor opening or closing. 3. Equip PSU with main line and thyristor fuses for short circuit and overload protection. 4. PSU branch circuit feeders will originate at 480 Volt power distribution equipment provided and installed under Division 26. Protect branch circuit feeder from faults and overloads and provide a means to disconnect in accordance with the NEC at the power distribution equipment. 5. Provide signal isolation. K. Conduct data transfers (e.g., alarms, status, analog values, control signals, etc.) between the LCP, MOCP and the Plant SCADA system digitally via a data highway as shown on the Drawings. 2.8 OZONE GENERATOR APPURTENANCES A. OSS: Supply each ozone generator with the following appurtenances, as shown on the Drawings: 1. High concentration ozone gas analyzer as specified in Section 46 3150. 2. Motor operated V-port ball valve with associated control stations (MOVCS), for control/isolation of oxygen gas, ozone gas, and cooling water as specified in Sections 40 05 63 and 40 05 57. Pneumatic valve actuators are not permitted. Eagle Mountain WTP — Phase IV Expansion Ozone Generation Equipment Ozone Pre -Selection 463153 - 21 of 25 City of Fort Worth 0515-294965 June 2024 3. Pressure indicating transmitters and pressure switches as specified in Section 46 31 56. 4. Mass flow meters and indicating transmitters as specified in Section 46 3150. 5. Temperature gauges as specified in Section 46 31 56. 6. Temperature indicating transmitters and temperature switches as specified in Section 46 3156. 7. Isolation, check, pressure relief, air relief, drain, and depressurizing valves as specified in Division 40. 8. Skid grounding connection fitting to allow connection to the grounding conductors shown on the Drawings. 9. Miscellaneous piping, wiring, and appurtenances to form a complete system as shown on the Drawings. 10. Power disconnects for valve actuators. 11. All conduit and wiring for skid components, wired to terminal boxes for field connection to the PSU. Provide separate boxes for 480-volt power, 120-volt power or control, and 24 VDC analog signals and digital controls. Terminal boxes shall meet the requirements of Terminal Cabinets specified in Section 26 05 01 Miscellaneous Equipment. B. Each skid shall have a single point connection for connection of each pipe to work by Contractor for the following items. Piping ends shall be as specified herein unless otherwise shown on the Drawings. 1. Oxygen inlet gas piping. 2. Ozone (ozone -in -oxygen) outlet gas piping. 3. Ozone (ozone -in -oxygen) purge piping. 4. Cooling water supply piping. 5. Cooling water return piping. 6. Ozone vent piping (discharge of high concentration analyzer). 7. Cooling water air release valve outlet. 8. Drain piping. 9. Ozone generator gas pressure relief valve. C. Piping connections: All gaseous oxygen, ozone -in -oxygen gas, cooling water inlet and cooling water outlet connections shall be 150-pound class raised face flanges in accordance with ANSUASME B 16.5. D. Ozone generator skids, PSU skids, and associated piping shall be laid out in a neat and orderly manner with free and ready access to all equipment and appurtenances as required for operation and maintenance of the equipment. E. All code requirements, including the NEC, shall be strictly adhered to for electrical installations including required clear space. Electrical wiring and equipment shall be as specified in Division 26. F. Ozone generator skids, PSU skids, and all piping and appurtenances shall be properly supported and shall be designed to withstand seismic forces as specified in Sections 01 88 29 and Divisions 03 and 05. Note that this project's requirements are much more severe than typical. G. All piping shall be shop welded (brazed for copper piping) except at connections to valves and equipment where flanges shall be used. Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 22 of 25 0515-294965 June 2024 H. All ozone generator gas spaces and all gas piping shall be cleaned for oxygen service, inspected for cleanliness in the factory, and cleanliness tested at the factory in accordance with Section 40 0522. I. All wiring shall be factory tested for continuity. Control wiring shall be functionally tested from the respective project PSU controls. 2.9 FINISHES A. Prepare and shop paint all ferrous metal surfaces as part of the work of this section in accordance with the manufacturer's typical practices to include as a minimum sand blasting and grinding metal, primer coat, and two finish coats of textured semi -gloss color. B. Provide a No. 2B finish in accordance with AMP 503 to the exterior of the ozone generator vessel, including the dished -end heads (access doors). C. Finish color of PSU enclosures: Per OSS with approval by Engineer. D. Label all piping as to content and flow direction per Section 400553 "Identification for Process Piping". 2.10 SOURCE QUALITY CONTROL A. Refer to Section 463150 "Ozone System General" for requirements. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that facilities are ready to receive ozone generating and feed equipment. 3.2 INSTALLATION A. According to manufacturer's instructions. B. Repair and correct all marred and damaged coatings by the Contractor so as to maintain coating integrity in accordance with the manufacturer's requirements. C. The Work in this Section includes assisting the Painting Subcontractor in identifying equipment, pipe content and direction of flow. 3.3 FIELD QUALITY CONTROL A. Furnish the services of a factory representative for Three days who has complete knowledge of the proper installation, startup, and operation of the ozone generation equipment, to inspect the final installation and supervise a test run of the equipment. Eagle Mountain WTP — Phase IV Expansion Ozone Generation Equipment Ozone Pre -Selection 463153 - 23 of 25 City of Fort Worth 0515-294965 June 2024 1. Provide additional services, if there are difficulties in operation of the systems due to the manufacturer's fabrication or Contractor's installation. B. Field test the high voltage power cables and terminations by the factory representative as follows: 1. Cable and termination testing: In accordance with NETA standards and includes the following: a. Visual inspection b. Shield continuity test C. Insulation resistance test d. DC hipot test per IEEE Standard 400 2. Immediately notify the Engineer and do not energize the cables if any of the following conditions occur: a. Cable damage b. Improper installation or grounding C. Shield discontinuity or high resistance d. Dielectric absorption ratio and polarization index below 1.5 e. Abnormal plot of leakage current versus voltage 3. Defective or Damaged Cables a. The Engineer to make sole determination of the acceptability of the cables based on the submitted test reports. b. Do not energize cables until the test reports have been reviewed and approved by the Engineer. C. If, in opinion of the Engineer, the cables or terminations are determined to be damaged or defective, provide the following remedial actions: 1) Remove terminations and completely re -test the cables to determine whether the cables are damaged or defective. 2) Remove and replace damaged or defective cables as directed by the Engineer. 3) Remake terminations with new kits. 4) Completely re -test cable and terminations in accordance with Paragraph 3.03.B. C. Ozone Generation Equipment Field Testing: 1. OSS to perform Operational Readiness Testing (ORT), Functional Demonstration Testing and Site Acceptance Testing (SAT) on each ozone generator/PSU, as specified in Section 463150 "Ozone System General." D. CLEANING E. Furnish cleaning equipment (brushes, extension rods, and special tools, as required) for cleaning the dielectric tubes and the ozone generator stainless -steel tubes and enough cleaning fluid for two cleaning cycles for each generator. Eagle Mountain WTP — Phase IV Expansion Ozone Generation Equipment Ozone Pre -Selection 463153 - 24 of 25 City of Fort Worth 0515-294965 June 2024 F. Furnish two stainless -steel plate cleaning "dams" to control fluids during cleaning of the ozone generator stainless -steel tubes. Provide drilled Dams to match the bolt pattern of the generator head flange and complete with gasket, drain connection, drain valve and drain hose adapter. 3.4 DEMONSTRATION A. Demonstrate equipment startup, shutdown, routine maintenance, and emergency repair procedures to Owner's personnel. END OF SECTION 46 3153 Eagle Mountain WTP — Phase IV Expansion Ozone Pre -Selection City of Fort Worth Ozone Generation Equipment 463153 - 25 of 25 0515-294565 July 2024 SECTION 46 31 53.02 - NITROGEN BOOST SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. The equipment furnished under this Section shall be considered an integral component of the Ozone System and shall meet the overall system requirements and performance guarantees specified herein and in Section 463150 - Ozone System - General. 1.2 SUMMARY A. Section includes: B. 1. Nitrogen boost system - to provide a side stream of dried, compressed air to the oxygen gas supply for the ozone generation equipment. C. System Supplier (OSS) Scope of Supply and Services: 1. Design and furnish the nitrogen boost system, as specified in Section 463150 "Ozone System — General" and this Section. D. Contractor Scope of Supply and Services: 1. Install nitrogen boost system and non-skid mounted piping, wiring, conduit, valves, instruments, and appurtenances as indicated on the Drawings and in accordance with OSS instructions. 2. Coordinate work in Section 463150 "Ozone System — General" and this Section to provide a complete ozone system. E. Related Requirements: 1. Division 26 "Electrical." 2. Division 40 "Instrumentation." 3. Section 400522 "Stainless Steel Process Pipe and Tubing for Ozone Service." 4. Section 400553 "Identification for Process Piping." 5. Section 463150 "Ozone System General." 1.3 DEFINITIONS A. MOCP: Master Ozone Control Panel B. OSS: Ozone System Supplier 1.4 PREINSTALLATION MEETINGS Eagle Mountain WTP — Phase IV Expansion Nitrogen Boost System Ozone Pre -Selection 463153.02 - 1 City of Fort Worth 0515-294565 July 2024 A. Preinstallation meetings for the Ozone System are specified in Section 463150 — "Ozone System — General". 1.5 ACTION SUBMITTALS A. Comply with submittal and formatting requirements for Section 463150 Ozone System -General as they relate to the Nitrogen Boost System. B. Detailed electrical and control wiring diagrams for the nitrogen boost system, control panel front elevation showing all face -mounted equipment, control panel interior layout, drawing showing location of major components and other data as required for a complete installation including external connectors, and wire and terminal numbers for the nitrogen boost system. C. Certified dimensional drawings of major equipment and auxiliary apparatus, including installation drawings, and details and clearance around all equipment. D. Product Data: 1. Include construction details, material descriptions, model numbers and dimensions of individual components and profiles, and finishes. 2. Provide rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories, including: a. Motor size and ratings b. Nominal flow capacity C. Nominal compression/pressure ratings/capacities d. Operating pressure rating e. Outlet dewpoint rating f. Temperature rise and ratings g. Compressor maximum starts per hour h. Coalescing and particulate filter rated capacity i. Desiccant dryer system capacity j. Power requirements k. Pressure drops across filters 1. Noise data E. Shop Drawings: 1. Include plans, elevations, sections, and lifting and installation details. 2. Indicate dimensions, weights, loads, support locations, required clearances, method of field assembly, components, location and size of each field connection, process and instrument diagrams, and annotated catalog cutsheets. 1.6 DELEGATED -DESIGN SUBMITTAL A. Comply with submittal requirements for Section 463150 Ozone System -General as they relate to the Nitrogen Boost System. 1.7 INFORMATIONAL SUBMITTALS A. Comply with submittal requirements for Section 463150 Ozone System -General as they relate to the Nitrogen Boost System. Eagle Mountain WTP — Phase IV Expansion Nitrogen Boost System Ozone Pre -Selection 463153.02 - 2 City of Fort Worth 0515-294565 July 2024 1.8 CLOSEOUT SUBMITTALS A. Comply with submittal requirements for Section 463150 Ozone System -General as they relate to the Nitrogen Boost System. 1.9 QUALITY ASSURANCE A. Comply with quality assurance requirements for Section 463150 Ozone System -General as they relate to the Nitrogen Boost System. B. Submit field quality control test plans, including 1. Vibration Test 2. Performance Test C. Submit field quality control test results certifying equipment meets the performance requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Comply with delivery, storage and handling requirements for Section 463150 Ozone System - General as they relate to the Nitrogen Boost System. 101�110161 W.11121 OWW."Ia"73iaRol A. Furnish special tools and test equipment required for the proper servicing of all equipment. Furnish all tools and test equipment in a suitable steel tool chest complete with lock and duplicate keys. B. Protect spare parts for long periods of storage. Pack in containers that are clearly identified with indelible paint stenciled markings as to contents. C. Furnish manufacturer recommended spare parts for normal operation and maintenance of the Nitrogen Boost System. At a minimum, furnish the following: 1. One replacement set of filter elements and one full desiccant recharge for the nitrogen boost system. 2. One complete set of bearings, gaskets, and O-rings for each nitrogen boost compressor. D. Provide to the Owner a list of all spare and replacement parts with individual prices and location where they are available. Prices to remain in effect for a period of not less than one year after start-up and final acceptance. 1.12 FIELD CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. Eagle Mountain WTP — Phase IV Expansion Nitrogen Boost System Ozone Pre -Selection 463153.02 - 3 City of Fort Worth 0515-294565 July 2024 A. Comply with warranty requirements for the Ozone System, as specified in Section 461350. "Ozone Systems General." PART 2 - PRODUCTS 2.1 SYSTEM DESCRIPTION A. Design and furnish one nitrogen boost system to deliver clean, dry, pressurized air at the OSS- required rate to the oxygen feed system. Each nitrogen boost system must be a complete skid - mounted system that includes duplex, horizontal tank mounted air compressors, desiccant dryer, controls, and accessories. B. Include the following equipment for each nitrogen boost skid: 1. Two (1.0 micron) coalescing filters upstream of desiccant dryers, each with a differential pressure gauge. 2. One pair of pressure -swing desiccant dryer towers 3. One set of duplex type air compressors 4. One air receiver tank 5. Two (0.1 micron) absolute particulate filters downstream of dryers, each with a differential pressure gauge. 6. Two ambient air-cooled aftercoolers, each sized for the full rated capacity of the nitrogen boost system. Pipe aftercooler drains using cooper tubing to the nearest floor drain. 7. One mass flow controller as specified in this Section. 8. One pressure indicating transmitter. 9. One pressure -regulating valve. 10. One spring -loaded wafer style check valve. 11. One outlet connection for N2 feed to GOX line with flex coupling. 12. One dew point analyzer as specified in Section 463153.05 "Ozone System Instruments". 13. Preassemble system with associated valves, dryers, filters, instruments, and piping on a skid prior to shipment to the field. C. Receiver Mounted Air Compressor(s): 1. 2. Type: Rotary scroll, duplex type, air cooled. 3. One hundred percent oil free. Lubricated compressors with oil removal filter will not be allowed. 4. Automatic unloading during startup. 5. Mount motor and compressor on common steel base attached to receiver. a. Premium efficiency Motors per NEMA MG 1 and TEFC enclosures. 6. Compressor connected to motor by V belt drive system with guard and convenient method of belt tensioning. 7. Capable of operating continuously at 104 degrees F inlet air temperature at specified output without overheating. 8. Equip with combination air intake filter/silencer and discharge cushion chamber. 9. D. Air Receiver: Eagle Mountain WTP — Phase IV Expansion Nitrogen Boost System Ozone Pre -Selection 463153.02 - 4 City of Fort Worth 0515-294565 July 2024 1. One horizontal receiver with compressor assemblies mounted on tank. Welded carbon steel receiver bearing ASME code stamp and with inspection openings. 2. Design Working Pressure: To be determined by OSS. 3. Corrosion Allowance: l/16 inch. 4. Pressure gauge with gauge cock. 5. Electrically -operated automatic drain trap. 6. E. Desiccant dryer Towers: a. Type: Regenerative, heatless with muffler b. Pressure rating: 150 psig. C. Capacity: 100 percent of maximum design flow (redundant units) d. Desiccant: synthetic zeolite or activated alumina e. Include all necessary solenoid valves and controls to cycle between the duty and reactivating towers. KvUKOMI]ZT41rI]9a)W A. Air compressor and receiver for the nitrogen boost system: a. Atlas Copco. b. Powerex. C. Air Squared. d. Quincy e. Or equal approved by Engineer B. Desiccant Dryer for the nitrogen boost system: a. Altec Air b. Parker Airtek C. Or equal approved by Engineer 2.3 PERFORMANCE CRITERIA A. Nitrogen Boost System: 1. Material handled: Ambient Air 2. Inlet temperature: 40 degrees to 100 degrees F 3. Humidity: 100 percent 4. Inlet elevation: 805 feet plus or minus above sea level 5. Maximum dew point: -90 degree F 6. Maximum noise level: 85 dBa at 3 feet away 7. Maximum desiccant dryer pressure drop: 10 psi 8. Maximum particulate filter pressure drop: 2 psi 9. Compressor maximum motor size: 5 hp 10. Capacity: To be determined by OSS. 11. Operating discharge pressure: To be determined by OSS 12. Receiver capacity: To be determined by OSS and sufficient to prevent excessive starting of compressors. 2.4 CONTROL PANELS Eagle Mountain WTP — Phase IV Expansion Nitrogen Boost System Ozone Pre -Selection 463153.02 - 5 City of Fort Worth 0515-294565 July 2024 A. Provide each nitrogen boost skid with a remote I/O (RIO) panel as specified in Division 26, Section 463150 "Ozone System — General" and this Section. 1. Classification: NEMA 12 and constructed of painted steel. 2. Materials: As specified in the Area Classification and Materials Schedule shown on the Drawings. 3. At a minimum, incorporate the following general control concepts to allow interface with external systems and devices: a. Local/Off/Remote Selector Switch. b. Hand/Off/Auto Selector Switch. B. Control Panel: Mount in accessible location on skid. C. Pre -wired control components. D. RIO panel: 1. Connects the nitrogen boost system associated PO signals to the Master Ozone Control Panel (MOCP) PLC via Ethernet communication. 