Loading...
HomeMy WebLinkAboutContract 63456-Vol 7EXECUTED FORTWORTH,_ CSC No. 63456 Vol 7 CONTRACT FOR THE CONSTRUCTION OF EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION MEMBRANE FILTRATION 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 CITY OF FORT WORTH TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION MEMBRANE FILTRATION SYSTEM CITY PROJECT NO. 105176 MAY 2024 Specification Sections 01 1100 01 25 00 01 33 00 01 60 00 � F 01 78 23 OF 01 78 39 019000 ......................... ........•............. 05 50 00 ....... ANDREA MARIA TOM 40 05 24 ::....1.2934 ...,., 40 05 31 Imo'. 4r 400551 40 05 57 ���A L 40 05 64 -2/24 431133 43 12 51 43 23 31.41 43 23 41 434145 46 33 44 466133 466173 Appendix A Appendix B Appendix C CDM Smith Inc. TBPE Firm Registration No. F-3043 OF �A. .......TF i � * '•., * Specification Sections 406100 ..PADRAIC WILLIA GRAY 406121.20 ...................... ••••.. 40 61 26 113P 90 4 I 40 63 43 ���;• ,ICEHS-: Z,s 40 67 17 �1 �sS��NAL4" 40 70 00 CDM Smith Inc. TBPE Firm Registration No. F-3043 Page 1 of 2 CITY OF FORT WORTH TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION MEMBRANE FILTRATION SYSTEM CITY PROJECT NO. 105176 MAY 2024 F� Specification Section *A 40 05 93.23 V. K. QJPTA 53097 - JPC-, •aaaaaa � Gupta & Associates, Inc. TBPE Firm Registration No. 2598 Page 2 of 2 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 - blank 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance - BLANK 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 01 90 00 Warranties Division 05 — Metals 05 50 00 1 Metal Fabrications Division 40 — Process Interconnections 40 05 24 Steel Process Pipe and Tubing 40 05 31 Thermoplastic Process Pipe 40 05 51 Common Requirements for Process Valves 40 05 57 Actuators for Process Valves and Gates 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 40 70 00 Instrumentation for Process Systems Last Revised 08/26/2024 05/22/2024 06/27/2024 06/27/2024 08/20/2024 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 06/10/2024 Last Revised 06/10/2024 06/10/2024 06/10/2024 Last Revised Last Revised 06/12/2024 06/12/2024 06/27/2024 06/10/2024 06/12/2024 06/12/2024 CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 8, 2024 City Project No. 105176 Division 43 — Process Gas and Liquid Handling, Purification and Storage 43 1133 Rotary Lobe Blowers 43 1251 Scroll Compressors 43 23 31.41 Vertical In -Line Multistage Centrifugal Pump 43 23 41 End Suction Process Pumps 43 41 45 Fiberglass Reinforced Plastic Tanks Division 46 — Water and Wastewater Equipment 46 33 44 Peristaltic Metering Pumps 46 61 33 Microfiltration and Ultrafiltration Membrane Equipment 46 61 73 Automatic Straining Equipment Appendices Appendix A Fort Worth EMWTP Membrane Pilot Study 2015 Appendix B Fort Worth EMWTP TCEQ Correspondence Appendix C Fort Worth EMWTP Membrane System P&IDs Appendix D WesTech Mark-ups and Clarification and Deviation Spreadsheet END OF SECTION 00 00 00 TABLE OF CONTENTS Page 2 of 3 Last Revised 06/27/2024 06/12/2024 06/12/2024 06/12/2024 06/10/2024 Last Revised 06/27/2024 06/27/2024 06/10/2024 Last Revised 08/20/2024 CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 8, 2024 City Project No. 105176 DIVISION 00 GENERAL CONDITIONS 0005 15 ADDENDA �1 DOW Y 113Q911III1ik ADDENDA CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised July 1, 2011 City Project No. 105176 FORT WO RTH;v ADDENDUM TO INVITATION TO PROPOSE NO. 24-0223 EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION - MEMBRANE FILTRATION WATER DEPARTMENT ADDENDUM NO. 1 DATE ISSUED: June 7, 2024 INVITATION TO PROPOSE (ITP): 24-0223 BID OPENING DATE: June 27, 2024 ITP No. 24-0223, issued May 23, 2024, is hereby amended as follows: 1. Responses to questions received are attached to this addendum as Attachment A. 2. TECHNICAL SPECIFICATIONS: Replace the following Sections: Replace Section 00 21 13 — Instructions to Proposers 00 74 00 — Special Conditions 01 33 00 —Submittals 01 60 00 — Product Requirements 01 90 00 —Warranties 40 05 23 — Stainless Steel Process Pipe and Tubing 40 05 31 — Thermoplastic Process Pipe 40 05 51 — Common Requirements for Process Valves 40 61 00 — Process Control and Enterprise Management Systems General Provisions 40 67 17 — Industrial Enclosures 40 70 00 — Instrumentation for Process Systems 43 23 31.41 - Vertical In -Line Multistage Centrifugal Pump 43 41 45 — Fiberglass Reinforced Plastic Tanks 46 61 33 — Microfiltration and Ultrafiltration Membrane Equipment 46 61 73 — Automatic Straining Equipment With Section 00 21 13 — Instructions to Proposers 00 74 00 — Special Conditions 01 33 00 — Submittals 01 60 00 — Product Requirements 01 90 00 —Warranties 40 05 23 — Stainless Steel Process Pipe and Tubing 40 05 31 — Thermoplastic Process Pipe 40 05 51 — Common Requirements for Process Valves 40 61 00 — Process Control and Enterprise Management Systems General Provisions 40 67 17 — Industrial Enclosures 40 70 00 — Instrumentation for Process Systems 43 23 31.41 - Vertical In -Line Multistage Centrifugal Pump 43 41 45 — Fiberglass Reinforced Plastic Tanks 46 61 33 — Microfiltration and Ultrafiltration Membrane Equipment 46 61 73 — Automatic Straining Equipment Summary of changes are provided as supplement to this addendum as Attachment B 3. The pre -proposal conference summary and presentation is issued by Addendum No. 1 as Attachment C. ITP 24-0223 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Addendum No. 1, Page 1 of 2 All other terms ar�d conditions remain unchanged. I TONY SNOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ■ ■ \ \ ■ ■ ■ \ ! ■ ! ■ ■ ■ ■ \ ■ ! ! ! \ MEMBER ■ \ \ ■ ! ■ \ ■ ! ! \ ! \ ■ ! \ ■ \ i ■ \ ■ \ \ ■ \ \ ■ \ t \ \ ■ • \ \ ■ \ ■ ■ \ i \ \ \ \ \ \ • \ ■ I By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: We5Teck Pt f,"w r,%t— LL � SIGNATURE: NOT : Company name and signature must be the same as on the original bid documents. Failure to return his fornrVwith your sealed bid may constitute grounds for rejection of your offer. ITP 24-0223 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Addendum No. 1, Page 2 of 2 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A This document is provided as supplement to the Eagle Mountain Water Treatment Plan Phase IV Expansion — Membrane Filtration 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: Per Section 466133, some or all of the pneumatic valves supplied should include limit switches. Please specify the type and locations of the limit switches. Please consider including Bray Series 5A limit switches as an approved limit switch. R1-1: All actuated valves should have limit switches. Bray Series 5A limit switches are acceptable. Q1-2: Please consider allowing E+H as an approved vendor. R1-2: E+H is an approved vendor for several instrument categories. Please refer to Section 40 70 00 "Instrumentation for Process Systems" for specific information. Q1-3: Please add Atlas Copco to the list of approved Manufacturer's. R1-3: Quincy and Atlas Copco are not approved vendors for this project. Q1-4: Please clarify if the duration is for the circulation of the cleaning solution or the entire off-line time of the process. R1-4: Duration considers the entire time the membrane rack will be offline. Q1-5: 3D models of the Feed and RF Pumps and the CIP/Neutralization Tanks (if FRP) are not available until after a PO has been placed with the respective equipment Manufacturer. Please include provisions to allow the MFSS to place and be paid for advanced POs to obtain these 3D models. R1-5: MFSS and Engineer must be in agreement regarding the proposed dimensions, location, diameter, materials, and functionality of all equipment and piping to and from the pumps and tanks, the exact location and elevation will be confirmed through the shop drawing process. Q1-6: Please clarify the fabrication details requirement. Is this fabrication methods or fabrication drawings? MFSS does not provide fabrication drawings. R1-6: Please provide evidence that specified methods of piping fabrication and assembly will be met including all specified piping standards. Q1-7: Is there a weight associated with this requirement (modules > XX Ibs) or is this a requirement for all MFSS's? R1-7: Included clarification that handing assistance must be provided for any equipment with a wet weight over 35-Ibs. A-1 1of6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A Q1-8: Please allow the use of polyurethane or polyethylene pneumatic tubing. R1-8: Provide only stainless steel tubing for pneumatic piping. Q1-9: Please allow the use of Indeeco or Watlow Heaters. R1-9: Indeeco and Watlow Heaters are not approved vendors for this project. Q1-10: MFSS uses PE3608 in addition to PE4710. R1-10: Provide only PE4710. Q1-11: NSF 61 certification may not be available for every component/item provided. R1-11: Provide standard products with NSF certification and all other components shall use NSF -approved materials. Q1-12: Can a different design similar to the FiberMove for module installation/lifting be provided? R1-12: Substitutions for module installation/lifting are allowed as long as they go through the approval process specified in 01 25 00. Q1-13: Please consider allowing PU or ABS tubing. If 316SS tubing is required, please confirm if other larger air supply lines, such as the air scour and MIT headers, are required to be 316L or if Asahi Air -Pro HDPE is acceptable. R1-13: Referenced section 46 61 33 paragraph 2.2-H.1 for pneumatic tubing only applies to the compressed air system. The requirements for process pipe including low- pressure air are outlined in section 46 61 33 paragraph 2.2 N. Q1-14: Please confirm if a PVC ball valve may be used in the place of a diaphragm valve. PVC/EPDM ball valves are generally considered resistance to Caustic. R1-14: PVC ball valves may not be used in place of a diaphragm valve. Q1-15: Please consider allowing for Pressure Instrumentation without diaphragm seals and isolation valves. R1-15: Provide diaphragm seals and isolation valves for all pressure instrumentation. Q1-16: Are separate CIP tanks required for low/high pH cleans? Or is one tank acceptable if sufficient cleaning/flushing occurs between CIP types? R1-16: One tank is acceptable as long as a detailed explanation is submitted per Section 00 21 13 on how each process will be accomplished with proper durations to maintain the allowable flux and capacity design criteria. Q1-17: Please confirm which portions of the neutralization system are within the MFSS's scope. For example, the neutralization waste pumps are not referenced in Section 46 6133. R1-17: See revisions in Section 46 61 33 paragraph 2.2-J.11.e. Recirculation pumps should include sufficient head capacity to dispose of the waste. Q1-18: Please confirm that the Internal