2. Provide RIO Panel hardware and control panel components same type and configuration as all other control panels provided by the OSS and as specified in Division 26. E. Control Components: Operate on 120-volt ac power supply. F. Power Supply: 480 volts, three-phase, 60 Hz. G. Coordinate control tags (status, control, alarms) to be monitored by Plant SCADA system. Refer to the contract drawings for complete signals list. Provide the following information as a minimum: 1. Discrete Inputs: a. System Enable from MOCP. b. START/STOP, One per compressor. 2. Discrete Outputs: a. ON status, one per compressor. b. FAIL status, one per compressor. C. REMOTE status. d. Discharge Valve FAIL status. e. HIGH TEMPERATURE on compressor motor, one per compressor. 3. Analog Output: a. Discharge flow. b. Discharge pressure. C. Analog Input: Discharge valve position command from MOCP. 4. All other functionalities shown on drawings and not listed above. H. Refer to Process and Instrumentation Diagram and "Process Control Descriptions" in Section 40 6196 for control descriptions. 2.5 PIPING AND ACCESORIES A. Design the layout of the nitrogen boost system skid in a neat and orderly manner to maintain all required clearances and provide free and ready access to all equipment and appurtenances as required for operation and maintenance of all associated equipment. Eagle Mountain WTP — Phase IV Expansion Nitrogen Boost System Ozone Pre -Selection 463153.02 - 6 City of Fort Worth 0515-294565 July 2024 B. Shop weld all skid mounted piping except at connections to valves and equipment where flanges shall be used. C. Flexible Discharge Connection: 1. Manufacturer: U.S. Flex 2. Product Type: BMH D. Safety Valves: 1. Manufacturers: a. Consolidated. b. Crosby. 2. Fabrication: Bronze body, bronze base, disc with steel spring, top outlet, and malleable iron lifting lever. 3. In accordance with ASME Code for Unfired Pressure Vessels. 4. Relief pressure and capacity to be determined by OSS. E. Check Valves: 1. Manufacturers: a. Mueller Specialty Mode172 b. APCO Series 9000 C. Or approved equal. 2. Body: Type 316 stainless steel 3. Disk: Type 316 stainless steel 4. Seats: Resilient 5. Seal: Viton or EPDM 6. Hinge pin: Type 316 stainless steel 7. Spring: Type 316 stainless steel 8. Rated pressure: 275 psig at 100 deg F. F. Nitrogen Gas Mass Flow Control Valve: 1. Manufacturers: a. Sierra Smart -Track 2 b. Or equal approved by Engineer. 2. Wetted Material: 316 stainless steel, Viton O rings 3. Mass flow rates to be selected by OSS. 4. Accuracy: 1.0% of full-scale 5. Repeatability: 0.2% of full scale 6. Control Range: 2-100% of full scale flow 2.6 SOURCE QUALITY CONTROL A. Perform factory acceptance tests on the nitrogen boost system and control panel and provide certified test results, including: 1. Pneumatic test of entire supplemental nitrogen system to identify any leaks. Repair any leaks identified in pneumatic test and repeat test until there are no leaks. 2. Test all wiring for continuity. Power, instrumentation, and control wiring shall be functionally tested from the skid mounted control panels. 3. Prepare factory test and inspection reports and submit to Engineer for review and approval.. Eagle Mountain WTP — Phase IV Expansion Nitrogen Boost System Ozone Pre -Selection 463153.02 - 7 City of Fort Worth 0515-294565 July 2024 PART 3 - EXECUTION 3.1 INSTALLATION A. General: Install skid -mounted nitrogen boost system on vibration isolators in accordance with manufacturer instructions. B. Piping : Install full-size flexible discharge connection, check valve, and isolation valve. C. Air Compressor Piping: 1. Install in accordance with manufacturer 's piping diagrams. 2. Pipe relief valve, tank drain, and filter drain to local drain. 3.2 FIELD QUALITY CONTROL A. Manufacturer's Services: Furnish the services of a factory representative from the OSS who has complete knowledge of the proper installation, startup, and operation of the Nitrogen Boost System, to supervise and inspect the installation and testing of equipment, as specified in Section 463150 "Ozone System General". B. Vibration test of skid -mounted nitrogen boost system: 1. Unit should not develop amplitudes of vibration in excess of manufacturer's recommendations. 2. Field test with unit installed and in normal operation. 3. If unit exhibits vibration in excess of the manufacturer's recommendations, adjust or modify as necessary. Replace at no additional cost to Owner if unit cannot be adjusted or modified to meet manufacturer's recommendations. C. Performance Test: 1. Perform unit under actual operating conditions as part of the ozone generator equipment and subsystem and performance tests as specified in Sections 463150 "Ozone System — General" and 463153 "Ozone Generation Equipment". 2. Submit certified copies of the test results to the [Construction Manager] [Engineer] in accordance with Section 013300 within 5 days of completion of the tests. 3. If the unit does not meet the manufacturer's specifications, adjust, realign, or modify the units and retest. 3.3 TRAINING OSS factory representative must provide training on the nitrogen boost system as specified in Sections 463150 "Ozone System — General". END OF SECTION 46 3153.02 Eagle Mountain WTP — Phase IV Expansion Nitrogen Boost System Ozone Pre -Selection 463153.02 - 8 City of Fort Worth 5015-294565 June 2024 SECTION 46 31 54.35 - OZONE DISSOLUTION SYSTEM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. The equipment furnished under this Section is an integral component of the Ozone System and should meet the overall system requirements and performance guarantees specified herein and in Section 463150 "Ozone System — General". 1.2 SUMMARY A. Section includes: 1. Vertical Multistage Inline Pumps 2. Venturi Injectors 3. Pipeline Contactor with Nozzles and Static Mixers, if applicable B. Ozone S stem Su plier OSS Sco e of Su Ply and Services: Furnish the following. 1. Four 4-inch side -stream venturi injectors (SVIs), two per ozone contactor, wi 3-inch gas suction ports for the ozone side -stream dissolution system 2. Two 42-inch pipeline contactors, each with gas mixing nozzles. 3. Four ozone delivery manifolds, one per side -stream injector, including flow meter and control valve. C. Contractor Scope of Supply and Services 1. Provide four side -stream injection pumps and all associated piping, valves, instrumentation, and appurtenances. 2. Provide ozone gas piping and all instruments, valves, and appurtenances and connect to the OSS provided SVIs. 3. Install the following equipment's furnished by OSS a. Side -stream venturi injectors with gas suction ports b. Pipeline flash reactor with gas mixing nozzles D. Related Requirements: 1. Section 400593.23 "Low -Voltage Motor Requirements for Process Equipment" for power factor correction capacitor requirements. 2. Division 40 for instrumentation, except as provided as part of the Ozone System 3. Division 40 for piping, valves and accessories. 4. Electrical work, except as specified in Section 463150 and this Section, per requirements of Division 26. Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 1 City of Fort Worth 5015-294565 June 2024 5. Section 463150 "Ozone System General" 1.3 COORDINATION A. Contractor to coordinate installation requirements for the ozone side -stream dissolution system with the OSS. 1.4 DEFINITIONS A. PFR: Pipeline Flash Reactor B. MTE — Mass Transfer Efficiency C. SVI — Side -stream Venturi Injector 1.5 PREINSTALLATION MEETINGS A. Preinstallation meetings for the Ozone System are specified in Section 463150 - "Ozone System -- General". 1.6 ACTION SUBMITTALS A. A.In addition to the requirements of Section 463150 "Ozone System General", submit documents as outlined below. B. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for stainless steel components. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. C. Shop Drawings: 1. Include plans, elevations, sections, and mounting and attachment details. 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field A2connection. 3. Detail fabrication and assembly pipeline flash reactor. 4. Include diagrams for power, sign D. Submittals for the ozone side -stream dissolution system to include following: 1. Side -Stream Injection System a. Drawings and data as required to describe the system and indicate compliance with this Section. Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 2 City of Fort Worth 5015-294565 June 2024 1) Include scaled plans, sections and details showing dimensioned equipment and piping layout; valve and appurtenance list and pipe schedule; and data sheets or catalog cuts on valves, appurtenances, and piping system components. 2) Furnish certified dimensional drawings, bill of materials, and weights of each item of equipment and auxiliary apparatus including shop fabrication drawings, installation drawings, and details. b. Tables and graphs characterizing gas suction capacity of side -stream SVIs over the complete range of operational conditions as specified herein. C. Include tables and curves to provide gas suction capacity for the following: 1) Motive water pressure (psig): At required pressure 2) Outlet discharge back pressure (psig): 10 3) Gas inlet pressure (psig): -2 to 10 d. Data on pressure drops across ozone supply gas piping and injection assembly of system over range of operational conditions. 1) Provide pressure data for SVIs and related appurtenances, pipeline contactor mixing nozzles, and upstream air dams. e. Data on mass transfer efficiency for SVIs and contactor nozzle manifolds, and overall system over range of operational conditions. f. OSS to provide CFD to determine gas/liquid mixing efficiency and CoVs. 1) Include CFD report for review and approval by Engineer. 2) Report shall include calculations of mixing parameters (suc ation and area -weighted mixing uniformity index) f pipeline flash reactor o er range of operating conditions. g. Hydraulic calculations for complete side -stream system based on the actual submitted and approved piping, fittings, valves, and appurtenances to confirm that the specified pumping system is suitable to provide adequate motive water flow and pressure for ozone injection and mixing. h. Certified dimensional drawings of major equipment and auxiliary apparatus. 1.7 DELEGATED -DESIGN SUBMITTAL: A. Comply with submittal requirements for Section 463150 "Ozone System- General" as they relate to the "Ozone Dissolution System — Side stream injection". 1.8 INFORMATIONAL SUBMITTALS A. Comply with submittal requirements for Section 463150 "Ozone System- General" as they relate to the "Ozone Dissolution System — Side stream injection". Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 3 City of Fort Worth 5015-294565 June 2024 1.9 QUALITY ASSURANCE A. Comply with submittal requirements for Section 463150 "Ozone System- General" as they relate to the "Ozone Dissolution System — Side stream injection". 1.10 CLOSEOUT SUBMITTALS A. Comply with submittal requirements for Section 463150 "Ozone System- General" as they relate to the "Ozone Dissolution System — Side stream injection". 1.11 DELIVERY, STORAGE, AND HANDLING A. Comply with submittal requirements for Section 463150 "Ozone System- General" as they relate to the "Ozone Dissolution System — Side stream injection". 1.12 TOOLS AND SPARE PARTS A. Furnish special tools and test equipment required for the proper servicing of all equipment. Furnish all tools and test equipment in a suitable steel tool chest complete with lock and duplicate keys. B. Protect spare parts for long periods of storage. Pack in containers that are clearly identified with indelible paint stenciled markings as to contents. C. Provide to the Owner a list of all spare and replacement parts with individual prices and location where they are available. Prices to remain in effect for a period of not less than one year after start-up and final acceptance. 1.13 FIELD CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings 1.14 WARRANTY A. Comply with warranty requirements for Section 463150 "Ozone System- General" as they relate to the "Ozone Dissolution System — Side stream injection". PART 2-PRODUCTS 2.1 SYSTEM DESCRIPTION A. Side -stream pumps draw water from the raw water pipeline. Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 4 City of Fort Worth 5015-294565 June 2024 1. The side -stream pumps boost pressure to convey motive water at the necessary pressure and flow to side stream SVIs. 2. Side -stream SVIs utilize the venturi effect to draw ozone gas into the motive water. 3. Ozonated motive water is conveyed to a pipeline flash reactor which mixes ozonated motive water with the primary process flow through turbulence induced by mixing nozzles. B. Side -stream Ozone Dissolution System 1. Pipeline flash reactor with mixing nozzles 2. Side -stream Venturi Injectors 3. Ozone Gas Manifold Assemblies 4. Valves and Appurtenances C. Side -Stream Injection Pumps 1. Valves and Appurtenances 2.2 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include the following: 1. Side -stream ozone injectors (a) and nozzle manifolds (b): a. Mazzei Injector Company b. No substitutions allowed. 2. Ozone Gas Manifold Assemblies: a. OSS to assemble individual components and provide as a complete assembly. 2.3 PERFORMANCE REQUIREMENTS A. Side stream Injection System: Design side stream injection system for the following conditions: 1. Plant Flow: 57 Million Gallons per Day a. Initial Condition: 39 Million Gallons per Day b. Future Design Condition: 57 Million Gallons per Day 2. Maximum Initial Installation Capacity: a. Ozone: 1050 pounds per day b. Ozone in Oxygen Concentration: 10 percent C. d. With 2 contact basins, 2 pipeline flash reactors, and 4 SVIs in service. 3. Minimum initial installation capacity Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 5 City of Fort Worth 5015-294565 June 2024 a. Ozone: 130 pounds per day b. Ozone in Oxygen Concentration: 8 percent C. Plant flow rate: 9.5 Million Gallons per Day d. With 1 contact basin, 1 pipeline flash reactor and 1 SVI in service. 4. Maximum future condition capacity a. Ozone: 1500 pounds per day b. Ozone in Oxygen Concentration: 10 percent C. A d. With 2 contact basins, 2 pipeline flash reactors and 4 SVIs in service. 5. Operate side stream injection system to meet the following conditions: Aa. MTE: 95% percent at total water depth 23 feet. b. Maximum water temperature: 90 degre C. Minimum ozone residual: 0.3 milligram per liter at outlet of diffusion chambers. 6. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes. 7. Temperature Change: 30 deg F to 120 degrees F. B. Pipeline Flash Reactors: Design nozzle manifolds for following service: 0 1. Fluid: 1.5 to 3 ppm ozone -in -water ozone dosage 2. Fluid Pressure (psig): Atmospheric to 65, 100 test 3. Fluid Temperature (degrees F): 32 to 90 C. Side -Stream Venturi Injectors: 1. Side -stream SVIs designed for liquid, gas, and gas/liquid mixtures corresponding to following service conditions: a. Fluid Pressure (psig): Atmospheric to 100, 125 test b. Fl a green F): 32 to 90 C. Ga . 8 to 10 percent weight ozone -in -oxygen d. Ga to 10 e. Gas Temperature (degrees F): 32 to 115 2. Operate high -efficiency, venturi-type, differential pressure SVIs at constant motive water flow rate, constant motive water pressure, variable outlet water back pressure (includes water column and nozzle losses), and variable ozone gas supply pressure, to produce range of gas suction capacities as follows: a. Motive flow per SVI (gallons per minute): 1000 maximum b. Motive water inlet pressure (psig): 80 maximum C. d. Ozone generator outlet pressure (psig): 10 e. and downstream Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 6 City of Fort Worth 5015-294565 June 2024 2.4 SIDE -STREAM INJECTION SYSTEM A. System Includes 1. OSS provided: a. Two pipeline flash reactors: Two 42-inch pipeline flash contactors with 42-inch Xi f(i�U b. Four side -stream SVIs: Four 4-inch SVIs wiAA inch s suction ports. 2. Contractor Provided a. Four motive water pumps (2 duty, 2 standby) b. All interconnecting piping and fittings to create a complete and functional system. C. All associated piping, valves, instrumentation, and appurtenances as shown on the Contract Drawings and as required for complete system. B. Pipeline Flash Reactor 1. Pipeline flash reactors: Designed by Mazzei Injector Corporation to establish ample mixing energy within the contact chamber to fully mix the primary and ozonated side stream flows, thereby achieving the guaranteed minimum mass transfer efficiency. C. Side -Stream Venturi Injectors 1. Inject to have 4-in Type 316L stainless steel flanged inlet and outlet connections and 2 singl 3 'n flanged gas suction port. Construct SVIs of all Type 316L stainless steel. 2.5 GENERAL FINISH REQUIREMENTS A. Stainless -steel components factory cleaned and finished. B. Provide minimum No.4 surface finish in all cases. C. Packaging for shipping and storage: Suitable to maintain finish integrity until time of installation. 2.6 SURFACE PREPARATION AND SHOP PAINTING A. Do not paint Stainless steel surfaces. 2.7 SOURCE QUALITY CONTROL A. Comply with submittal requirements for Section 463150 "Ozone System- General" as they relate to the "Ozone Dissolution System — Side stream injection". Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 7 City of Fort Worth 5015-294565 June 2024 PART 3 - EXECUTION 3.1 3.2 3.3 EXAMINATION A. Examine final installation with manufacturer or manufacturers certified representative present for compliance with manufacturers requirements for installation, tolerances, and other conditions affecting performance of the Work. B. Examine all products prior to installation in the presence of the Engineer. 1. Engineer may reject any products that have been compromised due to shipping, handling or storage, or that are found to be defective at time of delivery or install. C. Examine roughing -in for piping systems to verify actual locations of piping connections and confirm critical elevations and dimensions as shown in the contract drawings and submitted and approved installation before installation. D. Proceed with installation only after any unsatisfactory conditions have been corrected. INSTALLATION A. Comply with requirements for pipe hangers and supports specified in Section 400507 "Hangers and Supports for process Piping." B. Install ozone contacting equipment per manufacturer's instructions and recommendations in locations shown on Drawings. 1. Installation includes furnishing required lubricants for initial operation and one year of operation. 