Losses for Membrane Skid are to include both static and dynamic losses. R1-18: Confirmed. Internal losses for membrane skids are to include both static and dynamic losses. Q1-19: Bray Series 31 butterfly valves are not AWWA C504 valves. The Bray Series 31 butterfly valves meet or exceed the design, strength and performance requirements of AWWA C504 for resilient seated butterfly valves. Please remove this requirement from the specification. A-1 2of6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A R1-19: Bray Series 31 valves, though not AWWA C504 valves are still required to meet AWWA C504 testing requirements. Q1-20: MFSS has standardized on Rosemount 2088 pressure transmitters. Please confirm that the MFSS's standard pressure transmitter is acceptable. R1-20: Rosemount 2088 pressure transmitters are acceptable. Q1-21: Please confirm that [filtrate] piping [routed to clearwell] is the responsibility of the General Contractor. R1-21: Confirmed. Q1-22: Please confirm that [waste flows generated from periodic backwash cycles/reverse filtration] piping [to the washwater recovery tanks] is the responsibility of the General Contractor. R1-22: Confirmed. Q1-23: Hardware required to connect off -skid piping to on -skid pipe connections shall be supplied by the General Contractor. R1-23: Confirmed. Q1-24: MFSS mounts the on -skid turbidimeter on a stainless steel plate, please confirm this is acceptable. R1-24: Confirmed. Q1-25: Please clarify if [40 05 51-2.3D (Provide chain actuators for shutoff valves mounted greater than 7 feet above operating floor level.]) requirement applies to only manually operated valves and does not apply to pneumatically actuated valves. R1-25: Confirmed, this requirement is not applicable for pneumatic valves. Q1-26: Please confirm that the Anchor Bolts [referenced in 466173-3.2.C] are to be supplied by the General Contractor. R1-26: Not confirmed. Anchor bolts for strainers are to be provided by strainer manufacturer and included in the MFSS scope and price. Q1-27: The component Manufacturers component 10M can be provided within 30 days of product shipment. The [MFSS] Final 10M is not provided until Substantial Completion has occurred, allowing any changes in the system operation to be captured. R1-27: Acknowledged. Q1-28: Please change the duration of the Full Replacement Period to 120 months after the date of Substantial Completion. R1-28: Replacement period for base bid is to be as specified. Q1-29: Please change the duration of the Pro-Rata Period to 120 months after the Full Replacement Period. Please change the total Membrane Filtration Module Warranty Period is, therefore, 240 months from the date of Substantial Completion. R1-29: Pro-Rata period for base bid is to be as specified. Q1-30: Please provide the criteria that defines a "complex control scheme". R1-30: Simple control routines such as manual on/off or manual open/close is considered non-complex. Any other automatic control shall be considered complex. A-1 3of6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A Q1-31: Regarding 40 05 51 paragraph 1.7-F, please allow the MFSS to provide a MFSS Field Service Engineer to perform this service. R1-31: An MFSS field service engineer is acceptable for this service. Q1-32: Regarding 40 05 51 paragraph 1.7-G, please allow the MFSS to provide a MFSS Field Service Engineer to perform this service. R1-32: An MFSS field service engineer is acceptable for this service. Q1-33: Regarding 40 6100 paragraph 1.5-C.1 and 1.5-D.1, please confirm that the Project P&ID and Electrical Interconnect Drawings are the governing documents regarding the Control System and overall project scope and that all submittals tied to the P&ID and Electrical Interconnect Drawings shall have their delivery duration commence upon Approval of the P&ID and Electrical Interconnect Drawings. R1-33: Changes required in subsequent submittals due to Engineer or Owner comments to the First Submittal will not count against submittal milestones. The schedule for submission of the First and Second Submittal remain unchanged. Q1-34: Regarding 40 6100 paragraph 1.9-E, please confirm that this requirement applies to a "systems integrator" that provides Programming services and not the full systems integration services of a MFSS for the design/fabrication/installation/calibration/testing of complete membrane filtration systems. R1-34: Requirement applies to the party doing the programming of the membrane system. Q1-35: Are the services listed in 4 061 00 paragraphs 3.5-A and 3.5-8 to be included as part of the project or are the services to be provided as part of the Annual Maintenance Contract described in 3.5.C? R1-35: These are separate items that are required to be included in the project. Q1-36: Regarding 40 70 00 paragraph 2.2-A.4.c.1, please allow the use of carbon steel for the body material. R1-36: Carbon steel body is not allowed — provide as specified. Q1-37: Regarding 40 70 00 paragraph 2.2-A.4.d, please allow the use of a PTFE Liner. R1-37: PTFE liner is not allowed —provide as specified. Q1-38: Regarding 40 70 00 paragraph 2.3-A.1.a, please allow the use of IFM Efector SD1540 Dispersion Type Flow Transmitters for Air Flow. R1-38: The IFM Efector transmitter will be considered as an approved equal and approved if it meets the specified performance criteria. Q1-39: Regarding 40 70 00 paragraph 2.11, MFSS does not utilize diaphragm seals, please allow the MFSS"s standard design. R1-39: Provide diaphragm seals where shown as required. Q1-40: Regarding 40 70 00 paragraphs 2.13-C and 2.13-D, MFSS has standardized on Rosemount 2088 pressure transmitters. Please confirm that the MFSS's standard pressure transmitter is acceptable. R1-40: Rosemount pressure transmitters are acceptable as long as they meet the specified requirements. A-1 4 of 6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A Q1-41: Regarding 40 70 00 paragraph 2.13-E.1, MFSS provides isolation ball valves for all PIT's used for pressure monitoring. Where PIT's are used for monitoring tank level, the PIT is installed directly to the tank. Please allow the MFSS's standard. R1-41: Provide isolation all at PIT locations. Q1-42: Regarding 40 70 00 paragraph 2.16-A.1, Please allow the use of Rosemount Thermowells. R1-42: Rosemount thermowells are acceptable as long as they meet the specified requirements. Q1-43: Regarding 40 70 00 paragraph 2.17-A.1, Please allow the use of Rosemount 3900PV pH analyzers. R1-43: Rosemount analyzers are acceptable as long as they meet the specified requirements. Q1-44: Regarding 40 70 00 paragraph 2.19-B.1, Please allow the use of Rosemount 3900PV pH analyzers with a General Purpose Low Resistivity (GPLR) pH glass electrode and no preamplifier. R1-44: Rosemount analyzers are acceptable as long as they meet the specified requirements. Q1-45: Regarding 43 1133 paragraph 1.6-F, MFSS's Envrionmental Health and Safety policy prohibits the shipment of paint. MFSS and/or the Manufacturer will provide the paint type and RAL number. R1-45: Clarify why paint shipment is not allowed. Q1-46: Regarding 43 23 31.41 paragraph 2.2-C: MFSS understands that anchor bolts and related items are to be provided by the GC. Please confirm that the MFSS is not provide these items. R1-46: Equipment supplier is responsible for sizing and providing equipment anchor bolts. Q1-47: Regarding 43 23 41 paragraph 2.2-C: MFSS understands that anchor bolts and related items are to be provided by the GC. Please confirm that the MFSS is not provide these items. R1-47: Equipment supplier is responsible for sizing and providing equipment anchor bolts. Q1-48: Regarding 46 33 44 paragraph 2.3-B: MFSS's standard is to provide a painted structural steel frame that supports a total of four pumps (two each of Acid and Sodium Bisulfite or two each of Sodium Hydroxide and Sodium Hypochlorite) for a total of two skids. Please allow the MFSS's standard. R1-48: Steel is acceptable as long as it is fully coated with a novolac or vinyl esther epoxy. Q1-49: Regarding 46 33 44 paragraph 2.4-A.5: MFSS understands that anchor bolts and related items are to be provided by the GC. Please confirm that the MFSS is not provide these items. R1-49: Equipment supplier is responsible for sizing and providing equipment anchor bolts. Q1-50: Regarding 46 33 44 paragraph 2.5-A: Please clarify if painting is required. The skid is for be made of Polypropylene, thermoplastic pump parts, thermoplastic piping, valves and instruments. It appears that the painting applies to the component (pumps/valves/instruments) Manufacturer's protective coatings for metallic materials that are not corrosion resistant. A-1 5of6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A R1-50: Painting is not required if submitted skids are plastic material. Q1-51: Regarding 46 6133 paragraph 2.1-D, please confirm that all off -skid interconnecting piping for the membrane filtration system designed, supplied and installed is by Others. R1-51: Confirmed — all off —skid piping is by others. MFSS to submit recommended piping arrangement in 3D format as required by specifications. Q1-52: Regarding 46 6133 paragraph 2.3-A.5: The MFSS's proposed design utilizes 7 Racks (Trains) for 35 MGD and 9 Rack (Trains) for 50 MGD. This design minimizes the required ancillary equipment and allows all Cleaning Functions (Backwashes, EFM/CEB and CIP's to be performed without requiring multiple Racks (Trains) to be simultaneously performing the same Cleaning Function. Please allow this approach. R1-52: Base bid must comply with all specified requirements. Alternative designs may deviate with supporting documentation and calculations that the intent and design criteria is being met. Q1-53: Regarding 46 6133 paragraph 2.3-C.2 through 2.3-05, please confirm that resistance to the listed coagulants does not mean that the membrane system is required to be designed and operated at the coagulant dosages listed. R1-53: Paragraph requires resistance to the listed coagulant dose under continuous operation but does not assume all the of the listed coagulants being used concurrently. Q1-54: Regarding 46 61 73 paragraph 3.2-C: Please confirm that the anchor bolts are to be supplied by the General Contractor. R1-54: Equipment supplier is responsible for sizing and providing equipment anchor bolts. Q1-55: The following are specification sections that are referenced but are not included in the specification. Please supply these specifications if they are applicable to the MFSS's scope of supply: 0135 13, 0145 23, 01 74 23, 01 77 19, 40 05 07 R1-55: These references will be deleted and the re -issued specs will be a part of the next addendum. A-1 6 of 6 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT B This document is provided as supplement to the Eagle Mountain Water Treatment Plan Phase IV Expansion — Membrane Filtration System Pre -Selection Contract Documents. Summary of changes to the specification sections: 1-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: Paragraph 5.1 i. Replace "2 p.m., the Monday prior to the Proposal Opening" with "Close of Business Friday, June 14." Paragraph 17.3 i. Under Sodium Hydroxide, delete "30% Solution" and replace with "50% Solution". 1-b. SECTION 00 74 00 — Special Conditions Special Conditions to be REPLACED in its entirety with the attached Changes to the original include: All pages i. Delete header title "00 73 00 Supplementary Conditions" and replace with "00 74 00 Special Conditions". 1-c. SECTION 01 33 00 — Submittals Submittals to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.4-J.1.a i. Delete the word "Buzzsaw" and replace with "E-Builder". 1-d. SECTION 01 60 00 — Product Requirements Product Requirements to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.2-B i. Modify bullet to read "Plain steel bolts, nuts, and washers in contact with feed water, filtrate or waste from the process shall be of a material suitable for submerged service with pre-treated water as specified herein. All other steel bolts, nuts, and washers shall be Type 18-8 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." Paragraph 2.8-B i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.8-E i. Modify bullet to read "Panels housing electrical Equipment shall NEMA 4 Type 316 stainless steel or better. All equipment MFSS is providing will be in a process area subject to damp and wet conditions and shall be suitable for floor or wall mounting". Paragraph 2.8-R i. Replace "NEMA rated devices may be used in lieu of placing the devices within an enclosure." with "Devices with an environmental rating that conforms with the area classification do not need to be installed in an enclosure." A-1 1of5 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 1 ATTACHMENT B 1-e. SECTION 01 90 00 —Warranties Warranties to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.3-A.1 i. Add the following "solely" after sentence. Paragraph 1.3-A.3 i. Delete the word "Supplier" and replace with "MFSS". Paragraph 1.3-A.7 i. Add the following text as a new bullet item: "This Warranty shall not be assigned, transferred, or delegated by the MFSS without the prior written consent of Owner. Any attempted assignment, transfer, or delegation without such consent shall be null and void." 1-f. SECTION 40 05 23 — Stainless Steel Process Pipe and Tubing Stainless Steel Process Pipe and Tubing to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.1-D.1.a i. Add ", butt welding, and threaded connections" after sentence. 1-g. SECTION 40 05 31 — Thermoplastic Process Pipe Thermoplastic Process Pipe to be REPLACED in its entirely with the attached Changes to the original include: Paragraph 2.4-A.4. i. Replace "Flanged" with "Flanged or grooved." 1-h. SECTION 40 05 51 — Common Requirements for Process Valves Common Requirements for Process Valves to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.2-D.1 i. Replace "counterclockwise" with "clockwise". 1-i. SECTION 40 61 00 — Process Control and Enterprise Management Systems General Provisions Process Control and Enterprise Management Systems General Provisions to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.9-D i. Delete and replace with the following: "The Membrane Filtration System Supplier (MFSS) may 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. This can also be accomplished by the MFSS's internal staff. In either case, the following requirements apply:" Paragraph 1.9-E i. Delete paragraph. A-1 2 of 5 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT B 1-j. SECTION 40 67 17 — Industrial Enclosures Industrial Enclosures to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.1-B i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". 1-k. SECTION 40 70 00 — Instrumentation for Process Systems Instrumentation for Process Systems to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.2-A.1.a i. Add "Endress+Hauser" to the list of Manufacturers of magnetic flow meters. Paragraph 2.2-A.4.f i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.2-B.3. i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.3-B.5.b i. Add "or 24 VDC" at the end of the sentence. Paragraph 2.5-D.2. i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.6-D.3. i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.8-B.2.e. i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.8-C.3.b. i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.9-D.6. i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.10-A.1.a i. Add "Endress+Hauser" to the list of Manufacturers of ultrasonic level meters. Paragraph 2.10-B.4.b. i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.13-D.2.a. i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.15-D.2. i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". Paragraph 2.20-A. i. Delete Paragraphs 2.20-A.1.b and 2.20-A.1.c. Paragraph 2.20-D.3. i. Replace "NEMA 4X" with "NEMA 4 or NEMA 4X". 1-I. SECTION 43 23 31.41 -Vertical In -Line Multistage Centrifugal Pump Vertical In -Line Multistage Centrifugal Pump to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.3-B.1 i. Delete "Class 30 cast iron" and replaced with "Type 316 stainless steel'. Paragraph 2.3-B.2 i. Delete "Type 304 stainless steel" and replace with "Type 316 stainless steel". A-1 3of5 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT B 1-m. SECTION 43 41 45 — Fiberglass Reinforced Plastic Tanks Fiberglass Reinforced Plastic Tanks to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.7-H i. Delete External Heating Elements from section. 1-n. SECTION 46 61 33 — Microfiltration and Ultrafiltration Membrane Equipment Microfiltration and Ultrafiltration Membrane Equipment to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.5-D.1 i. Replace "fabrication double -line scaled drawings" with "erection/installation drawings". Paragraph 1.6-B i. Delete the word "Bonfire" and replace with "Maximo". Paragraph 1.85.3 i. Modify bullet to read as "Furnish one membrane module lifting mechanism designed to allow one person to safely maneuver the supplied membrane modules for installation (assume one person cannot lift and carry more than 35 Ibs wet weight equipment). Paragraph 2.1-C.1.b, i. Delete the word "PACL" and replace with "ACH or PACL" Paragraph 2.1-D.1 i. Modify bullet to read as "Skid -mounted, pressure membrane filtration treatment trains including membrane modules and support structures. Provide each train as a complete assembly on a skid. MFSS to provide completely pre -piped assembly of all skids except the membrane modules which will be installed by the General Contractor. Provide MFSS-supplied piping that is supported on skids. Loose piping that is to be supported by concrete pedestals is not acceptable." Paragraph 2.2-A.4 i. Replace "Type 316 stainless steel' with "Type 316 stainless steel or 18-8 stainless steel'. Paragraph 2.2-J.3.b i. Delete line "Day tanks for chemical storage." Paragraph 2.2-J.11.e i. Add sentence "Assume sanitary sewer connection is approximately 400-ft away and 5-ft vertical elevation increase at the discharge to gravity sanitary sewer." Paragraph 2.2-N.5.a.1 i. Add "Minimum" before "SDR 21.0." Paragraph 2.3-C i. Add the following "ACH at 10mg/L" Paragraph 2.4-F-1.n i. Modify line to read as "For each tank: level transmitter, low level switch, and high level switch." Paragraph 3.1-A.2 i. Modify text to read as "Present on -site at various phases of work for a minimum of forty (40) days in a minimum of eight (8) trips to assist with the proper placement and installation of equipment." A-1 4of5 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 1 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT B 1-o. SECTION 46 61 73 — Automatic Straining Equipment Automatic Straining Equipment to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 3.3-C.2 i. Replace "waste activated sludge" with "combined filtered effluent from biologically activated media filters". A-1 5of5 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 1 ATTACHMENT C Eagle Mountain WTP Phase IV Expansion — Membrane Filtration System Preselection 6/6/2024 — Meeting Summary Meeting Attendees: CDM Smith, Inc.: Sarah Stewart, Anthony Zamarro, Michael Zafer, Dan Silverman Citv of Ft. Worth: James McDonald, April Escamilla, Kenny Wilson, Tim Allen Other Attendees: Michael Gisclair, Mike Uldrich, Ryan O'Leary, Tim Seibert, Melissa Nichols, Matt Foss, Jordan Previte, Greg Cempa, Derek Willms, Danny Shannon, Abby Rowser, Rick Moro Presenter: Anthony Zamarro See attached presentation slides that were reviewed during the meeting. A recording was made of the presentation that is also available. Highlighted items from the discussion: • Costs to proposer in excess of the $95,000 will be added to other line items. • Addenda 1 will be issued on Monday, June 10, and the last day of questions is being moved up to Friday, June 14 to allow time for a final addenda ahead of the June 27 proposal opening. • With the proposals, please include a written narrative detailing what equipment is needed to expand from 35 to 50 MGD. • Reminder that proposers need to acknowledge receipt of addenda with their proposals. The system will lock out the ability submit questions on June 14. There is a time that date that it wil Questions and Answers from the Meeting follow: Q1: How will the City view commercial clarifications or exceptions? Al: City will review on a case -by -case basis and can neither confirm nor deny that such clarifications and exceptions would be accepted. Q2: Will the slides be provided on Bonfire? A2: Yes, as will a summary of the questions and answers asked during the call. CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 1 ATTACHMENT C Eagle Mountain WTP —Phase IV Expansion Membrane Filtration System Pre -bid Meeting June 6, 2024 (1:15 PM) Project Manager: James McDonald, P.E. Design Engineer: CDM Smith, Inc. CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Introductions City of Fort Worth James McDonald, Project Manager CDM Smith Sarah Stewart, Project Manager ADDENDUM NO. 1 ATTACHMENT C Anthony Zamarro, Membrane Process Task Lead CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Project Background EMWTP Phase IV WTP ADDENDUM NO. 1 ATTACHMENT C • Existing capacity: 107 MGD, conventional treatment • Growth in the FTW area driving project to expand plant capacity • Phase IV include 50 MGD infrastructure and 35 MGD equipment • Scope of Overall Project: • Project includes addition of ozone, conventional treatment, biological filters, membrane filtration • New train will operate independently of the existing facility CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Project Background `'p1="�%+:�li.e:� NS,.._...;�.r'..:f`3: �','�•�..:Lv...,it. RAW RW VALVE VAULT NO - - W VALVE VAULT NO 8 - - - KALVE VAULT .n (K) (K) I NO i :. f� �T A INS — I _ SNEET C-B.C4 I I SHEETIG4 \ \ ,/ OZONE NT T BRW 1I II I C-6.