2. Grades of oil and grease per Manufacturer and brands of oil and grease per Owner's requirements. C. Set anchor bolts per manufacturer's recommendations. D. Repair and correct marred and damaged coatings and finishes to maintain integrity per manufacturer's requirements. E. Cover and protect ozone contacting equipment, manways, and gaskets from damage during installation. F. Manufacturer's representative, knowledgeable in installation, adjustment, and operation of each item of equipment, to visit site and instruct Contractor on correct installation procedure prior to commencement of installation work. STARTUP SERVICE A. Engage a factory -authorized service representative to perform startup service for all components of the side -stream injection system. Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 8 City of Fort Worth 5015-294565 June 2024 1. Complete installation and startup checks according to manufacturer's written instructions. 2. Complete hydrostatic testing of all piping to ensure water tightness and integrity. 3. Field Clean piping, fittings, and equipment that will come in contact with oxygen and ozone feed gas per CGA4.1 for ozone and oxygen services, per Section 463150. 4. Bump test all pumps to ensure proper direction of rotation. B. Pump Startup: 1. Operate, in the presence of Engineer, all installed side stream pumps through the complete and installed side stream piping system. Supply gaseous oxygen into the SVIs at representative flows, to confirm pump operation. Fill Ozone contactor with water at maximum operating water level for all pump tests. 2. Use individual pump isolation valves to throttle pump flow and establish the pump curve. Operate each pump with its corresponding SVI and record the following for a minimum of five conditions equally spaced across the full speed pump curve from the full open valve condition to dead head: a. Pump suction pressure (psi) b. Pump discharge pressure (psi) C. System flow (gpm) A. Side Stream System Startup 1. Operate the complete side stream system to confirm proper operation including gas flow control, by operating the system in automatic mode. 2. Perform initial tests with oxygen only. 3. Testing with oxygen should simulate the primary, maximum and installation conditions as described herein. For each condition, vary t pressure from -2 psig to 10 psig and record the following: a. Pump suction pressure (psi) b. Pump discharge pressure (psi) C. System flow (gpm) d. Injector motive water inlet pressure (psi) e. Injector motive water outlet pressure (psi) f. Injector gas inlet pressure (psi) g. Gas flow rate (scfm) h. Gas control valve position (% open) of all elements, minimum initial he SVI gas inlet 4. Compile all recorded data and submit to Engineer for review within two weeks. a. Include a statement from the SVI and nozzle manifold manufacturer and OSS that the gas flow control and delivery systems are operating as intended and are acceptable. 5. Approval of startup test results from the SVI and nozzle manifold manufacturer, the OSS, and the Engineer are required prior to operating the system with ozone generation systems online. Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 9 City of Fort Worth 5015-294565 June 2024 3.4 FIELD QUALITY CONTROL A. Furnish factory representative with knowledge of installation, startup and operation of ozone generation equipment, to supervise and inspect installation and testing of equipment, per Section 463150 "Ozone System General". B. In presence of Engineer, field test equipment to determine satisfactory operation in compliance with this Section. C. Verify safety and protective devices are in proper adjustment, after installation is completed and approved by manufacturer's representative and system operated for sufficient period to make corrections and adjustments. D. During test period, operate equipment for not less than 4 hours for minimum, average and maximum plant flow test conditions, during which time readings of essential data will be taken and recorded at 15-minute intervals. E. Submit field test plan, including test data sheets, to Engineer for approval at least 30 days prior to testing equipment. F. MTE Testing includes following: 1. Side -stream Injection System: Test of specified minimum transfer efficiency (MTE). Test conditions and calculation procedures: a. Plant Flow, mgd 1) Minimum Flow Condition: 19 2) Average Flow Condition: 39 3) Maximum Flow Condition: 57 b. No. Side -Stream Pumps in Service 1) Minimum Flow Condition: One 2) Average Flow Condition: One 3) Maximum Flow Condition: One C. No. Injectors in Service 1) Minimum Flow Condition: One 2) Average Flow Condition: One 3) Maximum Flow Condition: One d. No. Pipeline Flash Reactors in Service 1) Minimum Flow Condition: 1 2) Average Flow Condition: 1 3) Maximum Flow Condition: 1 e. Minimum Ozone Residual at First Sample Point, mg/L Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 10 City of Fort Worth 5015-294565 June 2024 1) Minimum Flow Condition: 0.3 2) Average Flow Condition: 0.3 3) Maximum Flow Condition: 0.3 f. Ozone Gas Concentration, Percent weight 2 1) Minimum Flow Conditioh 8 ercent 2) Average Flow Condition: 3) Maximum Flow Condition: 10 percent g. Ozone Offgas Concentration, Percent weight 1) Minimum Flow Condition: Insert Field Test Measurement 2) Average Flow Condition: Insert Field Test Measurement 3) Maximum Flow Condition: Insert Field Test Measurement h. Calculated MTE- Apply for each flow condition. 1) (Ozone gas concentration percent weight — Ozone Offgas concentration percent weight) * 100/ Ozone gas concentration percent weight i. Test Point Weight, percent 1) Minimum Flow Condition: 10 percent 2) Average Flow Condition: 70 percent 3) Maximum Flow Condition: 20 percent j. Weighted MTE - Apply for each flow condition. 1) (Calculated MTE* Test point weight in percent)/100 k. Total Calculated and Weighted MTE: sum of weighted MTE for all flow conditions . 2. Test conditions may vary depending upon flow and water quality conditions available at time of testing. 3. Measure and/or calculate and record following parameters for MTE tests: a. Plant flowrate (gpm, sum of all carbon contactor effluent flows including effluent and filter to waste). b. Motive water flowrate for each operational SVI (gpm). C. Total motive water flow rate (gpm). d. Motive water suction pressure for each operational Side -Stream Pump (psi). e. Motive water discharge pressure for each operational Side -Stream Pumps (psi). f. Ozone gas inlet pressure at SVI (psi). g. Motive water pressure at SVI inlet (psi). h. Motive water pressure at SVI outlet (psi). 1. Applied ozone dose (mg/L). j. Ozone offgas concentration (%, automatic and manual titration analysis). Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 11 City of Fort Worth 5015-294565 June 2024 k. Ozone gas flowrate (SCFM). 1. Transferred ozone dose (mg/L). in. Ozone residual concentration (mg/L). n. Side -stream gas -to -liquid ratio. o. Mass transfer efficiency (%). 4. Take and record readings at 15-minute intervals over duration of test for each plant flow test condition. 5. Take and record minimum of four consecutive readings for each condition. 6. Submit certified copies of test results to Engineer within five days of completion of tests. G. Wherever individual components of the side -stream injection system fail to meet specified performance, take corrective measures or remove and replace equipment with units that do meet specifications, and retest in event equipment fails to meet requirements specified herein. END OF SECTION 46 3154.35 Eagle Mountain WTP — Phase IV Expansion Ozone Dissolution System Ozone Pre -Selection 46 31 54.35 - 12 City of Fort Worth 0515-294965 June 2024 SECTION 46 31 55 - OZONE DESTRUCT EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. The equipment furnished under this Section is an integral component of the Ozone System and should meet the overall system requirements and performance guarantees specified herein and in Section 463150 "Ozone System General". 1.2 SUMMARY A. Section includes: Ozone Offgas Destruct System including the following components: a. Ozone offgas destruct unit b. Preheater unit C. Ozone offgas blower 2. Ozone purge -to -destruct unit 3. Off -gas demister equipment B. System Supplier (OSS) Scope of Supply and Services: Furnish Ozone Off -gas Destruct System, Ozone purge -to -destruct unit, and off gas demister equipment as specified in this Section. C. Contractor Scope of Supply and Services: 1. Install the Ozone Offgas Destruct System, ozone purge -to -destruct unit, and demister equipment with supervision by the OSS. 2. Furnish and install all associated nonskid -mounted and interconnecting piping, valves, operators, fittings, pipe supports, instrumentation, tubing, and accessories for complete off -gas collection and destruct system, as shown on the Drawings and specified herein. D. Related Requirements: 1. Division 26 Electrical. 2. Section 262923 "Variable -Frequency Motor Controllers" for VFDs. 3. Section 262505 "480V Control Panels." 4. Division 40 Process and Instrumentation 5. Section 400522 "Stainless Steel Process Pipe and Tubing for Ozone Service." Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 1 City of Fort Worth 0515-294965 June 2024 6. Section 400557 "Actuators for Process Valves and Gates." 7. Section 400553 "Identification for Process Piping." 8. Section 400563 "Ball Valves." 9. Section 400564 "Butterfly Valves." 10. Section 400565.23 "Swing Check Valves." It. Section 400578.13 "Air/Vacuum Valves for Water Service." 12. Section 400593.23 "Low -Voltage Motor Requirements for Process Equipment." 13. Section 463150 "Ozone System General" 1.3 DEFINITIONS A. OSS: Ozone System Supplier B. ODU: Ozone off -gas thermal -assisted catalytic destruction units C. LCP: Local Control Panel D. PLC: Programmable Logic Controller E. MOCP: Master Ozone Control Panel F. ODCP: Ozone Destruct Control Panel G. OIT: Operator Interface Terminal H. LOR: Local -Off -remote I. PDU: Purge -to -Destruct 1.4 PREINSTALLATION MEETINGS A. Preinstallation meetings for the Ozone System are specified in Section 463150 "Ozone System General". 1.5 ACTION SUBMITTALS A. In addition to the requirements of Section 463150 "Ozone System General", submit the following. B. Complete shop drawings of the Ozone Offgas Destruct System to establish compliance with this Section including internal piping schematic, wiring diagrams, control schematics, panel elevation drawings. 1. Demisters: a. Manufacturer, Model number b. Size Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 2 City of Fort Worth 0515-294965 June 2024 C. Type and materials of construction d. Entrained liquid capture efficiency. e. Max gas flow f. Pressure drop at max gas flow 2. Ozone Offgas Destruct and Purge -to -Destruct Units: a. Size b. Type and materials of construction C. Heat load capacity d. Pressure drop through entire off -gas system at the minimum and maximum off -gas flow rates. e. Inlet and outlet off -gas temperature 3. Pre -heater Units: a. Start-up and working electrical power requirements. b. Heater operating temperature 4. Catalyst Chamber (ODU and PDU): a. Size b. Type and materials of construction C. Materials, quantity d. Volume of the catalyst chamber and media e. Design and performance data demonstrating catalyst life and ozone destruction efficiency. f. Empty bed contact time g. Maximum face velocity 5. Off -gas blowers a. Design ratings, including: 1) Flow rate 2) Minimum and maximum static pressure 3) Minimum and maximum off -gas temperature b. Performance curves C. Motor data, speed, power, and efficiency 6. Motorized inlet air intake valve for the ozone offgas destruct skid. a. Manufacturer, Model number b. Size, type, and materials of construction 7. Magnetic motor starters: a. Manufacturer, size and type. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 3 City of Fort Worth 0515-294965 June 2024 8. Heater contactors and elementary control schematics for the local control panels for the ozone off -gas destruction units. 9. Variable frequency drive (VFD) submittal for ozone offgas blowers, conforming to Section 262923 "Variable -Frequency Motor Controllers." 1.6 DELEGATED -DESIGN SUBMITTAL A. Comply with submittal requirements for Section 463150 "Ozone System General" as they relate to the Ozone Destruction Equipment. 1.7 INFORMATIONAL SUBMITTALS A. Comply with submittal requirements for Section 463150 "Ozone System General" as they relate to the Ozone Destruction Equipment. 1.8 QUALITY ASSURANCE A. Comply with submittal requirements for Section 463150 "Ozone System General" as they relate to the Ozone Destruction Equipment. B. Submit Factory Acceptance Test (FAT) plans. C. Submit FAT test procedures, forms, and checklists. D. Submit field quality control test plans. E. Submit field quality control test forms, checklists, and documentation certifying equipment meets the performance requirements of this Specification. 1.9 CLOSEOUT SUBMITTALS A. Comply with submittal requirements for Section 463150 "Ozone System General" as they relate to the Ozone Destruction Equipment. 1.10 DELIVERY, STORAGE, AND HANDLING A. Comply with delivery, storage and handling requirements for Section 463150 "Ozone System General" as they relate to the Ozone Destruction Equipment. 1.11 TOOLS AND SPARE PARTS A. Furnish special tools and test equipment required for the proper servicing of all equipment. Furnish all tools and test equipment in a suitable steel tool chest complete with lock and duplicate keys. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 4 City of Fort Worth 0515-294965 June 2024 B. Protect spare parts for long periods of storage. Pack in containers that are clearly identified with indelible paint stenciled markings as to contents. C. Furni one set o manufacturer's recommended spare parts for normal operation and maint the Ozone Offgas Destruct System. At a minimum provide: 1. One demister pad and support hardware. 2. One heater element. 3. One full -vessel catalyst charge. 4. One set each of control circuit and line -power fuses for each size and type supplied with this equipment. D. Provide to the Owner a list of all spare and replacement parts with individual prices and location where they are available. Prices to remain in effect for a period of not less than one year after start-up and final acceptance. 1.12 FIELD CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.13 WARRANTY A. Furnish two-year manufacturer's warranty for Ozone Destruction Equipment and accessories in lieu of standard warranty requirements. PART 2 - PRODUCTS 2.1 SYSTEM DESCRIPTION A. The Ozone Offgas Destruct System draws off -gases from the headspace of an ozone contact basin through a demister pad, then it passes through off -gas piping into and through a heating chamber and catalyst trays before being drawn into the blower and being exhausted to the atmosphere via vent gas piping. B. The ozone offgas destruct system must be designed to maintain a negative pressure range of minus 2 inches to minus 6 inches of water column in the common headspace of the ozone contactor. C. Include the following equipment for the Ozone Offgas Destruct System: Ozone off -gas thermal -assisted catalytic destruction unit (ODU) a. Electric resistance heater Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 5 City of Fort Worth 2.2 0515-294965 June 2024 b. Catalyst trays 2. Off -gas blower a. Provide blower co -located on ozone destruct skid with discharge silencer, interconnecting piping, conduit and electrical wiring, valves, instrumentation, controls, control panels and all appurtenances and miscellaneous equipment, as shown on the PIDs. Demister a. Design demister to passively remove moisture from the inlet of the off -gas piping system and drain by gravity to the ozone contactor. 4. Factory -assembled and skid -mounted together on a common, hot dipped galvanized, structural steel skid and frame. 5. Provide equipment and piping suitable for moist ozone -in -oxygen service. D. Purge -to -Destruct System: Consist of catalytic destruction units, complete with interconnecting piping, conduit and electrical wiring, valves, and instrumentation all appurtenances and miscellaneous equipment as shown on the PIDs. 1. Factory -assembled and skid -mounted together on a common, hot dipped galvanized, structural steel skid and frame. 2. Provide equipment and piping suitable for moist ozone -in -oxygen service. E. Clean and certify all equipment, valves, analyzers, seals, gaskets, valve seats and associated appurtenances to be used with oxygen or ozone -in -oxygen for oxygen service before shipping to the plant site. F. All equipment, valves, valve seats, analyzers, seals, gaskets, welds and all associated appurtenances to be used with oxygen and ozone -in -oxygen must be resistant to degradation and gas losses due to the use of these gases. MANUFACTURERS A. The preheater and power controller for the offgas destruct system: 1. Chromalox 2. Watlow 3. Heatrex B. Offgas Catalyst Material: 1. "Carulite" by Carus Chemical Company 2. "Hopcalite" by Donaldson Co., Inc. C. Offgas Blowers: New York Blower Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 6 City of Fort Worth 0515-294965 June 2024 2. Cincinnati Fan 3. Gardner -Denver 4. Engineer -approved equal. D. Discharge Silencers: 1. Burgess -Manning Inc 2. Universal Silencer Americas E. Demisters: 1. Koch-Glitsch Ltd 2. AMACS Process Tower Internals 3. Begg Cousland Envirotec Limited F. Sight Glass: 1. L. J. Star 2. John C. Ernst Co 2.3 PERFORMANCE CRITERIA A. Ozone Off -Gas Destruction Unit: 1. Design rating of ODU to satisfy the following conditions: a. Number of Off -gas Destruct Units (Total/Duty/Standby): 2/l/1 b. Type: Thermal Catalytic C. Maximum Off -Gas Flow Rate Per Unit (scfm): 225 d. b�laximurrt"s Ozone Concentration at Design Maximum Gas Flow (percent gh . 1.8 e. Off -Gas R umidity (percent): 100.0 f. Off -Gas Inlet Temperature (min/max degrees F): 50/90 g. Catalyst Chamber Maximum Face Velocity (feet per second): 2.0 h. Catalyst Chamber Minimum Empty Bed Contact Time (seconds): 0.75 2. Design rating of preheater to satisfy the following conditions: a. Number of Number of Preheater Units per ODU skid: 1 b. Minimum Temperature Rise: 30 degrees F above inlet temperature C. Maximum Watt Density: 10 watts per square inch d. Maximum Preheater Power: 6 kW B. Ozone Off Gas Blowers: 1. Design rating of blower to satisfying the following conditions: a. Number of Off -gas Blowers: 2 b. Minimum/ Maximum Off -Gas Flow Rates (scf n): 23/225 Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 7 City of Fort Worth 0515-294965 June 2024 C. Minimum/ Maximum Off -Gas Temperature (degrees F): 50/120 d. Minimum Blower Static Pressure Rating (inches water column): 22 e. Minimum Motor Horsepower (hp): 7.5 C. Purge -to -Destruct Unit: Design rating of PDU to satisfy following conditions: a. Number of Purge -to -Destruct Units: 1 b. Maximum Purge -to -Destruct Gas Flow Rate Per Unit (scfm): as determined by OSS for pre -and post -purging of one ozone generator C. Inlet Temperature (min/max degrees F): 501100 d. Catalyst Chamber Maximum Face Velocity (feet per second): 2.0 e. Catalyst Chamber Minimum Empty Bed Contact Time (seconds): 0.75 D. Demister: Design rating of demister to satisfy following conditions: a. Maximum off -gas flow rate (scfm): 112 b. Maximum pressure drop at maximum off -gas flow rate (inches water column): 1 C. Minimum retention of entrained liquid size 3 microns or greater (percent): 99.9 d. Maximum face velocity at the demister pad (feet per second): 5.0. 