— f I\ (6) � VALVE VAULT NO l I{{I I I I LIOUiD OXYGEN FACRI(By- -- ----- -(KrRW VALVE VAULT NO SJ4 \ --ffVAULT NO 1 0 �\\ i O WASNW TER dUA1P STATION V O \ oglR OC1 VOWASNWXTM RZ'l V V 0OWA O O 00 \ 9 ® 00 0 �8A61 ATER RECOVERY BASIN (J) ,SLUDGE METERING VAUL (KJ CHEMICAL STORAGE ARBA (D) II � Irt. O Ili It! I I�; II I' ADDENDUM NO. 1 ATTACHMENT C 4 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Contract Structure ADDENDUM NO. 1 ATTACHMENT C • Design -Bid -Build Delivery, with General Contractor (GC) to be selected at project bid. • Membrane Pre -Selection with 4 pre -selected suppliers based on pilot testing done in 2008 and 2015. • Successful proposer will be determined by lowest net present value proposal and will enter into a special services contract with the City with the value of $957000.00. • By the terms of the Special Services contract, the successful proposer agrees to enter into a Subcontract with the GC to provides goods and services for the amount listed in the proposal form and in accordance with the T&Cs of the Contract Documents. • Price can be escalated after 365 days from proposal opening by CPI. CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration MFSS Scope of Work ADDENDUM NO. 1 ATTACHMENT C Task 1 (Part of Special Services Agreement) — Provide Technical Assistance to Complete Design of the membrane filtration system. This technical assistance consists of: 1. Designing Equipment to be provided by the MFSS, providing 3D models of all Equipment. 2. Submittal of Shop Drawings and samples, general arrangement of membrane units, installation manuals, and project coordination with the Owner during the design phase, including participation in progress design meetings. 3. Provide assistance to the Engineer and Owner and provide the information needed to coordinate the design of the membrane filtration system as well as any ancillary equipment and supporting structures designed by the Contractor but not provided by the MFSS, including any temporary facilities needed for testing and commissioning the system. Task 2 (Part of Goods and Service Agreement): Equipment and Installation Oversight consists of furnishing the Equipment required for the membrane filtration system set forth in the Contract Documents. This task also consists of furnishing manufacturer trained personnel for installation oversight of specified Equipment. Task 3 (Part of Goods and Services Agreement): Start-up and Training consists of training, operation and maintenance manuals, start-up, commissioning, demonstration testing, and acceptance testing. CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Proposal and Contracting Process ADDENDUM NO. 1 ATTACHMENT C • Approved Proposers: Aria Filtra, H2O Innovation, WesTech, Wigen • Proposal Schedule: • Last Day for Questions through Bonfire: Friday, June 14. • Proposals due through Bonfire: Thursday, June 27, 2024 until 2:00 PM* • Proposal Opening: Proposals will be opened and publicly read aloud at 2:00 PM CST at City Hall, 100 Fort Worth Trail, Fort Worth, TX, 7th Floor, Room 745 • All documentation including addenda, all questions or clarifications, submissions, and expressions of interest are via the Bonfire portal: httos://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities *Uploading big files can take a long time. Plan extra time for technology issues CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 1 ATTACHMENT C Proposal and Contracting Process: LDs 3 , lei UIDA EID DAMAGE 3 � 1 MF S S agrces to pay the General Contractor for the Project liqui dated damages for del ay (but not as a penalty), as desenibed in Section 00 21 13 — Instructions, to Proposer._ • $1,000/day that expires after the contract times for furnishing of Special Engineering Services • $2,500/day for delays to the Goods and Services Agreement 2 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 1 ATTACHMENT C Proposal and Contracting Process: NPV 52 53 Life -cycle costs wi 11 he level oiled based u porgy = 5.2. l Base Bid of the NCI em bra n e F i ltrati on System equipment ( Item A), 5.2 2 Present worth value of niem brane rep kwement cost, based on membrane replacement in 10 years 'LLN11tg 5% interest rate and 4% inflation rate. ( Item . 1 rcwn 4 worth val ue o F energy and chemical wsGs fbi- 10 years usi rig 5% 1 rate and 4% ittflation rate (ltcrny- D and E). Encro and cL-,micul cus is wi I I l-�u estimated by the Design Enginecr using information provided in the Proposals, with modifications, as deemed appropri ate, by the j udgment of the Design Engineer a nd the C ity_ Item B - Price for S peeiaJ Engine-ering S ei-vice s for Membrane Filtration System Des ign wl l l not be i nc lulled i n the I i fe-cyc le cost eva luat i on, 9 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Items to be Included with Proposal ADDENDUM NO. 1 ATTACHMENT C ✓ Proposal Security (Bid Bond) ✓ Performance Bond, Payment Bond, and Maintenance Bond ✓ Fully filled -out Proposal Form ✓ Service and Support ✓ Proposed Project manager resume ✓ Technical personnel and availability ✓ Company Characteristics ✓ Membrane Characteristics ✓ System Operating Characteristics (see following slide) ✓ Written narrative detailing what additional equipment is required to expand the MFS to 50 MGD and modifications to the 35 MGD system CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Alternative Proposals ADDENDUM NO. 1 ATTACHMENT C • Alternative proposals may be submitted as price deducts to base proposals and will be reviewed at the City's discretion • Included with alternative proposals will be: • Price deduct/add • Layout of major equipment • Narrative describing changes from base proposal • Examples: • Different rack configuration • Use of an updated module • Extended warranty • Further evaluation may be required after proposal submittal to fully understand alternative proposals. CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration System Operating Characteristics ADDENDUM NO. 1 ATTACHMENT C • Proposed Instantaneous and net flux rates with detailed calculations supporting methodology used and a list of all assumptions made. • P&IDs for membrane filtration equipment, backwash equipment, chemical systems, chemical cleaning systems and appurtenances. • Narrative description of sequence of operation and control (and supporting calculations) for the following: • Normal filtrate production. • Backwash/reverse filtration operation. • Enhanced flux maintenance / maintenance wash operation. • Membrane integrity test operation. • Clean -in -place (CIP) operation. • Chemical neutralization. • Which actions are automatically controlled and the availability of back-up control. CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Guarantees and Warranties ADDENDUM NO. 1 ATTACHMENT C • 2-year mechanical warranty from Substantial Completion for all non -membrane components (c.f. 01 90 00) • 5-year full replacement, 5-year pro-rata membrane module warranty, with a guaranteed replacement price listed in the bid form (c.f. 01 90 00) • Can be escalated by CD' • Failure is defined as not meeting integrity test, fiber breakage over defined threshold, or not meeting performance criteria (flow, turbidity) • 3-month performance test (c.f. 46 61 33) to demonstrate values specified in the bid form (cleaning intervals, average TMP, compliance with max. instantaneous flux) • Remedies are in accord with 01 90 00. 13 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Estimated Schedule RFPs issued Deadline for Questions Proposals Due Notice of Award (est.) Submittals Due (1st package) Submittals Due (2nd package) Projected GC Contract Projected Project Complete Date ADDENDUM NO. 1 ATTACHMENT C May 23, 2024 June 14, 2024 June 27, 2024 July 11, 2024 September 9, 2024 October 9, 2024 June 2025 June 2028 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Contact information Project Manager: James McDonald • James.McDonald@fortworthtexas.gov Engineer: Sarah Stewart • StewartSA@cdmsmith.com ADDENDUM NO. 1 ATTACHMENT C CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Questions/Discussion ADDENDUM NO. 1 ATTACHMENT C FORT WORTH. i ADDENDUM TO INVITATION TO PROPOSE NO. 24-0223 EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION - MEMBRANE FILTRATION WATER DEPARTMENT ADDENDUM NO. 2 DATE ISSUED: June 13, 2024 INVITATION TO PROPOSE (ITP): 24-0223 BID OPENING DATE: June 27, 2024 ITP No. 24-0223, issued May 23, 2024, is hereby amended as follows: 1. Responses to questions received are attached to this addendum as Attachment A. 2. The preliminary hydraulic profile is attached to this addendum as Attachment B. 3. The preliminary available building layout size is attached to this addendum as Attachment C. 4. TECHNICAL SPECIFICATIONS: Replace the following Sections: Replace Section 00 21 13 — Instructions to Proposers 00 41 00 — Proposal Form 40 05 51 — Common Requirements for Process Valves 40 05 57 — Actuators for Process Valves and Gates 40 05 93.23 — Low -Voltage Motor Requirements for Process Equipment 40 67 17 — Industrial Enclosures 40 70 00 — Instrumentation for Process Systems 43 11 33 — Rotary Lobe Blowers 43 12 51 — Oil -Free Scroll Compressors 43 23 31.41 - Vertical In -Line Multistage Centrifugal Pump 43 23 41 — End Suction Process Pumps With Section 00 21 13 — Instructions to Proposers 00 41 00 — Proposal Form 40 05 51 — Common Requirements for Process Valves 40 05 57 — Actuators for Process Valves and Gates 40 05 93.23 — Low -Voltage Motor Requirements for Process Equipment 40 67 17 — Industrial Enclosures 40 70 00 — Instrumentation for Process Systems 43 11 33 — Rotary Lobe Blowers 43 12 51 — Oil -Free Scroll Compressors 43 23 31.41 - Vertical In -Line Multistage Centrifugal Pump 43 23 41 — End Suction Process Pumps Summary of changes are provided as supplement to this addendum as Attachment D ITP 24-0223 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Addendum No. 2, Page 1 of 2 All other terms and conditions remain unchanged. TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: WPseck �dt� ti saa Gf- SIGNATURE: `Company Oame and signature must be the same as on the original bid documents. Failure to this form th your sealed bid may constitute grounds for rejection of your offer. ITP 24-0223 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Addendum No. 2, Page 2 of 2 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A This document is provided as supplement to the Eagle Mountain Water Treatment Plan Phase IV Expansion — Membrane Filtration 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: To allow videotaping of our training sessions, (MFSS] requires agreement on the following: 1) [MFSS] shall have the right to review and approve the video before it is used; 2) [MFSS] retains proprietary rights to all information contained in the videotape; 3) Customer has the right to use and disclose to its employees the information contained in the videotape for the limited purpose of operating and maintaining the Seller supplied equipment and no other purpose. 4) If the content of the videotape is altered in any way, and such alterations result in personal injury or property damage due to adherence to the altered information, Seller shall have no liability for any such injury or damage. 5) Viewing of the video in isolation does not ensure competent operation of the plant equipment and serves only as a training aid in support of wider customer and industry best practices for safe operation and maintenance of such equipment. Any videotaping of Manufacturer's Training will need to comply the Manufacturer's videotaping requirements including the possible prohibition of videotaping. R2-1: Include requirement as a clarification in the submitted proposal. Q2-2: Please confirm that Manufacturer's Training is required for the Owner's personnel. [MFSS] will unlock portions of the code, such as I/O, to allow the Owner the ability to edit/modify areas of the code. The [MFSS] IP portions of the code locked so that the Owner cannot edit/modify these portions. Any Owner edits/modifications that result in changes to the system performance%peration will void [MFSS]'s performance warranty. R2-2: Confirmed that Manufacturer's Training is required for the Owner's personnel. Include code protection requirement as a clarification in the proposal." Q2-3: In reference to 40 70 00 paragraph 2.3-A.1.a, please allow the use of IFM Efector SD1540 Dispersion Type Flow Transmitters for Air Flow. R2-3: The IFM Efector transmitter will be considered as an approved equal and approved if it meets the specified performance criteria. Q2-4: MFSS provides isolation ball valves for all PIT's used for pressure monitoring. Where PIT's are used for monitoring tank level, the PIT is installed directly to the tank. Please allow the MFSS's standard. R2-4: Provide instrument isolation valves on all pressure instruments, including directly on the tank. Q2-5: Please provide a Plant Hydraulic Profile. What, if any, post membrane system treatment processes exist between the membrane system and the Clearwell? What are the static and dynamic losses between the membrane system and the Clearwell? R2-5: Preliminary Plant Hydraulic Profile is shared in this addendum as a new Appendix B. No treatment process will exist between the membranes and the Clearwell. Refer to preliminary Plant Hydraulic Profile for estimated status and dynamic losses. Q2-6: We noticed there was not a devoted section for electrical specifications. We typically find this in Division 26. Is there any other electrical information available for this project? A-2 1of7 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A R2-6: Electrical provisions required for the MFSS-provided equipment is included in each equipment specification as well as 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment." If there are specific questions, please provide through Bonfire. Q2-7: Please confirm the OF train redundancy requirements for this project. For example, is firm capacity N-1 required for both 35 and 50 MGD? R2-7: There is no requirement for mechanical redundancy for the membrane skids themselves. The proposed system needs to produce 35 MGD on a day where no CIPs are performed, without exceeding the maximum instantaneous design flux. Q2-8: Please confirm the applicable design temperature for the proposed rated capacity of the OF system; can we assume 20 deg C as the design temperature? R2-8: Confirmed — use 20 deg C as the design temperature. Q2-9: Please confirm the intent of the full-scale treatment system is to direct the OF BW wastewater to a backwash recovery basin and ultimately have the supernatant routed to the head of the pretreatment system as shown in p.1472 of the specification. If so, what is the intended maximum proportion of BW wastewater to be blended with the raw feed water? During the pilot phase, was BW wastewater recycle implemented and, if so, for what duration? R2-9: Confirmed - the backwash wastewater will be sent to a settled water tank where it will be combined with backwash waste from the BAFs, settled, and routed back to the head of the plant. The maximum proportion of OF backwash waste that will be allowed to be recycled will be 10% of daily Net Filtered Water. This process flow could not be modeled in the pilot as the source water was effluent from the existing EMWTP full-scale plant which includes the same process flow as EMWTP Phase IV, except it does not use a membrane filtration system. However, this process including a membrane filtration system has been operating since 2009 at the Westside Water Treatment Plant, also operated by the City of Fort Worth, and withdrawing water from a similar source. It is up to the MFSS to determine a stable operating flux for the proposed plant based on this information. Q2-10: Please confirm if neutralized CIP waste is also intended to be recycled to the head of the pretreatment system. R2-10: Neutralized chemical waste from both CIPs and CEBs will be sent to the sanitary sewer connection and not to the backwash recovery system. Q2-11: Please confirm TCEQ's position regarding the VCF impact on LRV calculations by routing BW waste to the head of the treatment plant. R2-11: To our knowledge, there is no VCF impact to the proposed process configuration. The EPA Membrane Filtration Guidance Manual only assesses VCF in connection with the degree of concentration at the surface of the membrane based on the hydraulic configuration of the membrane system itself, not upstream or downstream processes. The proposed process flow would have two settling steps (one at the settled water tank and another at the floc/sed basin) and one filtration step at the BAFs. The proposed process has operated at the Westside Treatment Plant since 2009 and to our knowledge there is no VCF penalty used in the integrity test calculation at that plant. A-2 2 of 7 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A Q2-12: Are there any layout and/or dimensional restrictions applicable to the MFSS with regards to the OF trains and ancillary systems? R2-12: Please see attached drawing indicating an available space for the membrane mechanical equipment. Q2-13: Please confirm that the specified capacity is based on an assumed MIT frequency of once every 24 hours per train. R2-13: A daily Pressure Decay Test/Direct Integrity Test (DIT) is required. It is incumbent on each proposer to ensure that the maximum instantaneous flux as specified in Section 46 61 33, 2.3 A.2 is not exceeded to produce the specified flows on non-CIP days. Q2-14: Please see an additional request to remove the use of PVC in the drinking water process. It is well known in the world PVC is very dangerous in drinking water piping and the City and their citizens should be protected. Please delete 46 6133 - 18, N. Piping Systems:, 4. PVC Pipe and Fittings:. This should include all pipes used in the drinking water process exception from the chemical cleaning system pipping. This should also be for the requirement of the membrane filter module. Our design and module as no PVC or UPVC materials in contact with the drinking water for the lowest risk solution for our customers. We will not knowingly risk our customers health. If this is not deleted to allow us to bid please release a letter prior to the bid date executed from the City accepting the risks of using PVC or UPVC in contact with their drinking water process. From the USA Today link below. Enck said the report raises legitimate concerns about the health consequences from chemicals in PVC pipes leaching into the drinking water. New report warns against using PVC pipes in drinking water systems (usatoday.com) httos://www. usatoday. com/storv/news/investiaations/2023104118/new-report-warns-against-usinq- ovc-pipes-drinking-water-systems/116887370021 R2-14: No change. Q2-15: Please provide a Plant Hydraulic Profile. What are the static and dynamic losses between the membrane system and the washwater recovery tanks? R2-15: This portion of the design has not been finalized. Assume a head requirements of 10 psi for backwash pump sizing. Q2-16: The $95,000.00 allotted for Special Engineering Services is considerably lower than the cost of providing these services as described in Section 00 52 43 such that it would be a loss to the MFSS in the event an award is not made for the Membrane Filtration System. As the Contract Price can be adjusted by amendment or change order (Article 3), we request that Proposers are allowed to enter their full price for the Special Engineering Services to be included in the Total Present Worth Cost for evaluation. R2-16: Allotted price for Special Engineering Services will not be modified. Q2-17: Is a prebid meeting sign in sheet available? R2-17: This was provided as an attachment in Addendum No. 1 Q2-18: To confirm, N+1 redundancy is only required on ancillary equipment and not the membrane treatment trains themselves? I.E pumps, pre -strainers, compressors, should be N+1, but the OF skids will be N+O. R2-18: Confirmed. A-2 3of7 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A Q2-19: [MFSS] typically requires that the warranty period start after modules are placed in operation or six (6) months after shipment from the Toray facility, whichever occurs first. Please consider modifying this clause to match Toray's requirements. R2-19: No change. Q2-20: Although stainless steel piping is an NSF compliant material, NSF certification (61,372) is often unavailable for fabricated piping. Please confirm if this is acceptable. R2-20: Confirmed that this is acceptable as long as fabrication of pipe and fittings is from certified piping. Q2-21: Please confirm in lug style valves for all sizes is acceptable. R2-21: Lugged valves are acceptable for all sizes. Q2-22: For the future design capacity of 50 MGD, this Section requires: "Future Design Capacity: Piping, pumping, backwash equipment, CIP equipment, air equipment, integrity test equipment supplied for a future design capacity". In the Pre -Bid Conference Call there was a requirement to provide a narrative of the additional equipment (backwash, CIP, etc.) to meet the future the 50 MGD future capacity. Is the MFSS to supply the necessary ancillary equipment for 50 MGD so that only additional membrane trains and modules are needed or will