2.4 OZONE OFF -GAS DESTRUCT UNITS A. Design Capacity: 1. Each ODU must have the design capacity to reduce the ozone concentration of the respective off -gas flow to less than 0.05 ppm by volume at the design maximum off -gas flow rate. Capable of continuous service under normal operation for at least two years without replacement of components. 2. Normal operation is defined as an off -gas flow rate equal to 50 percent of design maximum off -gas flow rate and an average untreated off -gas ozone concentration of 1.8 percent by weight. B. Preheater: 1. Type: Gas -tight electric resistance gas heater. 2. Material: Type 316L stainless steel with non -asbestos synthetic gaskets, to resist the inlet moist ozone -in -oxygen off -gas. 3. Support heater on the ODU skid by means other than the ductwork. 4. Gas -tight design with threaded compression fittings with non -asbestos synthetic washers to attach heating elements and prevent leakage of gas into terminal housing. 5. Design heater for use with moist ozone -in -oxygen off -gas. 6. Incorporate a thermocouple welded to the element sheath surface and wired to a terminal block for overheating protection. 7. Provide temperature element with indicating transmitter located at the outlet of each heater. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 8 City of Fort Worth 0515-294965 June 2024 a. Function of temperature sensing element is to monitor and transmit a signal to the heater PID type controller to maintain the minimum temperature rise specified in Performance Criteria above the inlet temperature over the entire off -gas flow and temperature range. b. The PID controller provides a deviation signal to a semi conducting relay (SCR) or power thyristor type power controller. C. Function of power controller is to modulate either the voltage or current to the heater element in direct proportion to the signal from the PID controller. d. It is not permitted to use the heater's cycling on/off control to maintain the setpoint. e. Provide power controller with protective devices as recommended by the manufacturer. C. Catalyst Bed: 1. Design and install ODUs to prevent any ozone off gas from bypassing the catalyst bed. 2. Material: Construct catalyst containment vessel, ductwork and other metallic components of Type 316L stainless steel. 3. Gaskets and seals: Ozone, oxygen, and heat resistant materials. 4. Containment Vessel: a. Design and fabricate the containment vessel to withstand the maximum internal pressure and vacuum to which it may be exposed under any operating condition. b. Design the vessel for ease of inspection and change out of the catalyst, by incorporating catalyst trays, or a removable access panel in addition to fill and drain ports. C. Insulate vessel and all piping downstream of the heater with aluminum jacketing. d. Install differential pressure indicating transmitter on each vessel in a readily accessible and visible location to monitor headloss buildup across the catalyst bed. 1) Provided all necessary tubing, fittings, and shutoff cocks. e. Provide drain at the bottom of the vessel with a valved outlet. f. Include a pressure relief valve or burst disk to relieve a rapid build-up of pressure by exothermic reaction of the catalyst with trace volatile organic carbon contaminants in the offgas. 1) Design relief system to release the design offgas flow at a relief pressure at least 50 percent below the design pressure rating of the containment vessel. 5. Catalyst: Non -hazardous manganese -dioxide -based material suitable for catalytic ozone destruction at specified inlet temperature as specified in Performance Criteria. D. Arrange preheater, vessel, off -gas blower, piping and all other components on the skid to provide accessibility for ease of maintenance. 1. As part of construction flange each unit to allow inspection and removal of heating elements for maintenance purposes and for the connection of inlet and outlet off -gas piping. 2. Provide flexible connections, metal hoses, etc.at inlet and outlet piping connections and all interconnections on the skid as required to avoid stress to any components due to thermal expansion and contraction. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 9 City of Fort Worth 0515-294965 June 2024 E. Provide a 316 stainless steel condensate pipe trap at low point of the inlet piping to the heater vessel and equipped with a dual automatic valve arranged in series to capture condensate from the untreated offgas. 1. Activate valves on a preset timed cycle (operator adjustable) to capture and discharge condensate to a nearby drain. F. Mechanical Gauge Panel: Equip each ODU skid with an integrally mounted mechanical gauge panel. 1. Provide indicating gauges (mechanical gauge with local readout only or indicating transmitters) for all parameters as recommended by the equipment manufacturer and as shown on the PIDs. 2. Locate panel on one side of the skid with all instruments mounted 3 to 5 feet above finished floor for direct viewing by the plant operator. 3. At a minimum, include the following instruments in the panel: a. Catalyst inlet off -gas temperature. b. Catalytic outlet off -gas temperature C. Catalytic unit differential pressure. d. Blower differential pressure. 2.5 OFF -GAS BLOWERS A. Furnish off -gas blowers as self-contained packages complete with drive units, motor starters, valves and all miscellaneous equipment required for operation as specified herein. B. Blowers: Must not surge at maximum inlet temperature, minimum inlet pressure, and maximum discharge pressure operating conditions. C. Type: Single -width, single -inlet, non -overloading, centrifugal type. D. All components of the blower exposed to off -gas: Type 316L stainless steel material. E. Dynamically balance the wheel and shaft assembly at the factory prior to shipping. F. First critical speed of the rotating assembly: Not less than 125 percent of the maximum recommended speed. G. Blower housing: Provide a drain connection at the low point of the scroll and a cleanout door, or other means of access to the housing interior. H. Bearings: Heavy duty grease lubricated anti -friction type with an AFBMA L-10 rating for 100,000 hours continuous operation. Provide temperature sensing devices to monitor blower/motor bearing temperature and alarm at high temperature. I. Install a differential pressure indicating transmitter on each blower to continuously monitor the blower performance. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 10 City of Fort Worth 0515-294965 June 2024 1. Mount transmitter on the blower. 2. Provide with all tubing, fittings and shutoff cocks. Provide a discharge silencer with each blower to limit sound pressure levels to 85 dBA at 3 feet in any direction when all blowers are operating at maximum speed. K. Motor: 1. Variable speed, driven via a variable -speed, horizontal electric motor, 2. TEFC enclosure, 3. Directly coupled to the blower and mounted on a common base plate. 4. Electric motors as specified in Section 400593.23 "Low -Voltage Motor Requirements for Process Equipment" for electric motors. 5. VFDs as specified in Section 262923 "Variable -Frequency Motor Controllers" for VFD. L. Provide a motorized open/close inlet valve with orifice plate on the inlet piping of each ODU to introduce outside air into the off -gas flow stream to allow the ODU to operate at low contactor off -gas flow rates below the turndown capability of the off -gas blower VFD. 1. Program the ODU control logic to open the valve at a preset minimum blower speed (operator -adjustable) to allow the blower to operate with supplemental air at a speed no less than 20 percent of rated speed. M. Design the system to maintain the off -gas vacuum setpoint in the headspace of each contactor train under low contactor off -gas flow rates without pulling in outside air through the pressure - vacuum relief valves located on top of the ozone contactor. N. Under normal operation, run each blower to maintain a minimum negative pressure in the ozone contact basin. 1. Monitor pressure with as pressure gauge and high -precision mercury manometer mounted in the off -gas outlet piping upstream of the demister fitting. 2. Furnish a pressure indicating transmitter on the off -gas header inlet piping for controlling the blower speed, as specified in Section 463156, "Ozone System Instruments". O. Instruments: Provide the following 1. At Inlet Piping: Medium -range ozone -in -oxygen analyzer and indicating transmitter in each ozone destruction system as specified in Section 463156 "Ozone System Instruments" to continually monitor the untreated off -gas. 2. At Discharge Piping: For each blower, include a low range ozone -in -oxygen analyzer and indicating transmitter as specified in Section 463156 "Ozone System Instruments" to continuously monitor the treated offgas. 2.6 CONTROL PANELS A. Provide Ozone Destruction Control Panel (ODCP) suitable for outdoor installation as shown on the Drawings. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 11 City of Fort Worth 0515-294965 June 2024 B. Each ODCP includes a programmable logic controller (PLC) and Operator Interface Terminal (OIT) as specified in Division 40. C. Include all control and protective devices and functions as recommended by the equipment manufacturer for a complete and operational system; In each PLC and OIT - incorporate the following general control concepts to allow interface with external systems and devices: Local/Off/Remote (LOR) modes of control: a. Local mode (implemented via ODCP PLC control logic and through the OIT): 1) Destruct Inlet Control Valve open/close. 2) Blower start/stop is manual. 3) Heater start/stop is manual. 4) Heater temperature is controlled via a temperature indicating controller (TIC) using closed loop control. b. Remote mode (implemented via MOCP PLC control logic): 1) Destruct inlet control valve opens and closes in response to manual or automatic control signals originating from the PLC. 2) Destruction heater turns on and off in response to manual or automatic control signals originating from the PLC. 3) Destruction unit heater differential temperature is automatically maintained via local closed loop controls. (No remote PLC temperature control action). 4) Off -gas blowers start and stop in response to manual or automatic control signals originating from the PLC. 2. Protective devices: Functions in both "Local" and "Remote" positions of the LOR switches. a. Furnish all protective devices, as shown on the Drawings and as listed below as part of the ODCP package and connect to alarm and shut down the affected system as indicated in the control descriptions. 1) High destruct unit outlet temperature. 2) Low destruct unit heater outlet temperature. 3) High destruct unit differential pressure. 4) High off -gas blower differential pressure. 5) High vent ozone gas concentration. Refer to the Process and Instrumentation Diagram and Control descriptions in Section 463150 "Ozone system General" for further details of the control requirements. D. Provide the following devices mounted on the panel for each ODCP: 1. 480 Volt main panel circuit breaker disconnect. 2. 480/120 Volt common control power transformer with primary and secondary fusing. E. Provide each ozone destruct OIT with the following software indications and functions: 1. Destruct unit inlet control valve "Local/Off/Remote" status indication. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 12 City of Fort Worth 0515-294965 June 2024 2. Destruct unit inlet control valve "Open/Close" controls. 3. Destruct unit inlet control valve "Opened/Closed" status indication. 4. Destruct unit inlet ozone -in -oxygen indication. 5. Destruct unit "Local/Off/Remote" status indication. 6. Destruct unit "Start/Stop" controls. 7. Destruct unit "Running/Not Running" status indication. 8. Preheater outlet temperature control. 9. Preheater outlet temperature indication. 10. High Preheater outlet temperature alarm. 11. Low Preheater outlet temperature alarm. 12. Destruct unit differential pressure indication. 13. High destruct unit differential pressure alarm. 14. Destruct unit outlet temperature control. 15. Destruct unit outlet temperature indication. 16. High destruct unit outlet temperature alarm. 17. Low destruct unit outlet temperature alarm. 18. Off -gas blower "Local/Off/Remote" status indication. 19. Off -gas blower "Start/Stop" controls. 20. Off -gas blower variable speed control. 21. Off -gas blower "Running/Not Running" status indication. 22. Off -gas blower elapsed run time. 23. High off -gas blower differential pressure alarm. 24. Destruct unit outlet ozone -in -oxygen indication. 25. Condensate trap inlet and outlet valve "Open/Close" status 26. Condensate trap on/off status indication 27. Condensate trap cycle time status indication 28. Additional functions, status indications, and alarms suggested by the manufacturer. F. Each ODCP accepts the following remote control and status input signals (from the MOCP): 1. Destruct unit inlet valve open/close signals. 2. Destruct unit outlet temperature setpoint. 3. Off -gas blower stop/start signals. G. Factory mounted on the associated ozone destruct skid base and factory interconnected to the all -skid components. H. Enclosure: NEMA 4X rated and constructed of 316 stainless steel. I. Provide main circuit breaker, motor starters, variable speed controllers, control power transformer, and branch circuit breakers in control panels to serve all ozone destruction components as specified herein. Provide each blower and destruction unit skid package with suitably sized terminal boxes to collect all electrical power and signal conductors from the skid -mounted electrical components (power and signal in separate boxes) for interconnection to the ODCP. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 13 City of Fort Worth 0515-294965 June 2024 K. The control panel components and construction: Conform to the requirements of Division 26. Refer to Section 406717 "Industrial Enclosures" for additional control panel construction requirements. L. Digitally transfer data via a data highway (e.g., alarms, status, analog values, control signals, etc.) between the ODCP and the Master Ozone PLC as shown on the Drawings. 2.7 DEMISTER A. Provide Ozone offgas demisters in the off -gas collection piping for each contact basin, as shown on the Drawings. B. Design demister to allow moisture removed by the demister pad to drain by gravity back into the ozone contact basin through the off -gas pipe connection. C. Each demister contains a single demister pad constructed of interwoven Type 316 stainless steel strands. Fabricate mist eliminator assemblies with flange end connections which allows for pad replacement without disassembling any other connection piping. D. Housing Material: Type 316L stainless steel housing with flanged ends. E. Gasket material: Expanded Viton GF. 2.8 PURGE -TO -DESTRUCT UNIT A. Capable of continuous service under normal operation for at least two years without replacement of components. 1. Normal operation is defined as the design purge -to -destruct ozone gas flow rate and an average ozone concentration of 10 by weight. B. Size PDUs to handle a pre -purge and post -purge cycle time of up to 5 minutes each at an ozone concentration of 10 percent. C. Design and install PDU to prevent any ozone gas from bypassing the catalyst bed. D. Material: Construct the catalyst containment vessel, ductwork and other metallic components of Type 316L stainless steel. 1. Gaskets: Expanded PTFE 2. Seals: Ozone, oxygen and heat resistant materials. 3. Containment Vessel: a. Designed and fabricated to withstand the maximum internal pressure and vacuum to which it may be exposed under any operating condition. b. Designed for ease of inspection and change out of the catalyst, by incorporating catalyst trays, or a removable access panel in addition to fill and drain ports. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 14 City of Fort Worth 0515-294965 June 2024 C. Insulate containment vessel and all piping downstream of the vessel with aluminum jacketing. d. Install a differential pressure indicating switch on each vessel to monitor headloss buildup across the catalyst bed. Permanently mount the indication switch. Provide with all necessary tubing, fittings and shutoff cocks. e. Provide a drain at the bottom of the vessel with a valved outlet. 4. Catalyst: Non -hazardous manganese dioxide -based material suitable for catalytic ozone destruction at 55 degrees F. E. Arrange PDU vessel, piping, and instruments on the skid to provide accessibility for maintenance. F. As part of construction, flange each unit to allow for inspection and removal of heating elements for maintenance purposes and for the connection of inlet and outlet off -gas piping. G. Provide flexible connections, metal hoses, etc., as required at inlet and outlet piping connections and all interconnections on the skid to avoid stress to any components due to thermal expansion and contraction. H. Provide all control and protective devices and functions as recommended by the equipment manufacturer for a complete and operational system" 2.9 SOURCE QUALITY CONTROL A. Factory Testing: FAT OSS to perform: a. FAT on the Ozone Offgas Destruct System and Purge -to -Destruct Unit furnished by the OSS and associated controls for proper functional performance of all controls, instrumentation, and protective functions. b. Tests based on a FAT plan reviewed and approved by the Engineer. The Engineer may witness the factory tests at expense. Provide certified copies of each factory test report. Factory tests to be satisfactorily completed and approved by the Engineer before shipment of equipment to the Site. 2. Test Format: Cause and effect. a. Person conducting test initiates an input (cause). b. Specific test requirement is satisfied if correct result (effect) occurs. Procedures, Forms, and Checklists: a. Conduct tests in accordance with, and documented on, accepted procedures, forms, and checklists. b. Describe each test item to be performed. C. Provide space after each test item description for sign off by appropriate party after satisfactory completion. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 15 City of Fort Worth 0515-294965 June 2024 4. Required Test Documentation: Test procedures, forms, and checklists to be reviewed and signed by OSS. 5. Conducting Tests: a. Wherever possible, perform tests using actual process variables, equipment, and data. b. If not practical to test with real process variables, equipment, and data, provide suitable means of simulation. C. Describe simulation techniques in test procedures. B. Electric motors: Shop test in compliance with Section 400593.23 "Low -Voltage Motor Requirements for Process Equipment" for electric motors. PART 3 - EXECUTION 3.1 3.2 3.3 EXAMINATION A. Verify that facilities are ready to receive ozone destruct equipment. INSTALLATION A. Install Ozone Offgas Destruct System in strict accordance with the manufacturer's instructions and recommendations in the locations shown on the Drawings. B. Furnish the required lubricants for initial operation and one year of operation. Use manufacturer recommended oil grades and grease. C. Set anchor bolts in accordance with the manufacturer's recommendations. D. Contractor to repair and correct all marred and damaged coatings to maintain coating integrity in accordance with the manufacturer's requirements. E. Contractor to assist the painting subcontractor in identifying equipment, pipe content, and direction of flow. FIELD QUALITY CONTROL A. Manufacturer's Services: Furnish the services of a factory representative from the OSS who has complete knowledge of the proper installation, startup, and operation of the Ozone Offgas Destruct System and purge -to -destruct system, to supervise and inspect the installation and testing of equipment, as specified in Section 463150 "Ozone System General". B. Perform field test of the Ozone Offgas Destruct System after installation has been completed and approved by the OSS manufacturer's representative and the system operated for a sufficient period to make all desirable corrections and adjustments. Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 16 City of Fort Worth 0515-294965 June 2024 C. Engineer to witness the field to determine that operation is satisfactory and in compliance with this Section and that all safety and protective devices are in proper adjustment. 1. During this test period, test system for minimum 8 hours, take readings of all essential data and record at 30-minute intervals. 2. Submit a field test report, including a test data sheet, to the Engineer for approval at least 30 days prior to testing the equipment. Include the following in testing: a. Test each ozone off -gas destruction system under actual operating conditions, including minimum and maximum off -gas flow rates as specified in Performance Criteria. b. Without ozone being produced, and the actual off -gas flow being produced when the plant is operational during static water flow conditions and water flow changing conditions, to determine that the operation is satisfactory and the equipment, including heater, heating chamber, catalyst and blower, provide the specified ozone destruction and maintain the specified vacuum above the water level in the ozone contact basin. 3. Submit certified copies of the test results to the Engineer within 5 days of completion of the tests. 4. If the equipment fails to meet the requirements specified herein, take corrective measures or remove and replace the equipment with units that meet the specified criteria. 3.4 TRAINING A. OSS factory representative must provide training on the ozone destruct equipment as specified in Section 463150 "Ozone System General". END OF SECTION 46 31 55 Eagle Mountain WTP — Phase IV Expansion Ozone Destruct Equipment Ozone Pre -Selection 463155 - 17 City of Fort Worth 0515-294965 July 2024 SECTION 46 31 56 - OZONE SYSTEM INSTRUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. The Ozone Instruments specified in this section is an integral component of the Ozone System Section 463150 "Ozone System General" and must comply with all requirements and performance guarantees specified therein. 1.2 SUMMARY A. Section Includes: 1. Instruments for the ozone system B. Related Requirements 1. Division 26 "Electrical." 2. Division 46, Ozone System Specifications: a. Section 463150 "Ozone System General" b. Section 463152.15 "Ozone - Nitrogen Boost System — Compressor" C. Section 463152.35 "Ozone - Liquid Nitrogen Storage Tank" d. Section 463153 "Ozone Generating and Feed Equipment" e. Section 463154 "Ozone - Dissolution System Fine Bubble Diffuser" f. Section 463155 "Ozone - Destruction Equipment" f�c�K�Z� : � 1► : I�1 [phi A. Coordinate Work of this Section with Work of other Sections. 1.4 DEFINITIONS 1.5 ACTION SUBMITTALS A. In addition to the requirements of Section 463150 "Ozone System General", submit the following. B. Submit complete documentation of all field instruments using ISA-TR20.00.01-2007 data sheet formats. 1. Submit a complete Bill of Materials (BOM) or Index that lists all instrumentation equipment. 2. Sort the list by Loop Number. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 1 City of Fort Worth 0515-294965 July 2024 C. Submit separate data sheets for each instrument including: 1. Plant Equipment Number and ISA tag number per the Drawings. 2. Product (item) name used herein and on the Drawings. 3. Manufacturers complete model number. 4. Location of the device. 5. Input - output characteristics. 6. Range, size, and graduations in engineering units. 7. Physical size with dimensions, enclosure NEMA classification and mounting details in sufficient detail to determine compliance with requirements. 8. Materials of construction for enclosure and wetted parts. 9. Instrument or control device sizing calculations where applicable. 10. Certified calibration data for all flow metering devices. 11. Two -wire or four -wire device type as applicable. D. Submit catalog cuts for all instruments. Submit descriptive literature for each hardware component, which fully describes the units being provided. 1.6 CLOSEOUT SUBMITTALS A. Comply with submittal requirements for Section 463150 "Ozone System -General" as they relate to the Ozone Destruction Equipment. 1.7 TOOLS AND SPAE PARTS A. Furnish one set of manufacturer's recommended spare parts, which includes: 1. One flow indicating transmitter for each type of flow element provided. 2. One temperature transmitter for each type provided. 3. One pressure transmitter for each type provided. 4. One spare pressure switch for each type and range provided. 5. One spare pressure gauge for each type and range provided. 6. One spare temperature switch for each type and range provided. 7. One spare analyzer for each type provided. 8. One complete dew point analyzer replacement along with one calibrator and any special tools for normal maintenance and repair. B. Miscellaneous: 1. One-year supply of items recommended by the manufacturer of the equipment including all reagents, pH probes, batteries, chart paper, calibration standards as needed to operate and maintain the furnished equipment. C. Ozone -in -water analyzers: 1. One calibration test kit, 2. one sensor replacement parts kit, 3. six membrane replacement kits, 4. four 4-ounce bottles of electrolyte, 5. four sets of replacement cartridges for the ozone destruct systems, 6. one set of fuses, 7. two sonic probe cleaners, Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 2 City of Fort Worth 0515-294965 July 2024 8. two spare dewpoint probes, 9. one spare barometric pressure transmitter, and 10. two spare vacuum pumps. D. Ozone -in -oxygen and off -gas ozone analyzers, and ambient ozone detectors: 1. Four U.V. lamps, two sets of fuses, two sets of O-rings, four solenoids, four ozone destruct cartridges, two sonic probe cleaners, one spare barometric pressure transmitter, two spare vacuum pumps, and three quartz windows. E. Oxygen analyzer and ambient oxygen detector: 1. One set of fuses and one calibration test kit including required supplies of all calibration gases. F. Provide one-year supply of electrolyte and membranes for each analyzer at startup, as applicable. G. Furnish following Accessories: 1. All mounting hardware required for pipe stand, surface, or other mounting. 2. Manufacturer to provide stainless steel tag identifying the instrument tag number. H. Provide to the Engineer a list of all spare and replacement parts with individual prices and location where they are available. 1. Prices to remain in effect for a period of not less than one year after start-up and final acceptance. 1.8 QUALITY ASSURANCE A. Comply with quality assurance requirements for Section 463150 "Ozone System -General" as they relate to the Ozone System Instruments. 1.9 DELIVERY, STORAGE, AND HANDLING A. Comply with quality assurance requirements for Section 463150 "Ozone System -General" as they relate to the Ozone System Instruments. 1.10 FIELD CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.11 WARRANTY A. Comply with warranty requirements for Section 463150 "Ozone System -General" as they relate to the Ozone System Instruments. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 3 City of Fort Worth 0515-294965 July 2024 PART 2 - PRODUCTS For an explanation of options and Contractor's product selection procedures, see Section 016000 "Product Requirements." FAQ ION I.1181u I Cleo 0IF% A. Attach a permanent stainless steel or other non -corrosive material tag and mark the instrument tag number indelibly. as indicated in the Drawings, B. Provide on each piece of equipment supplied under this Section and related sections. C. Tag equipment before shipping to the site. D. Provide 1/8-inch by 3/8-inch, Type 316 stainless steel button head machine screws. E. Provide a stainless -steel identification tag for supplied instrument transmitters and instrument transmitter elements. Attach tag to each transmitter and element prior to shipment. 1. Attach tag via stainless steel chain or stainless -steel wire (24-gauge min) to a non - removable part of the device. 2. Tag size: Minimum of 1.5 square inches. 3. Include the ISA alphanumeric instrument number as indicated in the P&ID, loop, and detail drawings. 4. Stamp alphanumeric instrument number d into the tag and must have a minimum of 3/16- inch high alphanumeric characters. 2.2 OZONE/OXYGEN SERVICE A. This paragraph applies to gaseous, liquid, or mixtures of ozone, oxygen, ozone off -gas, and ozone vent gas. B. Clean, seal and protect all instrumentation equipment, valves, analyzers, seals, gaskets, valve seats, and associated appurtenances to be used with the above -noted special services in accordance with CGA publication G-4-1 and certified for oxygen service before shipping. C. All equipment, valves, valve seats, analyzers, seals, gaskets, welds, and all associated appurtenances to be used with the above noted special services must be specially certified resistant to degradation and gas losses due to the use of these gases or liquids. D. Greases and lubricants: Oxidation resistant 1. Manufacturer: DuPont "Krytox" for the above -noted special services. E. Gaskets: Expanded PTFE, Teflon, or Viton "A." F. All pipe, tube, fittings, couplings, and appurtenances for use with these services must be Type 316L stainless steel. G. Where necessary, provide diaphragm seals. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 4 City of Fort Worth 0515-294965 July 2024 2.3 APPROVALS/CERTIFICATIONS A. Instruments for hazardous location: 1. Factory Mutual (FM), Canadian Standards Association (CSA), and CENELEC approvals and certifications as specified herein and as indicated on the Drawings. 2. The instrument specifications in Part 2 state the Class, Division, and gas groups for FM/CSA approval, followed in parenthesis by the CENELEC certification; however, instruments provided are only required to have the approval/certification stated above. 3. Identifying the relevant approval or certification in the instrument tags. 2.4 MAGNETIC FLOWMETER A. Flow Element. 1. Type: a. Pulsed DC type. 2. Function/Performance: a. Operating Temperature: Process liquid temperatures of 0 degrees to 140 degrees F or greater dependent upon liner and an ambient of - 30 degrees to 150 degrees F. b. Radio Frequency Interference (RFI) protection: Provided as recommended by the manufacturer. C. Pressure rating: Equal to piping system where meter is installed. d. Capable of running empty indefinitely without damage to any component. 3. Physical: a. Metering Tube: Type 304 stainless steel or equivalent. b. Flanges: 1) ANSI 150 lb. or DIN PN 16 carbon steel, as required by the piping system, unless otherwise indicated. 2) Use ANSI 150 lb. or DIN PN 16 stainless steel flanges on all SS process pipes. C. Liner: Teflon unless otherwise indicated on the Drawings or in the Instrument Device Schedule. d. Electrodes: Type 316 stainless steel standard minimum requirements. All electrodes to be compatible with process fluid as indicated on the Drawings or electrodes to be supplied as listed in the Instrument Device Schedule. e. Housing: For meters with remote mounted transmitters 1) Below grade meters: Suitable for submergence for up to 48 hours to a depth of 30 feet (9m). 2) Meters above grade: NEMA 4X (IP65). 3) Where hazardous areas are indicated on the Drawings, the equipment must be rated for that area. f. Finish: Provide chemical and corrosion resistant finish for all external surfaces. 4. Power Requirements: a. 24 VDC powered instrument, receiving its power from transmitter. 5. Accessories/Documentation Required: a. Factory calibration: All meters must be factory calibrated. Provide a copy of the calibration report in the O&M manual. b. Grounding: ground meter in accordance with the manufacturer's recommendation. 1) Provide ground ring, ground wires, gaskets, as required. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 5 City of Fort Worth 2.5 0515-294965 July 2024 2) Provide materials that are suitable for the liquid being measured and must be compatible with process fluid and with the process pipe. For meters with remote mounted transmitters, signal cable for installation between the flow tube and the transmitter. Length, as required by installation as indicated on the Drawings. B. Flow Converter/Transmitter. 1. Type: a. Micro -processor based; intelligent transmitter compatible with flow tube provided. b. Integral mount or mounted remote from the flow tube as shown on the drawings or as required by the physical location. 2. Functional/Performance: a. Accuracy (including flow tube): +/- 0.5 percent of flow rate or better. b. Operating Temperature: -20 degrees to 140 degrees F. C. Output: Isolated 4-20 mA with HART protocol. 1) Current output adjustable over the full range of the instrument. 2) Provide a dry contact to indicate reverse flow. d. Diagnostics: Self diagnostics with on screen display of faults. e. Display: Digital indicator displaying flow in engineering units indicated in the Instrument Device Schedule. f. Totalizer: A fully configurable totalizer integral to the transmitter. Display totalized flow. g. Empty Tube Zero: 1) Transmitter to include a feature that locks the output at zero when no flow is detected. 2) The empty tube zero feature must be enabled automatically when the transmitter detects no flow or manually through a contact input. 3. Physical: a. Transmitter: Suitable for surface or pipe stand mounting. b. Enclosure: NEMA 4X (IP65). 4. Power Requirements: a. transmitter :120 VAC powered instrument. 5. Accessories/ Required: a. Keypad where required for transmitter configuration. C. Manufacturer: a. Siemens Sitrans FM MAG. b. Endress and Hauser Proline Promag Series. C. Toshiba LF654/LF620. d. Or Equal. THERMAL DISPERSION MASS FLOWMETER A. Flow Element. 1. Type: a. Thermal dispersion sensor with integral electronics enclosure. b. In line with flow body or insertion type as indicated on the Drawings or in the Instrument Device Schedule. 2. Function/Performance: Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 6 City of Fort Worth 0515-294965 July 2024 a. Flow Velocity Range: 200 feet per second (60.96 m/s) maximum. b. Process Operating Temperature: -40 degrees to 350 degrees F. C. Operating Temperature for Electronics: 0 degrees to 140 degrees F. 3. Physical: a. Inline flow bodies to be flanged and fabricated of Type 316 stainless steel. 1) Sensor to be factory mounted in the flow body. 2) Flanges: Compatible with flanges of the piping system where the meters are installed. b. Wetted parts: Type 316 stainless steel. C. Electronics head to be NEMA 4X (IP65) for non -hazardous process gases and explosion proof approved for Class 1, Division 1, Groups C and D (EEx d IIC) for hazardous process gases or where located in a hazardous area. 4. Power Requirements: a. Transducer: Receives power from the remote transmitter. 5. Accessories Required: a. Cable as supplied or recommended by the manufacturer for connection of sensor to transmitter. Length as required by installation indicated on the Drawings. b. For insertion type flow elements, provide a hot tap assembly including a ball valve and packing gland that allows removal of the sensor without shutdown of the process. 1) Install hot tap assembly in a welded fitting on the pipe. B. Transmitter. 1. Type: a. Remotely mounted micro -processor based, intelligent transmitter compatible with flow element provided. 2. Function/Performance: a. Accuracy (including flow element): plus or minus 1.5 percent of reading plus 0.5 percent of full scale. b. Repeatability (including flow element): plus or minus 0.5 percent of reading. C. Turn Down: 100:1 within specified flow range. d. Operating Temperature: 0 degrees to 140 degrees F. e. Output: One isolated 4-20 mA output and two alarm contacts rated 2 A at 230 VAC, adjustable over the full instrument range. f. Diagnostics: On screen instructions and display of self -diagnostics. 3. Totalizer: A fully configurable totalizer integral to the transmitter. Display totalized flow. 4. Display: Digital indicator displaying flow in engineering units indicated on the Drawings or in the Instrument Device Schedule. C. Physical: 1. Transmitter: Suitable for surface mounting. 2. Enclosure: NEMA 4X (IP65) when installed in non -hazardous areas and explosion proof approved for Class 1, Division 1, Groups C and D (EEx d IIC) when installed in hazardous areas. 3. Use remote electronics housed in a NEMA 4X enclosure with integral digital LCD flow rate indicator. a. OSS to determine flow range for indicator and analog output signal. D. Power Requirements: 1. Transmitter :120 VAC powered instrument. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 7 City of Fort Worth 0515-294965 July 2024 E. Manufacturer(s): 1. Fluid Components International ST100 Series. 2. Magnetrol Model TA2. 3. Or Equal. 2.6 ORIFICE PLATE FLOW ELEMENT A. Plate: 1. Type: a. Paddle type, conditioned orifice plate. 2. Function/Performance: a. Accuracy: plus or minus 0.04 percent of flow. 3. Physical: a. Orifice Plate. 1) Material: Type 316 Stainless steel, stretcher leveled. 2) Finish: 0.4 - 0.8 micro -meter roughness. 3) Flatness: Flat within 0.010 inch per inch of radius. 4) Orifice: Square edges. 5) Connection: Raised face flanges to be provided. 6) Identification: Bored size, flange size and class. b. Raised face orifice flange: 1) Material: Stainless Steel as indicated on the Drawings or in the Instrument Device Schedule. 