additional ancillary equipment be provided with the expansion to 50 MGD. R2-22: Ancillary equipment may be added in future expansion. Q2-23: MFSS interprets this to require that the MFSS provide 3D drawings of off -skid plant piping. This is typically outside of the scope of supply of the MFSS. Please confirm that the off -skid 3D piping drawings are to be supplied by the City's Engineer. R2-23: MFSS to provide 3D showing interconnecting piping or add as a clarification that it is not included if they are not able to provide. Q2-24: Please confirm that these coagulants are used in the pretreatment system and that the membrane system will not be operated in a direct coagulation mode. R2-24: Coagulants will be used in the pre-treatment system and not direct. Q2-25: Per Attachment A, response to Q1-34 - Requirement applies to the party doing the programming of the membrane system. MFSS interprets this response to mean that the MFSS is to have a Service Center within 200 miles of Fort Worth. Per Attachment B 1-1 Section 40 6100 Paragraph 1.9.E I Delete paragraph. These appear to be conflicting responses. Which response governs? R2-25: Refer to updated wording in paragraph 1.9-D in 40 61 00 in the reissued specifications in Addendum No.1. Disregard response to Q1-34, as that paragraph has been deleted. Q2-26: (PID-2] indicates that the VFD's/motor starters required for the pre -strainers are in the MFSS Master Control Panel. These are generally outside of the MFSS's scope of supply and are located in a separate MCC. Please confirm if motor starters for the pre -strainers are in the MFSS's scope. R2-26: MFSS is required to supply as the intent is for motor starter to be supplied with strainers. They do not need to be housed in the control panel and may be shipped loose for installation by the Contractor in the MCC. Q2-27: The double block and bleed valves shown in this P&ID, do not include a pneumatic actuator for the outer block valve. [MFSS] recommends that these "outer" valves also be pneumatic to avoid manual valve operation during MC and CIP sequences. A-2 4of7 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A R2-27: It is acceptable to propose outer valves to be pneumatic. Q2-28: Please confirm that variable filtration flow is acceptable as trains leave production for offline events such as backwash, chemical cleaning, MIT. R2-28: Confirmed. Q2-29: Please advise if RTP-1 certification is truly required for FRP tanks. This tends to add cost and extend leads times if it is required. R2-29: RTP-1 certification is required. Q2-30: Please clarify if ANSI B73.1 pumps are required or if any close coupled or bearing frame end suction pumps (e.g. Goulds 3656 or Goulds 3756) are acceptable. R2-30: If horizontal end suction pumps are provided, compliance with ANSI B73.1 is required. Q2-31: The P&ID depicts diaphragm valves, Section 46 6133 - 2.2.J.13.c states: "Use vented ball valves on hypochlorite feed lines. " Which type of valves are to be used? R2-31: For sodium hypochlorite service, either diaphragm or vented ball valves are acceptable. Q2-32: For the future design capacity of 50 MGD, this Section requires: "Future Design Capacity: Piping, pumping, backwash equipment, CIP equipment, air equipment, integrity test equipment supplied for a future design capacity". In the Pre -Bid Conference Call there was a requirement to provide a narrative of the additional equipment (backwash, CIP, etc.) to meet the future the 50 MGD future capacity. Is the MFSS to supply the necessary ancillary equipment for 50 MGD so that only additional membrane trains and modules are needed or will additional ancillary equipment be provided with the expansion to 50 MGD. R2-32: Additional auxiliary equipment may be added with the expansion. Q2-33: Please confirm if valve mounted solenoids are acceptable in lieu of a common solenoid bank (with tubing being routed on -skid to a common manifold). With 316L pneumatic tubing, and limit switches, [MFSS] generally prefers valve mounted solenoids. R2-33: Acceptable. Q2-34: This P&ID indicates that the VFD's/motor starters required for the CIP/Neutralization pumps are in the MFSS CIP Control Panel. These are generally outside of the MFSS's scope of supply and are located in a separate MCC. Also, please confirm if heater contactors are in the MFSS's scope of supply. R2-34: VFDs are in Contractor's scope and heater contactors are in MFSS's scope. Q2-35: Per Strainer Manufacturer: "It is not possible to find the moment that screen is exactly 75% blind. The pressure loss across a filter is a function of both filter housing drop (depends on the filter body geometry) and the screen drop. This total pressure drop is exponential and will reach to the DP set point value rapidly at the later part of the curve. So, predicting the pressure drop at 75% screen blind is not that easy. " Is this requirement applicable given the water quality downstream of the Bio Filters? If Yes, please provide guidance on how the Strainer Manufacturer is to determine when this occurs. If No, please removed the " 2 psig even when strainer surface media is 75 percent clogged" requirement. R2-35: Normal operating pressure should be consistently less than two psi during normal operating cycles. Please include a 25% safety factor between normal operating pressure and the maximum pressure that would initiate a strainer backwash. A-2 5of7 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 2 ATTACHMENT A Q2-36: SWIFT Funding: How does the US Iron and Steel requirements for SWIFT funding differ from AIS requirements? Per EPA Memorandum "Implementation of American Iron and Steel provisions of P.L. 113-76, Consolidated Appropriations Act, 2014" question 22, membrane filtration systems are specifically not considered a construction material for the purposes of the AIS requirement. Accordingly, appurtenances integral and associated with system operation, like valves, are not subject to the AIS requirements as a construction material. Additionally, please confirm if funding requiring BABAA compliance is expected. Unlike AIS, BABAA does not have special provisions/exceptions for water treatment equipment. R2-36: At this point, BABAA compliance would not be required for this project because it is anticipated to be funded through the TWDB's SWIFT Program, which includes state -level requirements. From the guidance documents, U.S. Iron and Steel requirements align with AIS when it comes to membrane equipment. Please see the snips below from the TWDB's United States Iron and Steel Guidance for Projects Funded through State Programs (TWDB-1105). See below for TWDB's guidance document for the SWIFT Program (TWDB-0900) for reference. If a construction contract far which the TWDB provid*s Funds must comply with the U.S. 1&S requirements, then all covered iron and steel products must be made in the United States. no matter whether theT DH-provided-Funds was the source to purchase a particularcovered iron and steel prod um The entity may not use other funding sources, i nd u d i ng the entity's own Funds, to pay for a non -compliant iron or steel product used in a TWDB funded construction contract U.S. 1&5 requirements apply to products made primarily of iron or steel that are permanently incorporated into the public water system, treatment works, or agricultural water conservation project, such as • lined a r unlined pipes or fitbng; * manhole covers, • municipal castings; • hydrants; * tanks; • flanges, • pipe clamps and restraints; • Valves, * structural steel; o reinforced precast concrete; and • constructionmaterials. Far one of the listed products to be considered subject to the U.S. I&S requirements, it must be made of greater than 50% iron or steel, measured by cost. The cost should be based on the material costs. The Following components are exempt from complying with U.S. I&5 requirements: • Iron or steel products that are not permanently incorporated into a Project • Mechanical and electrical component, equipmwnt, systenns, and appurtenances? Mechanical and electrical components, equipment, systems, and appurtenances are defined on Page 4: A-2 6 of 7 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 2 ATTACHMENT A Mechanical and electrical components, equipment~ systems, and appurtenances5--Include, but are not limited to, pumps, motors, gear reducers, drives (including variable frequency drives), electric/pneumatic/manual accessories used to operate valves (such as electric valve actuators), mixers, gates, motorised screens (such as traveling screens], blowers/aeration equipment, compressors, meters, sensors, controls and switches, supervisory control and 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 boxes/enclosures), lighting Fixtures, electrical conduit emergency life systems, metal office furniture, shelving, laboratory equipment, analytical instrumentation, dewatering equipment, electrical supports/covers/shielding, and other appurtenances related to an electrical system necessary For operation or concealment An electrical system includes all equipment, facilities, and assets owned by an electric utility, as that term is defined in Section 31.002 Utilities Code. A-2 7 of 7 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 2 ATTACHMENT B Preliminary Hydraulic Profile is Attached as follows. A-2 1 of 2 \�/ OZONE CONTACT BASIN RAPID MIX FLOCCULATION BASINS \' / SEDIMENTATION BASIN 825 EL 822.00 820 815 810 805 800 42" RW-STL - CL EL 797.50 795 - 790 785 O 8" DIA �/- PORT F'I LTC DE 825 820 EL 820.00 FILTER OPERATING LEVEL 10 EL 802.00 EL 795.00 1 O SD EAK TANK O I O 44 - 42" SLG 2 - O EL 813.00 - O7 KIATED ' WA I LK J 8" DIA - CHANNEL COAGULATE[► PORT - - WATER CHANNEL 815 OULLET \ti LL I� 0 U U U EL 813.50 -� I EL 811.00 810 - EL 810.00 30" BW-STL III CL EL 807.50 805 66" FTW-STL TOP EL 803.50 I II 800 24" FTW-STL 111411111411 I I I 0 o CL EL 798.75 I' o a a d o - PUMP OPERATING EL 797.50 a a a a LEVEL MAX 802.9 TO MIN 798.1 795 II EL 793.00 790 66" FTW-STL CL EL 786.75 785 TO BREAK TANK 1 780 775 MEMBRANE ARE,\ EL XX XX" FTW-STL CL EL XX FROM FEED PUMPS DESIGNED BY- A. LIU CDNI DRAWN BY- B. FLETCHER SHEET CHK'D BY- H. ZAMANKHAN Smith CROSS CHK'D BY: 801 Cherry Street, Unit 33, Suite 1820 APPROVED BY- Fort Worth, TX 76102 REV. Tel: (817) 332-8727 NO. DATE DRWN CHKD REMARKS DATE: MAY 2024 EL XX X" FT-STL �\ CL EL XX EL 802.00 I I 66" FW-STL CL EL HYDRAULIC PROFILE VERTICAL 1 " = 6' HORIZONTAL NTS EL 820.00 36" H us L EL 815.70 EL 816.25 I EL 802.00 EL 791.50 CLEARWELL NO. 3 I NV FW INV ELL 782.75 CITY OF FORT WORTH, TEXAS EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION OUTLET TO LAUNDER EL 811.00 TUNNEL C EL 797.50 825 820 815 810 805 800 795 12 790 785 DESIGN MAX FLOW CURRENT DESIGN MAX FLOW CURRENT AVERAGE FLOW CURRENT MIN FLOW LOCATION 57MGD 39MGD 31.2 MGD 19.5 MGD _ 1 818.98 817.48 817.60 817.63 825 2 818.69 817.34 817.51 817.49 3 818.43 817.19 817.42 817.35 4 817.90 816.94 817.26 817.10 5 817.36 816.56 817.10 816.77 820 6 816.65 816.22 816.62 816.57 7 816.60 816.20 816.59 816.55 8 816.54 816.17 816.55 816.54 9 815.09 814.82 814.69 814.85 815 10 814.50 814.50 814.50 814.50 11 804.83 804.53 804.39 804.15 12 811.00 810.75 810.58 810.33 3 Notes: 810 1 57 MGD PRODUCTION CAPACITY WITH 7 OUT OF 8 FILTERS ON LINE 2 39 MGD PRODUCTION CAPACITY WITH 5 OUT OF 8 FILTERS ON LINE 3 31.2 MGD PRODUCTION CAPACITY WITH 4 OUT OF 8 FILTERS ON LINE, 2 OUT 3 FLOC BASIN AND SED BASIN ON LINE 805 4 19.5 MGD PRODUCTION CAPACITY WITH 3 OUT OF 8 FILTERS ON LINE, 2 OUT 3 FLOC BASIN AND SED BASIN ON LINE, 1 OUT OF 2 OZONE CONTACT BASIN ON LINE. 800 795 790 785 1 780 THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF REVIEW UNDER THE AUTHORITY OF SARAH ALBERS STEWART 775 LICENSE NO. 111102. MAY 2024 IT IS NOT TO BE USED FOR CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PROJECT NO. 0515-294565 FILE NAME: G013NFHP HYDRAULIC PROFILE I SHEET NO. G-13 30% SUBMITTAL - NOT FOR CONSTRUCTION CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 2 ATTACHMENT C Preliminary Available Building Layout Size 14 105'-4" P� I 0 I Backwash Pumps Compressor/ 25'x20' Blowers 32'x23' CIP AREA 25'x107' (tanks, chemical feed, netralization pumps, etc MEMBRANE Pipe o RACKS TO 50 Header `" MGD Area 40'X137' 22'x137' WA- S t r a i n e r s 77 x 10 P CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 2 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT D This document is provided as supplement to the Eagle Mountain Water Treatment Plan Phase IV Expansion — Membrane Filtration System Pre -Selection Contract Documents. Summary of changes to the specification sections: 2-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: Add new paragraph as 16.7.8 i. Expansion Characteristics Provide a Written narrative detailing what additional equipment is required to expand the MFS to 50 MGD and modifications to the 35 MGD system. 2-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 8 i. Delete "Sections 01 45 23 and 46 61 33" and replace with "Section 46 61 33". 2-c. SECTION 40 05 51 — Common Requirements for Process Valves Common Requirements for Process Valves to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.2.6.3. i. Delete entire paragraph. Paragraph 1.6.A. i. Delete "01 77 19 'Closeout Requirements' and". Paragraph 3.1.V. i. Delete entire paragraph. 2-d. SECTION 40 05 57 — Actuators for Process Valves and Gates Actuators for Process Valves and Gates to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.2.6.3. i. Delete entire paragraph. 2-e. SECTION 40 05 93.23 — Low -Voltage Motor Requirements for Process Equipment Low -Voltage Motor Requirements for Process Equipment to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.2.C. i. Delete "6. Section 01 35 13 'Special Project Procedures."' Paragraph 1.2.C. i. Delete 7. Section 01 45 23 `Testing and Inspection Services."' Paragraph 1.2.0 i. Delete "10. Section 01 74 23 `Cleaning."' Paragraph 1.2.0 i. Delete 11. Section 01 77 19 `Closeout Requirements."' Paragraph 1.2.0 i. Delete "16. Section 40 05 07 'Hangers and Supports for Process Piping."' A-2 1 of 4 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 2 ATTACHMENT D Paragraph 2A.A. i. Modify bullet to read, "Space Heaters: Provide on motors 50 hp and larger; 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." Paragraph 2A.C. i. Modify bullet to read, "Motor Shaft Currents: For variable speed motors smaller than 100 hp, insulate the ODE bearing and provide a shaft grounding strap. Insulate bearing probes to prevent shorting out bearing insulation." Paragraph 2A.D. i. Modify bullet to read, "Shaft Grounding Rings: For variable speed motors 100 hp and larger, provide maintenance free, circumferential micro fiber type, AEG ISTM SGR by electro Static Technology or equal to discharge shaft currents to ground." 2-f. SECTION 40 67 17 — Industrial Enclosures Industrial Enclosures to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.5.B. i. Delete entire paragraph. 2-g. SECTION 40 70 00 — Instrumentation for Process Systems Instrumentation for Process Systems to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.2.B. i. Delete "6. Section 01 35 13 'Special Project Procedures."' Paragraph 1.2.B. i. Delete "7. Section 01 45 23 'Testing and Inspection Services."' Paragraph 1.2.B. i. Delete "10. Section 01 74 23 `Cleaning."' Paragraph 1.2.B. i. Delete 11. Section 01 77 19 `Closeout Requirements."' Paragraph 1.2.B. i. Delete "16. Section 40 05 07 `Hangers and Supports for Process Piping."' 2-h. SECTION 43 11 33 — Rotary Lobe Blowers Rotary Lobe Blowers to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.2.C. i. Delete "6. Section 01 35 13 `Special Project Procedures"' Paragraph 1.2.C. i. Delete 7. Section 01 45 23 `Testing and Inspection Services."' Paragraph 1.2.0 i. Delete "10. Section 01 74 23 `Cleaning."' Paragraph 1.2.0 i. Delete 11. Section 01 77 19 'Closeout Requirements."' Paragraph 1.2.0 i. Delete "16. Section 40 05 07 'Hangers and Supports for Process Piping."' A-2 2 of 4 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 2 ATTACHMENT D 2-i. SECTION 43 12 51 — Oil -Free Scroll Compressors Oil -Free Scroll Compressors to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.2.13. i. Delete "6. Section 01 35 13 'Special Project Procedures."' Paragraph 1.2.13. i. Delete "7. Section 01 45 23 'Testing and Inspection Services."' Paragraph 1.2.13. i. Delete "10. Section 01 74 23 'Cleaning."' Paragraph 1.2.B. i. Delete 11. Section 01 77 19 `Closeout Requirements."' Paragraph 1.2.6. i. Delete "16. Section 40 05 07 `Hangers and Supports for Process Piping."' Paragraph 1.6.A. i. Delete "Section 01 77 19 'Closeout Requirements"' and replace with "Section 01 78 39 'Project Record Documents' Paragraph 3.1.A. i. Delete entire paragraph. Paragraph 3A.A. i. Delete entire paragraph. 2-j. SECTION 43 23 31.41 - Vertical In -Line Multistage Centrifugal Pump Vertical In -Line Multistage Centrifugal Pump to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.2.13. i. Delete "6. Section 01 35 13 'Special Project Procedures."' Paragraph 1.2.13. i. Delete "7. Section 01 45 23 'Testing and Inspection Services."' Paragraph 1.2.13. i. Delete "10. Section 01 74 23 `Cleaning."' Paragraph 1.2.B. i. Delete 11. Section 01 77 19 `Closeout Requirements."' Paragraph 1.2.B. i. Delete "16. Section 40 05 07 `Hangers and Supports for Process Piping."' Paragraph 1.5 i. Delete "Section 01 77 19 'Closeout Requirements"' and replace with "Section 01 78 39 'Project Record Documents' Paragraph 1.6.A. i. Delete entire paragraph. Paragraph 3.1.13. i. Delete entire paragraph. Paragraph 3.4 i. Delete "Section 01 45 23 `Testing and Inspection Services."' and replace with "Section 00 52 43 `Special Engineering Services Agreement."' A-2 3 of 4 CPN 105176 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration ADDENDUM NO. 2 ATTACHMENT D 2-k. SECTION 43 23 41 — End Suction Process Pumps End Suction Process Pump to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 1.2.C. i. Delete "6. Section 01 35 13 'Special Project Procedures."' Paragraph 1.2.C. i. Delete "7. Section 01 45 23 'Testing and Inspection Services."' Paragraph 1.2.0 i. Delete "10. Section 01 74 23 `Cleaning."' Paragraph 1.2.0 i. Delete 11. Section 01 77 19 `Closeout Requirements."' Paragraph 1.2.0 i. Delete "16. Section 40 05 07 `Hangers and Supports for Process Piping."' A-2 4 of 4 FORTWORTH. ADDENDUM TO INVITATION TO PROPOSE NO. 24-0223 EAGLE MOUNTAIN WATER TREATMENT PLANT PHASE IV EXPANSION - MEMBRANE FILTRATION WATER DEPARTMENT ADDENDUM NO. 3 DATE ISSUED: June 20, 2024 INVITATION TO PROPOSE (ITP): 24-0223 BID OPENING DATE: June 27, 2024 ITP No. 24-0223, issued May 23, 2024, is hereby amended as follows: 1. Responses to questions received are attached to this addendum as Attachment A. 2. TECHNICAL SPECIFICATIONS: Replace the following Sections: Replace Section 00 21 13 — Instruction to Proposers 40 05 93.23 — Low -Voltage Motor Requirements for Process Equipment 43 11 33 — Rotary Lobe Blowers Section 46 33 44 — Peristaltic Metering Pumps Section 46 61 33 — Microfiltration and Ultrafiltration Membrane Equipment With Section 00 21 13 — Instruction to Proposers 40 05 93.23 — Low -Voltage Motor Requirements for Process Equipment 43 11 33 — Rotary Lobe Blowers Section 46 33 44 — Peristaltic Metering Pumps Section 46 61 33 — Microfiltration and Ultrafiltration Membrane Equipment Summary of changes are provided as supplement to this addendum as Attachment B All other terms and conditions remain unchanged. ! I bl\� -4. JJ, TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ............................................................................... By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAM SIGNATU �r� NOTE:GompanZname and signature must be the same as on the original bid documents. Failure to return tth your sealed bid may constitute grounds for rejection of your offer. ITP 24-0223 Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration Addendum No. 3, Page 1 of 1 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 3 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A This document is provided as supplement to the Eagle Mountain Water Treatment Plan Phase IV Expansion — Membrane Filtration 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: Q3-1: PTC thermistors are not included as the motors are already supplied with NC thermostats. Please confirm this is acceptable. R3-1: Motors smaller than 200 HP shall have a form C NC temperature switch. Motors equal to or larger than 200 HP shall have RTDs. Q3-2: RTDs are not included as the motors are already supplied with NC thermostats. Please confirm this is acceptable. R3-2: Motors smaller than 200 HP shall have a form C NC temperature switch. Motors equal to or larger than 200 HP shall have RTDs. Q3-3: Blower Manufacturer's interpretation of the specification that IEEE-841 motors are not required. Therefore, Inpro seals will not be provided with the motors. The motors come with a V ring shaft slinger on both ends and are rated IP55 protection rating. Please confirm this is acceptable. R3-3: All motors shall be IEEE 841 rated. Q3-4: An encoder is not applicable to this application. Therefore, this is not provided. Please confirm this is acceptable. R3-4: Yes, this is acceptable. Q3-5: PFCCs are not applicable, as the motors will be VFD driven. Please confirm this is acceptable. R3-5: Yes, this is acceptable. Q3-6: Per the MFSS's Environmental Health and Safety Department, paint in liquid form is a Hazardous Material. The storage and shipment of Hazardous Materials is prohibited