2) Flange Tap Locations: Side of pipe for liquid, top of pipe for gas or steam. C. Documentation Required: 1) Manufacturer's certified copy of lab test data for a similar orifice plate substantiating the flow vs. difference curve. 2) Certified dimensional inspection report. 3) Bore sizing calculations to be submitted prior to fabrication. B. Transmitter: 1. Type: a. Micro -processor based, intelligent transmitter compatible with flow tube provided. b. Integral mount or mounted remote from the flow tube as shown on the drawings or as required by the physical location. 2. Functional/Performance: a. Accuracy (including flow tube): plus or minus 0.5 percent of flow rate or better. b. Operating Temperature: minus 20 degrees to 140 degrees F. C. Output: Isolated 4-20 mA with HART protocol. Current output adjustable over the full range of the instrument. Provide a dry contact to indicate reverse flow. d. Diagnostics: Self diagnostics with on screen display of faults. e. Display: Digital indicator displaying flow in engineering units indicated in the Instrument Device Schedule. £ Totalizer: A fully configurable totalizer integral to the transmitter. Display totalized flow. g. Empty Tube Zero: 1) Include a feature that locks the output at zero when no flow is detected. 2) The empty tube zero feature must be enabled automatically when the transmitter detects no flow or manually through a contact input. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 8 City of Fort Worth 0515-294965 July 2024 3. Physical: a. Transmitter: Suitable for surface or pipe stand mounting. b. Enclosure: NEMA 4X (IP65). 4. Power Requirements: a. Transmitter :120 VAC powered instrument. 5. Accessories/ Required: a. Keypad where required for transmitter configuration. C. Manufacturers: 1. Rosemount 305 1 SFC/305 1 CFC. 2. Sierra F1owTrak. 3. Or Equal. 2.7 THERMAL DISPERSION FLOW SWITCH A. Type: 1. Thermal dispersion flow switch with integral electronics enclosure. 2. In -line with flow body or insertion type as indicated on the Drawings or in the Instrument Device Schedule. B. Function/Performance: 1. Range: 1 to 125 feet per second (0.3 to 38 m/s) in air. 2. Process Operating Temperature: minus 40 degrees to 250 degrees F. 3. Operating Temperature for Electronics: 0 degrees to 140 degrees F. 4. Accuracy: plus or minus 5 percent of reading. 5. Repeatability: Plus or minus 0.5 percent of reading. 6. Output: DPDT contacts rated 6 A at 120 VAC adjustable over the range of the instrument. C. Physical: 1. Wetted parts: Type 316 stainless steel. 2. Electronics head to be NEMA 4X (IP65) for non -hazardous process gases and explosion proof approved for Class 1, Division 1, Groups C and D (EEx d IIC) for hazardous process gases or where located in a hazardous area. D. Power Requirements: 1. Transmitter:120 VAC powered instrument E. Accessories Required: 1. For insertion type flow elements, provide a hot tap assembly including a ball valve and packing gland that allows removal of the sensor without shutdown of the process, a. Install hot tap assembly in a welded fitting on the pipe. F. Manufacturers: 1. Fluid Components International FLT93-F. 2. Magnetrol Thermatel TD-2. 3. Or Equal. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 9 City of Fort Worth 0515-294965 July 2024 2.8 ROTAMETER A. Type: 1. Variable -area, direct -reading flow gauge, with no moving parts except float. 2. Note: flow direction is vertical up only. B. Functional/Performance: 1. Accuracy: plus 5 percent of full scale. 2. Operating Temperature: 32 degrees to 150 degrees F. 3. Operating Pressure: 0-100 psig. C. Physical: 1. Wetted materials: Polycarbonate plastic or acrylic, PTFE seals and float, stainless steel process connections; or as required for process fluid. 2. Connections: %2 inch NPT. D. Manufacturer: 1. King Instruments 7331 Series. 2. Flo -Corp MFVC Series. 3. Or Equal. 2.9 DIFFERENTIAL PRESSURE TRANSMITTERS A. Type: 1. Microprocessor based, intelligent type. B. Function/Performance: 1. Range of transmitter: Standard range of the manufacturer closest to the differential pressure range to be metered. 2. Accuracy: 0.075 percent of span (linear output). 3. Operating Temperature: Minus 20 degrees to 80 degrees C. 4. Temperature Effect: Combined temperature effects should be less than 0.2 percent of maximum span per 28 degrees C temperature change. 5. Static Pressure Effect: Effect on accuracy due to static pressure changes must be negligible. 6. Output: 4-20 mA DC adjustable over the instrument range, with HART protocol. a. Linear output for differential pressure applications. b. For flow metering applications, the output must be proportional to the square root of the input differential pressure. 7. Stability: 0.05 percent of upper range limit for 1 year. 8. Display: a. Digital indicator displaying differential pressure or flow in the engineering units indicated in the Instrument Device Schedule. 9. Diagnostics: a. Self -diagnostics with transmitter failure driving output to above or below out of range limits. b. Simulation capability for inputs and loop outputs. C. Test terminals available to ease connection for test equipment without opening the loop. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 10 City of Fort Worth 0515-294965 July 2024 d. Registers to record minimum and maximum pressure and temperatures transmitter has been exposed to must be available. 10. Over Range Protection: Provide positive over range protection to 150 percent of the maximum pressure of the system being monitored by the instrument. C. Physical: 1. Enclosure: NEMA 4X (IP66), explosion proof, approved for Class 1, Division 1, Groups C and D (EEx d IIC T5). 2. Process Wetted Parts: Isolating diaphragm and other wetted metal parts must be Type 316L stainless steel, unless otherwise indicated in the device schedule. 3. Gaskets and O rings: Teflon. 4. Power Supply: 24 VDC loop power. 5. Sensor Fill Fluid: Silicone. D. Accessories Required: 1. Provide span and zero adjustment at each transmitter and through the handheld programming unit. a. Configuration of the transmitter may be accomplished using the local display and pushbuttons without the use of an external programming device. b. NOTE: Siemens, ABB and Foxboro have this capability. 2. For each transmitter provide a three -valve manifold. a. Material: Type 316 stainless steel. b. Manifolds may be mounted directly to the instrument or separately mounted. C. Manifolds: By the instrument manufacturer or by D/A Manufacturing or Anderson Greenwood. E. Manufacturer(s): 1. Rosemount 3051CD. 2. Siemens Sitrans P DS III. 3. Endress and Hauser FMD77. 4. Or Equal. 2.10 DIFFERENTIAL PRESSURE SWITCH A. Type: 1. Diaphragm actuated. B. Function/Performance: 1. Setpoint: Field adjustable and set between 30 and 70 percent of the adjustable range. 2. Dead Band: Fixed dead band. 3. Over Range Protection: Over range protection to twice the maximum process line pressure. 4. Output: Dry contacts rated 10 A at 230 VAC. a. Single -pole double throw (SPDT) unless requirement for double pole double throw (DPDT) switches. C. Physical: 1. Housing: NEMA 4X (IP65) for non -hazardous areas. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 11 City of Fort Worth 0515-294965 July 2024 a. For installation in hazardous areas, provide explosion proof housing approved for Class 1, Division 1, Groups C and D (EEx d IIB T5). 2. Switching Assemblies: Hermetically sealed switches. 3. Wetted Parts: Type 316L stainless steel diaphragm, Viton seals, Type 316 stainless steel connection port. D. Accessories/Options Required: 1. For each differential pressure switch, provide a three -valve manifold. a. Material: Type 316 stainless steel. b. Manifolds: By D/A Manufacturing or Anderson Greenwood. E. Manufacturers: 1. SOR Series 101/121. 2. Ashcroft. 3. Mercoid. 4. Or Equal. 2.11 DIAPHRAGM SEAL - THREADED A. Type: 1. Thread attached. 2. Welded Metal Diaphragm. B. Function/Performance: 1. Maximum Pressure: Two times the maximum process pressure. 2. Operating Temperature: Minus 40 degrees to 100 degrees C. C. Physical: 1. All Type 316L stainless steel construction. 2. Teflon gaskets and O rings on process connection. 3. Bleeding connection provided. D. Accessories Required: 1. Stainless steel armored capillary tubing as required for the installation. E. Manufacturer(s): 1. Rosemount. 2. Ashcroft. 3. Ronningen-Petter Company. 4. Siemens 7MF4861. 5. Noshok. 6. Or Equal. 2.12 PRESSURE OR PRESSURE SENSING LEVEL TRANSMITTERS A. Type: 1. Microprocessor based, intelligent type. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 12 City of Fort Worth 0515-294965 July 2024 B. Function/Performance: 1. Range of the transmitter: Standard range of the manufacturer closest to the pressure range to be metered. Suitable for vacuum pressure sensing. 2. Accuracy: 0.075 percent of span. 3. Operating Temperature: minus 20 degrees to plus 80 degrees C. 4. Temperature Effect: Combined temperature effects must be less than 0.2 percent of maximum span per 28 degrees C temperature change. 5. Output: 4-20 mA DC linear with pressure or level, with HART protocol. Zero adjustable over the range of the instrument provided calibrated span is greater than the minimum calibrated span. 6. Stability: 0.05 percent of upper range limit for 1 year. 7. Display: Digital indicator displaying pressure or level in the engineering units indicated in the Instrument Device Schedule. 8. Diagnostics: a. Self -diagnostics with transmitter failure driving output to above or below out of range limits. b. Simulation capability for inputs and loop outputs. C. Test terminals available to ease connection for test equipment without opening the loop. d. Registers to record minimum and maximum pressure and temperatures transmitter has been exposed to must be available. e. Run-time clock available to determine usage for warranty purposes. 5-year warranty on this clock reading is included. 9. Over Range Protection: Provide positive over range protection to 150 percent of the maximum pressure of the system being monitored by the instrument. 10. Provide a differential pressure transmitter, if required to meet the range or suppression/elevation requirements. C. Physical: 1. Enclosure: NEMA 4X (IP66), explosion proof, approved for Class 1, Division 1, Groups C and D (EEx d IIC T5). 2. Process Wetted Parts: Isolating diaphragm and other wetted metal parts must be Type 316L stainless steel, unless otherwise indicated in the device schedule. 3. Gaskets and O rings: Teflon. 4. Power Supply: 24 VDC loop power. 5. Sensor Fill Fluid: Silicone. D. Accessories Required: 1. Provide span and zero adjustment at each transmitter and through the handheld programming unit. a. Configuration of the transmitter may be accomplished using the local display and pushbuttons without the use of an external programming device. b. NOTE: Siemens, ABB and Foxboro have this capability. 2. For each transmitter provide a Type 316 stainless steel block & bleed shut off valve. a. Valves may be mounted directly to the instrument or separately mounted. b. Valves: By the instrument manufacturer or by D/A Manufacturing or Anderson Greenwood. E. Manufacturer(s): 1. Rosemount 2051/2088. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 13 City of Fort Worth 0515-294965 July 2024 2. Foxboro IDP 10. 3. Siemens Sitrans P DS 111. 4. ABB 26413S. 5. Smar LD301D. 6. Or Equal. 2.13 PRESSURE SWITCH A. Type: 1. Diaphragm actuated. B. Function/Performance: 1. Repeatability: Better than 1 percent of full scale. 2. Setpoint: Field adjustable and set between 30 and 70 percent of the adjustable range. 3. Dead Band: Fixed unless adjustable dead band requirement is noted in the Instrument Device Schedule. 4. Reset: Automatic reset type unless noted otherwise in the Instrument Device Schedule. 5. Over Range Protection: Over range protection to 150 percent of the maximum process line pressure. 6. Output: Single pole double throw (SPDT) unless requirement for double pole double throw (DPDT) switch is shown on the instrument device schedule. a. Switch rating: 10 A at 230 VAC. C. Physical: 1. Housing: NEMA 4X (IP65) for non -hazardous areas. a. For installation in hazardous areas, provide explosion proof housing approved for Class 1, Division 1, Groups C and D (EEx d IIB). 2. Switch Assemblies: Hermetically sealed switches. 3. Wetted Parts: Type 316L stainless steel diaphragm, Viton seals, Type 316 stainless steel connection port. D. Accessories/Options Required: 1. Shutoff Valve: Provide a Type 316 stainless steel shutoff valve. a. Valve: By D/A Manufacturing, Anderson Greenwood, or Equal. 2. Where indicate on the instrument device schedule, provide a Type 316 stainless steel snubber for pulsation dampening. E. Manufacturer(s): 1. Static-O-Ring (SOR). 2. Ashcroft. 3. United Electric. 4. Mercoid. 5. Or Equal. 2.14 PRESSURE/DIFFERENTIAL PRESSURE GAUGE A. Type: 1. Dial face gauge. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 14 City of Fort Worth 0515-294965 July 2024 2. Gauge pressure or differential pressure type as required for pressure, differential pressure, level, or flow applications. 3. Gauge pressure type: Bourdon tube actuated. 4. Differential pressure type: Bellows or diaphragm actuated. B. Function/Performance: 1. Accuracy: Plus or minus 1.0 percent of span or better. C. Physical: 1. Case: Phenolic shock resistant or type 316 stainless steel for surface/stem mounting with a pressure relieving back. a. Vent case for temperature/atmospheric compensation. 2. Window: Clear acrylic or shatter proof glass. 3. Wetted Parts: Stainless steel or as required for process compatibility. 4. Connection: %2 inch NPT. 5. Gauge size: Minimum 4-inch viewable. 6. Pointer travel: Not less than 200 degrees not more than 270-degree arc. 7. Range: As indicated. Range may include inches of water vacuum. D. Accessories/Options Required: 1. Shutoff valve: Provide each gauge with a process shutoff valve that can also be used as an adjustable pressure snubber. 2. Special scales: Engineer reserves the right to require special scales and/or calibration if the manufacturer's standard is not suitable for the application. 3. Gauges must be factory -filled with liquid.. a. Liquid fill: Glycerin, or as otherwise appropriate for installation conditions. 4. For each gauge provide a three -valve manifold a. Material:316 stainless steel. b. Manifolds may be mounted directly to the instrument or separately mounted. Manifolds: By the instrument manufacturer or by D/A Manufacturing or Anderson Greenwood. E. Manufacturer(s): 1. Ashcroft. 2. Ametek/US Gauge division. 3. Noshok. 4. Weksler. 5. Or Equal. 2.15 ENGINEER THERMOMETERS A. Type: 1. Bimetal type. 2. Manufactured to ANSI B 40.3 or equivalent standards. B. Function/Performance: 1. Range: Range as indicated on the instrument device schedule. 2. Accuracy: plus or minus 1 percent of span. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 15 City of Fort Worth 0515-294965 July 2024 Stem Length: Stem must penetrate the pipe where it is installed, by approximately 1/3 to %2 of the pipe diameter. C. Physical: 1. Dial: Nominal 5 inches (125 mm), white painted steel with black markings. 2. Case: All welded stainless -steel construction. 3. Window: Polycarbonate. 4. Element: Type 316 stainless steel. D. Options/Accessories Required: 1. Swivel Head: Provide adjustable gauge position for viewing from any angle. 2. Install thermometers in Type 316L stainless steel thermowells. a. Threaded except for those installed in ozone system piping which must be welded. 3. Provide extensions for thermometers installed in insulated pipe. a. Clear extensions of pipe insulation. E. Manufacturer(s): 1. Ashcroft. 2. Weksler. 3. Ametek/US Gauge. 4. Marshalltown Manufacturing Co. 5. O. Trerice Co. 6. Palmer Wahl Instruments, Inc. 7. Moeller Instrument Co. 8. Or Equal. 2.16 TEMPERATURE ELEMENT/TRANSMITTER A. Sensor. 1. Type: a. Three wire platinum RTD. 2. Function/Performance: a. Range: As required by the measuring range indicated in the Instrument Device Schedule. b. Accuracy: Resistance versus temperature to meet performance requirements of IEC 751 Tolerance Class B. C. Maximum Thermal Response Time: 9 seconds to reach 50 percent sensor response when tested in flowing water according to IEC 751. d. Temperature Coefficient: 100 ohms at 0 degrees C, with temperature coefficient of 0.00385 ohms/ohm/ degrees C. e. Self -Heating: Maximum self -heating factor of 0.15 degrees K/mW when measured as defined in DIN EN 60751. 3. Physical: a. Type316 stainless steel sheath. b. Spring loaded sensor assembly. C. Sensor to penetrate into the pipe where it is installed, by 1/3 to %2 of the pipe diameter. d. Provide sensor with covered connection head. 1) Sensor and connection head: NEMA 4X (IP66). Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 16 City of Fort Worth 0515-294965 July 2024 2) Where indicated on the drawings to be installed in a hazardous location, provide explosion proof sensor assembly approved for Class I, Division 1, Groups C and D (EEx d IIC). 4. Accessories Required: a. Install sensors in Type 316L stainless steel thermowells. 1) Provide threaded thermowells except for those installed in ozone system piping which must be welded. b. Provide extensions for sensors installed in insulated pipe. 1) Clear extensions of the pipe insulation. 2) Provide extensions where process temperatures are above 100 degrees C. 5. Manufacturer(s): a. Rosemount. b. Foxboro. C. Siemens. d. Or Equal. B. Transmitter: 1. Type: a. Remotely mounted, intelligent transmitter compatible with sensor provided. 2. Function/Performance: a. Digital Accuracy: Plus or minus 0.2 degrees C. b. Stability: Plus or minus 0.1 percent or 0.1degrees C, whichever is greater, for 24 months. C. Operating Temperature: minus 40 degrees to plus 85degrees C. d. Output: 4-20 mA DC linear with temperature. Transmitter must also communicate using HART protocol. e. Output may be set as difference or average of two measured temperatures. £ Output may be configured for custom curves including Callendar-Van Dusen correction. g. Display: Digital indicator displaying temperature in engineering units. h. Diagnostics: 1) Self -diagnostics with transmitter failure driving output to above or below out of range limits. 2) LED indication of transmitter faults. 3) Simulation capability for inputs and loop outputs. 4) Test terminals available to ease connection for test equipment without opening the loop. 5) Run-time clock available to determine usage for warranty purposes. 5-year warranty on this clock reading is included. 3. Physical: a. Enclosure: NEMA 4X (IP66). 1) Where indicated on the drawings to be installed in hazardous locations, the provide explosion proof transmitter approved for Class I, Division 1, Groups C and D (EEx d IIC). b. Power supply: 24 VDC loop power. 4. Manufacturer(s): a. Rosemount 3144P. b. Foxboro RTT20. C. Siemens SITRANS TF. d. Or Equal. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 17 City of Fort Worth 0515-294965 July 2024 2.17 TEMPERATURE SWITCH A. Type: 1. Bulb and capillary. B. Function/Performance: 1. Set Point: Field adjustable and set between 20 and 80 percent of the adjustable range. 2. Dead band: Fixed dead band unless noted otherwise in the Instrument Device Schedule. 3. Reset: Automatic reset type unless noted otherwise in the Instrument Device Schedule. 4. Over Range Protection: Over range protection to maximum process line temperature. 5. Switch Rating: 15 amps at 250 VAC. C. Physical: 1. Switch Housing: a. Remotely mounted. NEMA 4X (IP66) for non -hazardous locations. b. Where indicated on the Drawings to be mounted in hazardous locations, provide explosion proof switch housing, approved for Class I, Division 1, Groups C and D (EEx d IIC). 2. Switching Arrangement: Single pole double throw (SPDT) unless double pole double throw (DPDT) switches are indicated on the Instrument Device Schedule. 3. Wetted Parts: Type 316 stainless steel. 4. Bulb penetration into pipe to be approximately 4 inches (100 mm) for pipe diameters less than or equal to 12 inches (300 mm) and approximately 7 inches (175 mm) for pipe diameters greater than 12 inches (300 mm). D. Accessories Required: 1. Install bulbs in Type 316 stainless steel thermowells. a. Threaded thermowells except for those installed in ozone system piping which must be welded. 2. Provide sufficient armored capillary tubing up to 15 feet (4.5 m) in length as required by the installation indicated on the drawings. E. Manufacturer(s): 1. Ashcroft. 2. Or Equal. 2.18 THERMOWELL A. Type: 1. Lagged, threaded, and tapered. 2. Insertion length to suit application. B. Function/Performance: 1. Purpose: To separate the temperature measuring sensitive portion of a filled thermal system, thermocouple, or resistance temperature detector from potentially corrosive or damaging process media, and/or provide isolation for removal. 2. Connection: Pipe tap threaded well, drilled construction. 3. Flange tap: Flanged well, drilled and welded construction. 4. Hydrostatically pressure tested at 17 MPa (2500 psi) at 24 degrees C (75 degrees F). Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 18 City of Fort Worth 0515-294965 July 2024 C. Physical: 1. Material: Stainless steel Type 316. Titanium for use with raised face, flanged wells. 2. Tip Length: 90mm (3.5-in) minimum. 3. Lagging Extension: 75mm (3-in) minimum. 2.19 AMBIENT OXYGEN GAS ANALYZER A. Type: 1. Oxygen detection analyzer: Capable of measuring oxygen concentration in air between 0 and 100 percent oxygen. B. Function/Performance: 1. Each oxygen detector functions as a single and complete standalone unit. 2. Each sensor to have provisions to calibrate with ambient air supply and sample gas. 3. Other oxygen detector performance requirements must be in accordance with ISA- S92.04.01, PART I. 4. Accuracy of the measurement: Less than plus or minus 0.5 percent of the actual sample gas content on the 0-100 percent scale. 5. Accuracy of the alarm set point: Less than plus or minus 0.5 percent of the actual sample gas content. 6. Provide a range of 0 percent to 25 percent oxygen concentration by volume for the monitor/readout unit. C. Physical: 1. Mounted in a NEMA 4X wall -mounted enclosure. 2. Equipped with "warning" and "alarm" set points adjustable over the full range of the instrument. 3. Furnish a fail-safe SPDT analyzer malfunction relay for remote indication of analyzer malfunction. 4. Alarm outputs : DPDT rated at 5 amperes continuous at 120 VAC minimum. 5. Suitable for 120 VAC, 60 Hz operation. 6. Provide an isolated 4-20 mA DC output proportional to 0-25 percent oxygen. 7. Provide analyzer fitted with calibration connections at the analyzer. 8. Provide analyzer with a local indication scaled in process units. D. Accessories/Options Required: 1. Sensors housing: NEMA 4X enclosure. a. Provide access to the inside of the enclosure, monitor front panel and wiring connections through a hinged, front facing, full length door. b. Supply the door with a shatterproof window of sufficient size to allow the viewing of all meters and alarm indicating lights. C. Provide wiring access into the enclosure via a removable entry plate on the bottom surface of the enclosure. 2. Provide a three -digit LED display for the purpose of displaying the value of each sensor. Configure the readout to read any value between 0.0 and 99.0 and display units in percent. 3. Supply the monitor with a separate indicating light for caution, warning, and alarm for each oxygen sensor. 4. Provide two separate alarm set point levels for each sensor. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 19 City of Fort Worth 0515-294965 July 2024 5. Provide a minimum of two relays for each set point level. Provide all relays with time delays adjustable from 0 minute to 15 minutes to prevent chatter and control oscillation. Provide form C relays, SPDT rated for 5 Amp resistive at 120V ac. 6. Provide an oxygen sensor of the electrochemical fuel cell -type, not requiring the periodic addition of reagents and having a useful life for a minimum of 1 year. E. Manufacturer(s): 1. Teledyne Analytical, Model 3350. 2. BMT 932C. 3. ATI. 4. Mine Safety Applications, Co. 5. International Sensor Technology. 6. Or Equal. 2.20 OZONE IN OXYGEN ANALYZER A. Type: 1. Ultraviolet absorption photometer type capable of measuring ozone concentration in air and oxygen with repeatability of 1 percent or 1 digit. 2. Unit accuracy:3 percent or better, 3. Normal cycle time intervals :30 seconds or less. 4. Analyzer output signal drift: less than 0.5 percent per day and less than 1.0 percent per week. B. Function/Performance: 1. Analyzer to utilize a microprocessor and perform the ozone analysis based on the Beer - Lambert law. 2. Provide analyzers with the proper sensors and equipment for measurements of high, medium, or low concentrations of ozone. 3. The units must be capable of measuring the following ranges: a. HIGH CONCENTRATION: 0-25 percent Ozone by weight b. MEDIUM CONCENTRATION: 0 — 20,000 ppmv C. LOW CONCENTRATION: 0 — 10 ppmv C. Physical: 1. Enclosure: Housed in a NEMA 4X enclosure. 2. Capable of displaying and transmitting an output signal in multiple ranges over ozone measurement range. 3. Operate on 115-volt AC plus or minus 10 percent, 60 Hz, and require less than 60 watts of power. a. The unit must have an isolated 4-20 mA DC analog output proportional to ozone concentration, capable of driving 550 ohms. b. Built-in digital indicator for local display of the ozone concentration reading. 4. Furnish a fail-safe (open on fail) analyzer malfunction relay for remote indication of UV lamp failure or other analyzer malfunction. 5. Supply analyzers with filters on the sample -in line and zero gas line so that dust and other particulates do not affect the readings. 6. Provide analyzers with an integral ozone destruction unit to prevent venting sampled ozone to the atmosphere. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 20 City of Fort Worth 0515-294965 July 2024 7. Include an "auto -zero" function to provide an automatic daily zeroing operation. 8. The analyzer to be fitted with calibration connections at the analyzer. 9. Provide analyzers with a local indication scaled in process units. D. Accessories/Options Required: 1. Enclosure: housed in a NEMA 4X enclosure. a. Provide access to the inside of the enclosure, monitor front panel and wiring connections through a hinged, front facing, full length door. b. Supply the door with a shatterproof window of sufficient size to allow the viewing of all meters and alarm indicating lights. C. Provide wiring access into the enclosure via a removable entry plate on the bottom surface of the enclosure. 2. Furnish analyzers with integrally mounted sampling pumps (where applicable), pressure regulating valves, rotameters, coalescer, dryer, ozone destruct units, flow regulating valves, and appurtenances as required to provide and maintain the sample volume within the analyzer manufacturer's guidelines. a. Provide gas conditioner and oxygen reference tubing/connections also if required by the analyzer for proper operation. 3. Provide two DPDT alarm relays for remote indication that can activate at individually adjustable set points of measured ozone level. 4. The proposed analyzer should have been used in similar installations and have been in operation at a minimum of 10 municipal water treatment plants in the past 5 years. E. Manufacturer(s): 1. Teledyne API, Model 465H, 465M, 465L. 2. Wedeco Ozone Technologies, Model HC-400plus, MC-400plus, LC-400plus. 3. BMT 964C (high). 4. Or Equal. 2.21 OZONE IN WATER RESIDUAL ANALYZER A. General: 1. Provide on-line ozone residual analyzer systems including amperometric sensor, electronic control unit, interconnecting quick -disconnect cables, sample flow cell and cap, installation oversight, training, and all necessary appurtenances required for complete installation of the ozone residual analyzer systems. B. Sensor: 1. Sensor Type: Amperometric with a gas permeable membrane. 2. Measuring Range: 0 to 1 milligrams per liter (ppm — parts per million) ozone. 3. Wetted Materials: Corrosion resistant and must not cause corrosion within the flow cell or stainless -steel sample piping. 4. Pressure: Operate at a pressure range of 0 to 20 psi, minimum. 5. Temperature: Operate normally for liquid sample temperatures of 5 degrees to 30 degrees C and for air temperatures of minus 5 degrees to plus 50 degrees C. 6. Sample Flow Cell: Sample flow cell must be a branch -flow thru tee with stainless -steel sensor in socket; to be sized by analyzer manufacturer with reducing connection fittings as required. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 21 City of Fort Worth 0515-294965 July 2024 7. Cable: Connect sensor to the control unit by an interconnecting quick -disconnect or similar type cable, minimum 10 feet in length. a. Provide longer cable if required per the installation locations shown on the Drawings. 8. Parts: Include all necessary parts and tools, such as membranes, electrolyte, and sensor maintenance kits, required to maintain the ozone sensors for a period of 12 months. C. Control Unit: 1. Power Supply: Powered by 115 VAC, 60 HZ, nominal. 2. Enclosures: Provide NEMA 4 or NEMA 4X or dust -proof and spray proof enclosure, suitable for panel mounting. a. Enclosure size: No greater than 25-inch height, by 18-inch width, by 12-inch depth, including mounting apparatus. 3. Display: the control unit to indicate the sample reading digitally, using 3'/2 characters, minimum. a. The display should be capable of being read in dark and light areas by means of illuminated characters or back -lit displays. 4. Analog Output: Transmit the sample reading by an isolated 4 to 20 mA current signal into a minimum 500-ohm load. 5. Output Signal Processing: Capable of user selectable dampening, averaging, or conditioning of the output signal such that signal spikes, noise, and variability can be reduced. 6. Relay Output: Provide two normally open single pole, single throw (SPST) relays for alarm/control signaling. a. Contacts rated for minimum 2.0 amps at 28 VDC or 115 VAC. 7. Temperature: Operate normally for air temperatures of -5° to +50°C. 8. Temperature Compensation: Include automatic temperature compensation. 9. Humidity: Operate normally in 0- to 95-percent non condensing humidity. D. Ozone Residual Analyzer System: 1. The ozone residual analyzer system is composed of the Sensor and the Control Unit. 2. Resolution: 0.005 ppm or better. 3. Accuracy plus or minus 1 percent of the measured variable (residual ozone) or 0.01 ppm, whichever is greater. E. Manufacturer(s): 1. Rosemount Model 1056, with 499AOZ-54-VP probe. 2. BMT 964 AQ/HF (high), BMT 964 AQ-LC (low and medium). 3. Hach Orbisphere C1100 with 410C Transmitter. 4. Or Equal. 2.22 PH ANALYZER A. Sensor: 1. Type: a. pH -sensitive glass membrane electrode, double or triple junction reference electrode and ground electrode with integral preamplifier. b. For submersion or flow -through application as indicated on the Drawings. 2. Function/Performance: Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 22 City of Fort Worth 0515-294965 July 2024 a. Range: 0 to 14. b. Temperature Compensation: Temperature element integral to sensor for temperature compensation. 3. Physical: a. Flat glass or shrouded pH electrode. b. Sensor assembly constructed of PVDF, Tefzel, or similar material. C. Sealed electrodes. 4. Accessories Required: a. Manufacturer's cable for connection of sensor to transmitter. Length as required by installation indicated on Drawings. b. One year's supply of consumables for calibration. C. Handrail mounting kit where indicated on the Drawings to be required. 5. Manufacturers: a. WTW — SensoLyt. b. s::can — pH::lyser II. C. HACH — pHD Sensor. d. Rosemount — Model 389. e. Foxboro — 871pH. f. Or Equal. B. Transmitter: 1. Include compatible transmitter by same manufacturer as specified elsewhere in this Section. 2.23 OXIDATION REDUCTION POTENTIAL (ORP) ANALYZER A. Sensor: 1. Type: a. Platinum ORP electrode, double junction reference electrode, and ground electrode with integral preamplifier. b. For submersion or flow -through application as indicated on the Drawings. 2. Function/Performance: a. Range: ±1500 mV. 3. Physical: a. Shrouded electrode for physical protection. b. Sensor assembly constructed of PVDF, Tefzel, or similar material. C. Sealed electrodes. 4. Accessories Required: a. Manufacturer's cable for connection of sensor to transmitter. Length as required by installation indicated on the Drawings. b. One year's supply of consumables for calibration. 5. Manufacturers: a. Rosemount —Model 1057. b. WTW — SensoLyt PtA/ Pt. C. Foxboro — 871A. d. HACH — pHD Sensor. e. Or Equal. B. Transmitter: Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 23 City of Fort Worth 0515-294965 July 2024 1. Type: a. Microprocessor -based, intelligent transmitter compatible with sensor provided. 2. Function/Performance: a. Accuracy: plus or minus 1.5 mV. b. Repeatability: plus or minus 1.5 mV. C. Range: -999 to 1400 mV. d. Environmental conditions: 0 to 55 degrees C and 50 to 95 percent relative humidity. e. Output: One 4-20 mA output adjustable over the full instrument range. Two alarm contacts rated for 5A at 125 VAC, configurable over the output range. f. Diagnostics: On screen instructions and display of self -diagnostics. g. Display: Digital indicator displaying ORP in mV. 3. Physical: a. Transmitter: Suitable for surface or pipe stand mounting. b. Enclosure: NEMA 4X (IP65). C. A/C power supply. 4. Manufacturers: a. Include compatible transmitter by same manufacturer as specified elsewhere in this Section. C. Manufacturer Start-up and Training services: 1. Provide manufacturer's start-up and training services as specified in the start-up and training services paragraph. 2.24 DEWPOINT ANALYZER A. Type: 1. Dew point measuring systems: Consist of an aluminum oxide sensor with sample cell and transmitter capable of measuring the dewpoint of oxygen and air. B. Function/Performance: 1. The sensor and sample cell: Mounted on a sampling panel which as a minimum to include a shut off valve, flow control valve, and rotameter. 2. Calibrated dew point range: Minus 160 degrees to Plus 68 degrees F. 3. Sensor accuracy: Plus or minus 3.6 degrees F. 4. Response time : 90 percent in less than 60 seconds. 5. Calibration of sensor: NISR traceable. 6. Sensor: Capable of measuring sample at 25 psig with a temperature of 32 degrees to 122 degrees F. C. Physical: 1. Mount transmitter in a NEMA 4X enclosure suitable for wall mounting. 2. Provide LCD display displaying the dew point temperature in degrees F. 3. 120 VAC powered. 4. Sample tubing and other metallic wetted parts of the sampling system must be 316 stainless steel. 5. Provide insertion/retraction valve for sensor. 6. Provide analyzer fitted with calibration connections at the analyzer. 7. Provide analyzer with a local indication scaled in process units. Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 24 City of Fort Worth 0515-294965 July 2024 D. Accessories/Options Required: 1. Provide sensor with minimum 15 feet manufacturer's cable for connection to the transmitter. 2. Provide other sampling system components as recommended by the manufacturer. E. Manufacturer(s): 1. Panametrics Series 35 (single -channel) 2. Panametrics Series 1 or 3 (multi -channel), 3. Or Equal. 2.25 TEST EQUIPMENT A. Provide two (2) portable ozone gas leak detectors. 1. Type: Thin film semiconductor ozone selective type capable of measuring ozone concentration in air of 0.01 and 10 parts per million by volume with repeatability of 0.03 parts per million on low range and plus or minus 30 percent on high range. 2. Normal response time: Maximum of 1 minute to 70 percent of value. 3. The analyzer must be housed in a handheld portable plastic case with a pouch suitable for shoulder or belt carrying. 4. Battery powered and furnished with a battery charger. 5. Built-in digital indicator which displays ozone concentration. 6. Manufacturer: INUSA Model AET; ATI Model Portasens; or equal. PART 3 - EXECUTION 3.1 GENERAL A. Unless specifically indicated, direct reading or electrical transmitting instrumentation should not be mounted on process piping. 1. Instrumentation: Mounted on instrument racks or stands. 2. Provide all instrumentation connections with shutoff and drain valves. 3. For differential pressure transmitters, 5-valve manifolds for calibration, testing and blow down service must also be provided. 4. Provide diaphragm seals with flushing connections for chemical or corrosive fluids. 3.2 MANUFACTURERS' START-UP AND TRAINING SERVICES A. If indicated in the individual instrumentation paragraphs, the instrument manufacturer or manufacturer's certified service representative to provide start-up and training services. This work should not be done by the OSS or Contractor. B. Start-up services: To calibrate, oversee the installations of the sensor, and start-up the sensor/transmitter in order to provide reliable measurement at the instrument and to a remote system. OSS should verify the transmitter sends correct information to the remote system (i.e., that the scaling and units are the same at the instrument and on the remote operator interface). Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 25 City of Fort Worth 0515-294965 July 2024 C. While the instrument manufacturer or manufacturer's certified service representative is starting up the instrumentation, provide training to the Engineer's instrumentation technicians. The training includes how to calibrate, install, troubleshoot, read the diagnostics, and maintain the sensor and transmitter. END OF SECTION 46 3156 Eagle Mountain WTP — Phase IV Expansion Ozone System Instruments Ozone Pre -Selection 463156 - 26 City of Fort Worth Appendix 6 Fort Worth EMWTP Ozone System P&I Ds Smith EMWTP PHASE IV EXPANSION - OZONE SYSTEM - CITY PROJECT 1051761 PAGE B-1 \' / I \% 2" DELIVERY CONNECTION W/ DUST CAP FLEXIBLE GLV-X SST HOSE 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD NO. I � I � I � I � I � I � I i � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I � I VACCUM OUTER VESSEL TANK ; TI RELIEF DEVICE SHELL IPRVI�_ LIT PI PIT INNER VESSEL RELIEF DEVICE INNER PRV-X TANK x x I I -X LOX-TK-X TLOX TANK NO. 1 GLV-X , U U � I � I � I � I VACCUM OUTER VESSEL TANK TI RELIEF DEVICE SHELL PRV-X LIT PI PIT INNER VESSEL RELIEF DEVICE IN PRV-X TANK x x I I 0 0 I GLV-X LOX-TK-X LOX TANK NO. 2 DEG 1 "-GOX-SST-X GLV-X NK GLV-X DEC 1 "-GOX-SST-X GLV-X MCP-OZ-X OZONE SYSTEM MASTER CONTROL PANEL 0 1 "-GOX-SST PRV-X � I � I i I 1 "x4" � I i I Demo- PREGV-X BV-X I PG DL I I I PRV-X I M 2"xX" 11x4" > c� GLV-X BFV-X LOX-VAP-X LOX VAPORIZER NO. 3 PRV-X x I x cf) 2"XX" I N ~ I � x X of GLV-X N LOX-VAP-X LOX VAPORIZER NO. 2 PRV-X 4 2"xX" GLV-X LOX-VAP-X LOX VAPORIZER NO. 3 PRV-X GLV-X / NG r__-J U U GLV- X CV-X PROVIDED BY LOX SYSTEM SUPPLIER x 1 I m 1 " BLOW -OFF CONNECTION REMARKS DESIGNED BY - DRAWN BY - SHEET CHK'D BY - CROSS CHK'D BY: APPROVED BY - DATE: X CDMA. KHAN X Smith X 801 Cherry Street, Unit 33, Suite 1820 X Fort Worth, TX 76102 Tel: (817) 332-8727 JULY 2024 � I � I � I � I I PG TSL I I I M "x4" CD BFV-X � I � I � I � I I To TSL I i I M x4" BFV-X i I I � I I � I I � I I � I I � I I � I I � I I � I I � I I � TIT i s N1110- PDSH TE PIT PDI I 46 1 IM x x > I I (D 4"xX" > > X"x4" m m i� - BFV-X BFV-X F > BFV-X F-X GOX PARTICULATE 4"-GOX-SST-X FILTER I U) I x 0 CD CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION LOX OZONE STORAGE I GENERATION AREA I ROOM s a }-0-1 BFV-X CONTINUED ON PID-2 i i i i i i i i i i i i i i LXx � PIT 1 4"xX" x BFV-X PREGV- FV-X O A PID-3 > 1 4"xX" Xt$ O OZONE GENERATORS -4-0- -o-�� BFV-X PREGV-X BFV-X 4"-GOX-SST-X i O 120VAC --- AIT ASH 46 <I 2(G) AE NOTES: O PRESSURE RELIEF VALVES SHALL BE 1 /2" AND HAVE A TEST AND OPERATING PRESSURE RATING EQUIVALENT TO THE PIPING SYSTEM TO WHICH THEY ARE ATTAC H E D. O PROVIDED BY OZONE SYSTEM SUPPLIER. OTHE CONTRACTOR SHALL FURNISH ALL PIPING SHOWN ON THIS SHEET INCLUDING THAT REQUIRED FOR CONNECTIONS TO EQUIPMENT AND VALVED SUPPLIED BY THE OSS. THE CONTRACTOR SHALL COORDINATE WITH THE OSS TO PROVIDE ALL NECESSARY FITTINGS, ADAPTERS, ETC, FOR CONNECTIONS. >4 A COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN APPLICABLE SPECIFICATIONS, CONTROL DESCRIPTIONS AND FINAL CONSTRUCTION DOCUMENTATION. PROCESS AND INSTRUMENTATION DIAGRAM LIQUID OXYGEN STORAGE AND VAPORIZATION THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW UNDER THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-1.DWG SHEET NO. PID-1 11 12 13 14 OZONE PRE -SELECTION PACKAGE CONTINUED ON PID-1 MCP-OZ-X OZONE SYSTEM O MASTER CONTROL PANEL CONTINUED ON PID-3 11 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I - I I I I I I I I I I I I I I I I I I I I NITROGEN BOOST SKID I I I I I I I I I I I I I I I I I I I I I I I I I PG I I I I 46 I I I PSH PRV-X 46 I I I 120VAC --\ PSL AIT I I I m I I I PDG x 46 I I 46 1 46 I TSH TSH > TG I I I I °0 x 46 PG PG I I ` m m M 46 46 PRV—X > I I DEW m VTA 46 46 PIT I AE -120VAC 46 NITROGEN GAS \ 1 "—N2—SS—X L 46 � > - z 1"—N2—SS—X PDG x 46 PDG x FIT x FROM AIR SUPPLY BV—X x x I x x x 1 > CHU-X I 1 46 1 N > PRV—X 1 1 46 1 46 M m AF- X m m U) m BV—X m m m 1 "x 1 /2" 46 1 /2"x 1 >, BV—X 1"—N2—SS—x INLET AIR AC—X AFTERCOOLER NO. 1 1 "—N2—SS FILTER NO. 1 COMPRESSOR NO. 1 x I BV—X BV—X BVV--X 1 AT CV—X BV—X BV—X PREGV—X oT BV—X CV—X PID-3 F_XZONE AD—X F—X FE GENERATORS x 1 m o COALESCING DESICCANT PARTICULATE 46 � TK—X DRYER NO. 1 �' PG AIR RECEIVER NO. 1 N FILTER NO. 1 FILTER NO. 1 I z 46 \ y PDG I I T > DRAIN I m x 46 x I TSH TS)46 m m M 46 ��pRV—X CONDENSATE y x x x x TRAP w/TIME N N v) N NITROGEN GAS AUTO BLOWDOWN DRAIN cn cn cn cn — — 1"—N2—SS—X N N N N 1" N2—SS X BV—X z z I z z 13 FROM AIR SUPPLY AF-X CHU-X I INLET AIR AC-X AFTERCOOLER N0. 2 FILTER NO. 2 COMPRESSOR NO. 2 PG PG I VTA 46 46 PSL PDG x 46 PDG 46 "' � PRV—X x > 46 x M BV—X m m — Do4 1 "—N2—SS—X B\1 BV—X BV—X CV—X BV—X B x AD-X F- X F- X o DESICCAN COALESCING DRYER NOT 1 PARTICULATE 1 FILTER NO. 2 FILTER NO. 2 N h DRAIN 1 7/26/24 A. KHA BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD NO. REMARKS DESIGNED BY - DRAWN BY - SHEET CHK'D BY - CROSS CHK'D BY: APPROVED BY - DATE: J. LEE CDNI J. LEE X Smith X X 801 Cherry Street, Unit 33, Suite 1820 Fort Worth, TX 76102 Tel: (817) 332-8727 JULY 2024 CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER. O A COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN APPLICABLE SPECIFICATIONS, CONTROL DESCRIPTIONS AND FINAL CONSTRUCTION DOCUMENTATION. PROCESS AND INSTRUMENTATION DIAGRAM SUPPLEMENTAL NITROGEN SYSTEM THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW UNDER THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-2.DWG SHEET NO. PID-2 14 OZONE PRE -SELECTION PACKAGE n 1 \"/ 1 \"/ n n CONTINUED ON PID-2 I I I � OZONE COOLING WATER RETURN 6"-CLS-SS-X > PID-5 z ►- FROM CLOSED LOOP I COOLING WATER SYSTEM I 1 O� AIT AIT 46 46 I I < DEWPOINT < DEWPOINT AE AE 46 46 w w � 40 � 40 x x I I z z -' x x 4%3" GASEOUS OXYGEN m m > PID-1 IN, ► FROM GOX HEADER 4"-GOX-SS-X A NITROGEN > PID-2 FROM NITROGEN GENERATION SYSTEM 1 "-N2-SS-X > I � I � I > I (D 1 20VAC --- AIT 46 < AE 03 O > AIT 46 120VAC --- > 46 < > I AE 03 I I O 46 > AIT > 120VAC--- 46 > AE 03 >\ 46 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD NO. ►_• U) U) I x 0 0 00 U) V) I m J 0 z. I I I I I I 4-- PIT TIT PSL PSH FIT 46 46 46 46 46 M > > > m I 4"xX" 43 X"x4' m m m > 4"-GOX-SS-X AT BFV-X BFV-X x FIE m 46 X"-CLR-SS-X M 6"x4" 4 Q 1-01 1 1 BFV-X BFV-X LO 4"x3" 3"-GOX-SS-X BFV-X 6"xX„ 6"-CLR-SS-X �► REMARKS PIT TIT T46 T46 46 46 x x MCP-OZ-X 1 0 O OZONE SYSTEM MASTER CONTROL PANEL CP-OZ-X O GENERATOR CONTROL PANEL Ix m I I I � x I I > TSH BV-X 46 I TG �a FIT BV-X 46 v-v � 46 '64 6 f OZ-GEN-? OZONE GENERATOR NO. 1 A , � l 6"-CLR-SS-X ►- OZ-PS-001 PSU NO. 1 OZONE GENERATOR 2 I I I I 6"-CI R—SS—X I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0AIT I 46 < I I I 03 AE TSH T46 T46 46 46 xx> m z X"-OZ-SS-X = t PRV-X X"-CLR-SS-X BV-X y FIT _-_120VAC TSH TIT PIT 46 46 46 46 x x x I I � m m m M nFE 46 CONTINUED ON PID-4 11 ZL I I OZONE COOLING WATER RETURN I I 6"-CLR-SS-X PID-4 > 4"x6" 0 CLOSED LOOP 4"-CLR-SS-X o-► COOLING WATER I I I I I I I I STEM I I OZONE X"-OZ-SS-X PID-4 > I I 0 OZONE SVI SYSTEM NO.1 TIT 40 40 PIT 2 x x I I OZONE -{ m m X"-OZ-SS-X PID-4 > TM BFV-X 0 OZONE 4 SVI SYSTEM NO.2 BFV-X BFV-X TM 43 OZONE _I I 1-0-1 so 1 "-OZ-SS-X PID-8 > BFV-X BFV-X 0 OZONE x DESTRUCT SYSTEM I U) V) ry I x 0 xI v' 3 � I I _j 0 U NOTES: I 1 x CO O PROVIDED BY OZONE SYSTEM x SUPPLIER. I I-O��► (ten O2 A COMPLETE LISTING OF OPERATORS, CV-X BFV-X I LIGHTS AND SIGNALS WILL BE 0 PROVIDED IN APPLICABLE _I SPECIFICATIONS, CONTROL _PROVIDED BY VENDOR DESCRIPTIONS AND FINAL CONSTRUCTION DOCUMENTATION. (TYPICAL OF 2) 1-01 X"-OZ-SS-X BFV-X }�{ "-OZ-SS- < 6"-CLR-SS-X ! BFV-X 1 T I I I ------ ------ ------ OZONE GENERATOR 3 I BFV/X BFV-X 6 "xX" I (FUTURE) DESIGNED BY - DRAWN BY - SHEET CHK'D BY - CROSS CHK'D BY: APPROVED BY - DATE: X CDMA. KHAN X Smith X 801 Cherry Street, Unit 33, Suite 1820 X Fort Worth, TX 76102 Tel: (817) 332-8727 JULY 2024 CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW UNDER THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-3.DWG PROCESS AND INSTRUMENTATION DIAGRAM SHEET NO. OZONE GENERATION PID-3 OZONE PRE -SELECTION PACKAGE 14 \�/ n CONTINUED ON PID-3 FAI MCP-OZ-X O OZONE SYSTEM MASTER CONTROL PANEL I I I I I I I I I I I I I I I I I I I I I I I I I I I 120VAC--- AIT 1 I 46 I I I I ` PSL PG I PSH PG AE 03 120VAC --- FIT PIT 40 40 40 40 40 40 I 46 < DI SS I I O x I x M I > 1 > 10"-RW-DI-X °0 10%4" 4"-RW-SS-X ` m m 10 "- R W- D I- X I�.i 1-�'�► M 0 CV-X BFV-X BFV-X CV-X x FE BFV-X INJ-X P-X 40 INJECTOR NO. 1 BASKET SIDESTREAM STRAINER PUMP N0. 1 x 'T' � I PSH PG m FIT PIT GV-X PSL PG 120VAC --- 40 40 40 40 40 40 �' � x DI SS I x O x M > < > 1 > 10"-RW-DI-X °� 10"x4" 4"-RW-SS-X m o °° 10"- RW- DI - X I�.i I-�'�s I� i-�'i I�.I M Nn '� 0 CV-X BFV-X BFV-X CV-X x FE BFV-X INJ-X P-X 40 INJECTOR NO. 2 SIDESTREAM \/ AW WATER PUMP N0. 2 IA-1 ROM RAW WATER ETERING SYSTEM NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER O A COMPLETE LISTING OF OPERATORS, LIGHTS, AND SIGNALS WILL BE PROVIDED IN APPLICABLE SPECIFICATIONS, CONTROL DESCRIPTIONS, AND FINAL CONSTRUCTION DOCUMENTATION. O 120VAC --- AIT < 46 AE 03 46 '1'' O 120VAC --- AIT 46 AE 03 46 PSL PG PSH PG 120VAC --- FIT PIT 40 40 40 40 40 40 x DI SS I x O ` I 1 x M > < > I m „ „ m I I I ILI BFV-X PIT 40 x I m BFV-X I-0-1 BFV-X PIT 40 x I m I-0'1 BFV-X 1-0-1 BFV-X PIT 40 x I m 4"x 6" 4"x6" 4 4"x6" CONTINUED ON PID-5 11 FIT 0 M 120VAC -----m- (: 4 < 46 OZONE GAS � 3"-OZ-SS-X 1 AT }--C PID-3 C CV-X GLV-X FROM OZONE GAS HEADER 46 6"-SVI-SS-X F'__'_1 120VAC---FIT 1O M 46 3"-OZ-SS-X 4 ` I e46 CV-X GLV-X 12 6"-SVI-SS-X 11111111110- R-X PIPELINE FLASH REACTOR NO. 1 I I 42"-OW-SS PID-6 0 OZONE ` CONTACTOR NO. 1 M 3"-OZ-SS-X 46 CV-X GLV-X '1`' FIT O O 120VAC--- 46 < AT }--C OZONE PID - 3 O FE FROM eHEADER OZONE GAS 46 > 10-RW-DI-X 10 x4 4-RW-SS-X 6"-SVI-SS-X m 10"- RW- DI - X I--.i }-°'fit D. I_'01 ']n4 1-0'1 4 ►� _ O CV-X BFV-X BFV-X CV-X BFV-X O BFV-X > INJ -X 120VAC___ FIT 1 0 INJECTOR NO. 3 M 46 P-X 46 < BASKET PUMP SIDESTREAM 3 x Y ,T, ,, 1-0-1 3"-OZ-SS-X 1 e46 STRAINER BFV-X CV-X GLV-X PSH PG m FIT PIT PIT GV-X PSL PG 40 40 120VAC --- 40 40 40 L 42"-OW-SS 40 40 'T' < PID-7 > x DI SS I x x ` I O1 I 0 OZONE x M ,> m ,> ,> < m m 4,>x6,> CONTACTOR NO. 2 1 > 1 0-RW-DI-X 10 x4 4-RW-SS-X 6"-SVI-SS-X R-X 4 I�.i 1-�'�s I� 1-.1 M 1-0-1 41111111110- o °D 10"-RW-DI-X PIPELINE FLASH Nd ��'� 0 CV-X BFV-X BFV-X CV-X x FE BFV-X REACTOR NO. 2 CUMENT IS BFV-X > INJ -X RELEASTHIS OED FOR THE 40 INJECTOR N0. 4 I I PURPOSE OF REVIEW UNDER P-X AW WATER SIDESTREAMTHE AUTHORITY OF PUMP N0. 4 /�\�/I\� SARAH ALBERS STEWART IA-1 LICENSE NO. 111102. � s OM RAW WATER �� MAY 2024 IT IS NOT TO BE USED FOR ETERING SYSTEM CONSTRUCTION, BIDDING OR PERMIT PURPOSES. DESIGNED BY X CDNI PROJECT NO. 0515-294565 X CITY OF FORT WORTH, TEXAS FILE NAME: PID-4.DWG DRAWN H Smith SHEET CHK'D BY- X PROCESS AND INSTRUMENTATION DIAGRAM SHEET N0. 1 7/26/24A. KHAND. BOND ADDENDUM NO. 1 CROSS CHK'D BY: X 801 Cherry Street, Unit 33, Suite 1820 EAGLE MOUNTAIN WATER TREATMENT PLANT OZONE SIDESTREAM INJECTION SYSTEM . APPROVED BY- X Fort Worth, TX 76102 PHASE I V EXPANSION PID-4 REV DATE DRWN CHKD REMARKS JULY 2024 Tel: (817) 332-8727 NO. DATE: OZONE PRE -SELECTION PACKAGE 0 0 CONTINUED ON PID-4 8"x6" D TSH PSH PI PI x x N I I m "-CLR-STL-X Me > 6"X8" m CV-X BFV-X x x P_X m m CLOSED -LOOP COOLING WATER PUMP NO. 1 TSH PSH PI PI x "-CLR-STL-X x > � m 6"X8" m },o-I BFV-X _-Ey P-X CLOSED -LOOP COOLING WATER PUMP NO. 2 CHEMICAL POT [ .. Dc< FEEDER BV-X BV-X NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER. O A COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN APPLICABLE SPECIFICATIONS, CONTROL DESCRIPTIONS AND FINAL CONSTRUCTION DOCUMENTATION. 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD NO. REMARKS CV-X BFV-X x I > m F DESIGNED BY - DRAWN BY - SHEET CHK'D BY - CROSS CHK'D BY: APPROVED BY - DATE: I I I I I I I I I I I I I I I 8"-CLR-STL-X POTABLE WATER > FROM PLANT GV-X PROTECTED WATER I I I I I I I I I I I I I I I I MCP-OZ-X OZONE SYSTEM MASTER CONTROL PANEL I I I I I I I I TE TIT u u 1O I .�"-OLS-STL-X x A I m FIT FIE x I 8"-OLS-STL-X m M XCDNI A. KHAN X Smith X 801 Cherry Street, Unit 33, Suite 1820 X Fort Worth, TX 76102 Tel: (817) 332-8727 JULY 2024 I I I I I I I I I I 8"-CLS-STL-X x I 8"-CLR-STL-X 0° A m I I I I x I TIT TE u u 1O 1 I TIT TE , -8"-OLS-STL-X PI o� I I � / I \ m 8"-OLR-STL-X POTABLE WATER > FROM PLANT PROTECTED WATER CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION I I I I I I I I I I 8"-CLR-STL-X-STL-X w n TK-X EXPANSION TANK y DRAIN I I I I I FIT FE FROM OZONE GENERATORS M PID-3 PROCESS AND INSTRUMENTATION DIAGRAM COOLING WATER SYSTEM CONTINUED ON PID-6 TO OZONE GENERATORS PID-3 TO PLANT DRAIN > THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW UNDER THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-5.DWG SHEET NO. PID-5 12 13 14 OZONE PRE -SELECTION PACKAGE I 0 0 CONTINUED ON PID-5 1 I I I I I I I I I I I I I I I I - PG I I I o 40 O BV-X � 1 /2"-OG-SS-X 10"-OG-SS-X BV-X I BFV-X T I (: b4O v-v-�-v-v-v LT 40 LE 40 SAMPLE POINT OZONATED WATER S1 42-OW-SS-X > PID-4 j Imo' D1111- O FROM PIPELINE BFV-X FLASH REACTOR f• 40 40 40 40 x I U) N I Q U) BV-X x I 0 m 0 I Q N I N x v1SH I cn )43 Q U) N i� x v1SH I V) V) )43 Q V) \—D cis chi P—X P—X RECYCLE PUMP NO. 1A RECYCLE PUMP NO. 1 B SAMPLE RECYCLE PUMP STATION 1 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD NO. REMARKS N a s PORTED BAFFLE WALL SAMPLE POINT S2 O s x I U) S N I Q U) N s \ x I m MCP-OZ—X O CONTINUED OZONE SYSTEM ON PID-7 MASTER CONTROL PANEL OZONE OFF -GAS 6"-OG-SS-X PID-8 AVV-X AVV-X 0 OZ OFF -GAS PG DESTRUCT SYSTEM 0X 40 BV-X V) � O 1/2"-OG-SS-X I 1 10"-OG-SS-X BV-X I I 0 0 BFV—X T SAMPLE POINT S3 O � r r r 1 /2"—SA—SS—X F r r x I U) (n I Q N I \ I I ES--- AIT 1 I 4 m AE 03 Dal 46 BV-X 1 "-DR-SS-X 1/2"-SA-SS-X BV-X L _ DESIGNED BY- X CDNI DRAWN BY- SHEET CHK'D BY- A. KHAN X Smith CROSS CHK'D BY: X APPROVED BY- X 801 Cherry Street, Unit 33, Suite 1820 Fort Worth, TX 76102 Tel: (817) 332-8727 DATE: JULY 2024 ►=. x I m i SAMPLE POINT S4 O _. OC—X OZONE CONTACTOR NO. 1 1 /2"-SA-SS-X x I m r OUTLET CHANNEL SAMPLE POINT S5 O x 1 V) U) I a (n x x I m 1 /2"-SPL-SS-X r r 1 /2"-SA-SS-X x x I I U) c/) V) (n I I Q Q U) c/) \ I I \ I I I I j ES--- AIT 1 1 ES --- AIT 1 1 x m 46 4 1 qE 03 qE ORP D� m BV-X • 46 46 BV-X 1 "-DR-SS-X 1 "-DR-SS-X �X4 IX4 BV-X 1 /2"-SA-SS-X BV-X INSTRUMENT PANEL NO. 1 CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION ri x J N u 6"-PD-SS-X GV-X SS DI NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER. OA COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN THIS DOCUMENT IS APPLICABLE SPECIFICATIONS, CONTROL RELEASED FOR THE DESCRIPTIONS AND FINAL CONSTRUCTION PURPOSE OF REVIEW UNDER DOCUMENTATION. THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-6.DWG PROCESS AND INSTRUMENTATION DIAGRAM SHEET NO. OZONE CONTRACTOR NO. 1 PID-6 OZONE PRE -SELECTION PACKAGE (CHANNEL) OZONATED WATER 12 0 COAGULATED WATER CHANNEL 0 RAPID MIX BASIN DRAIN B/L > O PLANT DRAIN 13 14 I 0 0 CONTINUED j ON PID-6 I I I I I I I I I I I I I I I I - PG I I I o 40 O BV-X � 1 /2"-OG-SS-X 10"-OG-SS-X BV-X I BFV-X T I (: b4O v-v-�-v-v-v LT 40 LE 40 SAMPLE POINT OZONATED WATER S1 42-OW-SS-X > PID-4 j Imo' O FROM PIPELINE BFV-X FLASH REACTOR f• 40 40 40 40 x I U) N I Q U) BV-X x I 0 m 0 I Q N I N x v1SH I cn )43 Q U) N i� x v1SH I V) V) )43 Q V) \—D cis chi P—X P—X RECYCLE PUMP NO. 2A RECYCLE PUMP NO. 2B SAMPLE RECYCLE PUMP STATION 2 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 REV. DATE DRWN CHKD NO. REMARKS N a s PORTED BAFFLE WALL SAMPLE POINT S2 O s x I U) S N I Q U) N s \ x I m 1 /2"—SA—SS—X MCP-OZ-X 1 CONTINUED O � OZONE SYSTEM ON PID-8 MASTER CONTROL PANEL OZONE OFF -GAS 6"-OG-SS-X PID-8 AVV-X AVV-X 0 OZ OFF -GAS PG DESTRUCT SYSTEM 0X 40 BV-X V) � O 1/2"-OG-SS-X I 1 10"-OG-SS-X BV-X I I 0 0 BFV—X T SAMPLE POINT S3 O F r r ON N I \ AIT 1 x ES--- > 4 1 m AE 03 Dal 46 BV-X 1 "-DR-SS-X 1/2"-SA-SS-X BV-X L DESIGNED BY- X CDNI DRAWN SHEET BY- CHK'D BY- A. KHAN X Smith CROSS CHK'D BY: X X 801 Cherry Street, Unit 33, Suite 1820 Fort Worth, TX 76102 APPROVED BY- Tel: (817) 332-8727 DATE: JULY 2024 ►=. x I m i SAMPLE POINT S4 O x I m OC—X OZONE CONTACTOR NO. 2 1 /2"-SA-SS-X r OUTLET CHANNEL SAMPLE POINT S5 O x 1 V) I a (n X x I m 1 /2"-SPL-SS-X r r 1 /2"-SA-SS-X X X I I V) (n I I U) c/) \ I I \ I I I I j ES --- AIT 1 1 ES--- AIT 1A � x m 46 4 I AE 03 AE ORP Dal m BV-X 46 46 BV-X 1"-DR SS-X 1"-DR SS-X �X4 IX4 BV-X 1 /2"-SA-SS-X BV-X INSTRUMENT PANEL NO. 1 CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION ri x J N u 6"-PD-SS-X GV-X SS DI NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER. OA COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN THIS DOCUMENT IS APPLICABLE SPECIFICATIONS, CONTROL RELEASED FOR THE DESCRIPTIONS AND FINAL CONSTRUCTION PURPOSE OF REVIEW UNDER DOCUMENTATION. THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-7.DWG PROCESS AND INSTRUMENTATION DIAGRAM SHEET NO. OZONE CONTRACTOR NO. 2 PID-7 OZONE PRE -SELECTION PACKAGE (CHANNEL) OZONATED WATER 12 0 COAGULATED WATER CHANNEL 0 RAPID MIX BASIN DRAIN B/L > O PLANT DRAIN 13 14 \A/ I \"/ I \"/ I \"/ CONTINUED ON PID-7 I I I I I I I I 1 ODU SKID NO. 1 1 I I 1 I I I 1 1 I I I 1 I I 1 I 1 I I I AIT BV-X 46 TIT 1 1 < 46 1 PIT _ AE 03 I 1 1 , 1 40 = 1 46 1 TE 1 6"-OG-SS-X j - VBV-x 1 "-OG-STL-XM x46mOZONE OFF -GAS m 6"x4" 4 14"-OG-SS-X PH-X > PID 6 j }��� I A PREHEATER NO. 1 FROM OZONE �BFV-X BFV-X CONTACTOR NO. 1 x > m M 46 S S > B/L > AMBIENT AIR BV—X m SV—X SV—X 0 U SKID NO. 2 O� 1 U) I I cn AIT o BV—X TIT 46 I < 46 03 AE I I ` 1 46 TE VBV- 1 "—OG—STL—X�A x M 46 X 6„x4,> m 4 4"—OG—STL PH-X BFV-X BFV-X A PREHEATER NO. 2 x 1 �> m T46 S L > B/L 3"—PA—SS-X >i 6"—OG—SS—X AMBIENT AIR BV—X m SV—X SV—X OZONE OFF —GAS > PID-7 FROM OZONE CONTACTOR N0. 2 URGE —TO —DESTRUCT SKID �4 /P SDSD H O 6 PG (546 x m m x m CD-X > PID-3 / Dal1 "-OG-SS-X CATALYTIC DESTRUCT NO. 3 FROM OZONE GENERATORS DESIGNED BY- J. LEE CDIM DRAWN BY- J. LEE SHEET CHK'D BY- X Smith CROSS CHK'D BY: X 1 7/26/24 A. KHAN D. BOND ADDENDUM NO. 1 801 Cherry Street, Unit 33, Suite 1820 APPROVED BY- X Fort Worth, TX 76102 REV. Tel: (817) 332-8727 NO. DATE DRWN CHKD REMARKS DATE: JULY 2024 n T O 1 MCP-OZ-X O OZONE SYSTEM MASTER CONTROL PANEL CP-ODU-X O GENERATOR CONTROL PANEL I � I I I � I I I I I I I I I I I I I I I I I I I I I 046 1 /PDSH 1 �46 1 VACUUM (546 RUPTURE DISC' TE TSH m 46 46 CD-X 4"-OG-SS-X CATALYTIC DESTRUCT NO. 1 I I I I 1 � I 046 1 /PDSH 1 M6 VACUUM 546 IRUPTURE DISC x TE TSH m 46 46 CD-X 4"-OG-SS-X CATALYTIC DESTRUCT NO. 2 I n 0TIT 6 > 4x I m TE 46 4"—OG—SS—X I I 0TIT 46 TE 46 4"-OG-SS-X PDIT II 46 I r x I > m BLR-X BLOWER NO. 1 BLR-X BLOWER NO. 2 VENT TO VENT TO ATMOSPHERE ATMOSPHERE I I 120VAC TIT AIT A HS ASH x --- 46 46 cn 120VAC --< cn < Tm4 3 o I TE 6 46CV-X BV-X Imo,; Dc< 1 "-OG-SS-X CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION I VENT TO I ATMOSPHERE - A I x I c cnAIT A HASH O 120VAC < 446H� O4E 6 c, x > m 4"-OG-SS-X CV-X BFV-X VENT TO ATMOSPHERE I x I AIT A HS ASH j� C� O 120VAC --< 446 0AE 46 x � I m 4"-OG-SS-X CV-X BFV-X 11 12 13 NOTES: O PROVIDED BY OZONE SYSTEM SUPPLIER. O A COMPLETE LISTING OF OPERATORS, LIGHTS AND SIGNALS WILL BE PROVIDED IN APPLICABLE SPECIFICATIONS, CONTROL DESCRIPTIONS AND FINAL CONSTRUCTION DOCUMENTATION. 1 THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW UNDER THE AUTHORITY OF SARAH ALBERS STEWART LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: PID-8 PROCESS AND INSTRUMENTATION DIAGRAM SHEET NO. OZONE DESTRUCT SYSTEM PID-8 OZONE PRE -SELECTION PACKAGE