by Company policy. R3-6: Please include mention of this policy in the submittal. Q3-7: Please clarify chemical line plumbing size requirements for each application. MFSS anticipates providing the following: Chemical Suction (in) Discharge (in) Caustic Soda 0.5 0.5 Sodium Hypochlorite 1.5 1 Sodium Bisulfite 0.5 0.5 Citric Acid 1 1 R3-7: MFSS is responsible for designing and sizing a complete chemical system for membrane cleaning. Provide size assumption in the submitted proposal. Q3-8: As per specification, piping, pumping, backwash equipment, CIP equipment, air equipment, integrity test equipment are to be supplied for future design capacity. Are we expected to also provide electrical systems such as PLC, UPS, 1Os for future capacity (50 MGD) with phase 1 proposal? R3-8: The MFSS will provide additional future/reserved 1/0 capacity to include all points that are anticipated for the final build -out of the system (50 MGD). Our goal is that the PLC system will be ready and able to receive the 1/0 points that are required for additional equipment, instrumentation and other signals that will be required to A-3 1 of 4 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 3 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A complete the 50 MGD build -out when that happens without requiring hardware changes. Programming software changes to accommodate the additional equipment for future capacity are acceptable. Q3-9: Can the MFSS offer Allen Bradley for PLC in lieu of Modicon — M580 per Section 40 63 43 (p. 285) ? R3-9: The MFSS provided PLC will be the Modicon M580 with no substitutions allowed. Q3-10: The membrane rack layout (for 50 MGD) provided in addendum 2 is different from what was specified initially (i.e., 40x160). Please confirm if the skid dimensions provided initially (i.e., 40x160) is acceptable? R3-10: Please use new dimensions provided if possible. Q3-11: Blower Manufacturer does not provide project specific impeller balancing or overspeed test reports. Please confirm that these reports are not required. R3-11: Factory overspeed test reports, not specific for this project, would be sufficient. Q3-12: Replacing the gaskets, seals, 0-rings & bearings on the blower stage requires the blower stage to be shipped back to the factory for an overhaul by a Blower Manufacturer trained technician. Please confirm that these spares are not required. R3-12: If this is the case, the spare should still be covered. For example, if the unit is shipped back for the work there should be at least one set of these seals that the City would not be charged for later. Q3-13: Blower Manufacturer's blower local control panels do not have the capability to sequence the blowers. This is performed by the MFSS's MCP. Please confirm this is acceptable. R3-13: This is sufficient. Q3-14: Blower Manufacturer is providing their standard X/Y axis blower vibration sensors which will provide an alarm and fault. This does not indicate which bearing failed. Please confirm this is acceptable. R3-14: One skid -mounted vibration sensor is sufficient. Please request if the manufacturer can provide X/Y/Z axis vibration sensors. It is acceptable for the logic to not indicate which direction failed but rather send back general fault. Q3-15: Blower Manufacturer is providing their standard set of transmitters which will display their readouts on the local control panel, as well as, will fault the blower package should an adverse condition be met. Gauges & switches are redundant and are not provided. Please confirm this is acceptable. R3-15: The differential pressure switch across the inlet filter could be furnished separately by the contractor with logic to alarm with low inlet pressure. Q3-16: Blower Manufacturer is guaranteeing a free field noise level of 78 dBA per ISO-2151 empirical data. Installed sound levels cannot be guaranteed as there are factors outside of the blower manufacturer's scope that can adversely affect installed sound levels (i.e. other machinery running, external piping configuration, facility layout... etc). Please confirm this is acceptable. R3-16: Noted, but the requirement for the free field noise level in the specifications will remain. Q3-17: Vibration sensors are typically not provided for motors of this size and will require a custom built motor. Therefore, Blower Manufacturer is taking exception to the vibration sensors. Blower A-3 2 of 4 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 3 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A Manufacturer will verify that the blower package is operating at 0.3 IPS RMS or less. Please confirm this is acceptable. R3-17: May provide one common vibration sensor on the blower skid for both the motor and the blower. Note in proposal. Q3-18: An anti -spin backspin device is not applicable to this application. Therefore, this is not provided. Please confirm this is acceptable. R3-18: Correct, this device is not required. Q3-19: Spare Parts - If Qdos series pumps are allowed the only applicable spare parts per 1.TA will be the following: (1) Replacement Pumphead Cartridge / Pump R3-19: This is sufficient. Q3-20: Please confirm if separate control panels and motor controllers are required. On most peristaltic pumps, separate control panels & motor controllers are not required because all controls are integral to the pumps. R3-20: Integral controls are acceptable. Q3-21: Will Qdos Series pumps be acceptable? R3-21: Yes, they are acceptable. Q3-22: Please confirm if a local junction box is acceptable in lieu of a local control panel. Typically, we terminate all signals into a NEMA 4X FRP junction box. The pump will have an on/off switch. The pump display will show GPH, running status, and alarm conditions. These signals can then be used/controlled by SCADA or OF PLC. R3-22: Yes, a local junction box is acceptable. Q3-23: Will socket weld connections for calibrations columns be acceptable? R3-23: Socket weld connections for calibration columns are acceptable. Q3-24: Are backpressure/anti-siphon valves required? They are not included in the P&IDs R3-24: Backpressure valves are required on the discharge. Q3-25: Section 46 6133 pg 22 Paragraph 2.4. C.13 - Requirement States: Interface seamlessly with the plant SCADA system. Please provide information on the SCADA platform that will be used. R3-25: The MFSS's control system shall be fully compliant with the Modbus TCP/IP communications protocol and allow for unrestricted full duplex (read and write) communications with the SCADA system. The SCADA system uses a standard OPC-UA server communications driver which fully supports the Modbus TCP/IP protocol to all compliant devices. Additional information for any relevant specific SCADA system details will be provided on an as needed basis to the selected MFSS. Q3-26: We request an additional two (2) weeks to the Deadline For Submissions to July 11 th, allowing additional time for engineering review and response by specified suppliers/sub-vendors to the requirements for large and critical components reflecting technical changes and comments per Addenda. R3-26: No change to the schedule. Q3-27: No drawings were included in the specification for review. The door mounted circuit breaker is not included. Please confirm this is acceptable. A-3 3 of 4 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 3 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT A R3-27: A door -mounted circuit breaker is not required for this panel, with the understanding that the VFD is located in the MCC. A local disconnect will be located near the blower, and a 120V circuit breaker will be needed inside the blower panel. Q3-28: Will this form [in 00 45 26] need to be completed as a part of the bid, or will it be signed/filled only after the bid is awarded? R3-28: The MFSS will need to provide a worker's compensation certificate of coverage to the General Contractor. No need to provide with this proposal, but any associated cost must be covered by the proposal cost included. Q3-29: Performance bonds are typically tied to commercial performance (schedule, delivery of all equipment, materials and workmanship warranty), and not to some of the process performance criteria tested during the facility reliability test. Can a separate Process Performance Guarantee document be provided to cover process related guarantees? R3-29: No change. A Performance Bond covers various aspects of the performance of a contract, including meeting the technical criteria of the project as verified by the Performance Test. It is conventional for a Performance Bond to cover all aspects of performance on a membrane system procurement project. Note that the RFP language already includes a Performance Guarantee in the form of a performance test with penalties for not meeting specified criteria. The required Performance Bond should include coverage from the surety for this commercial obligation. A-3 4of4 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 3 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT B This document is provided as supplement to the Eagle Mountain Water Treatment Plan Phase IV Expansion — Membrane Filtration System Pre -Selection Contract Documents. Summary of changes to the specification sections: 3-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: Paragraph 3.1 i. Replace "Toray HFU-2020N" with "Toray HFU-2020AN" Paragraph 3.2 i. Replace "Toray HFU-2020N" with "Toray HFU-2020AN" 3-b: Section 40 05 93.23 — Low -Voltage Motor Requirements for Process Equipment Low -Voltage Motor Requirements for Process Equipment to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.2.B.2 i. Add new paragraph to read, "IEEE 841 for TEFC motors where driven equipment specification indicates equipment requires motors to be severe -duty, chemical duty, or mill duty. Paragraph 2.2.N.8 i. Add new paragraph to read, "All motors shall be IEEE 841 rated." Paragraph 2.3.A.11 i. Add new paragraph to read, "Corrosion resistant mill and chemical duty paint." Paragraph 2.4.A i. Delete "Provide on motors 50 hp and larger;" Paragraph 2.4.13 i. Revise paragraph to read, "Three embedded bi-metallic temperature thermostat switches with form C normally closed contacts and leads terminating in the main conduit box. Paragraph 2.45 i. Delete entire paragraph. Paragraph 2.4.G i. Delete entire paragraph. Paragraph 2.5.D i. Add new paragraph to read, "PFCCs shall be provided for motors rated 100 HP and larger that are not VFD controlled." 3-c: Section 43 11 33 — Rotary Lobe Blowers Rotary Lobe Blowers to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.4.13.1 Revise paragraph to read: a. Conform to Section 40 67 17 "Industrial Enclosures. b. Power wiring to comply with Section 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment." c. Mounting: Free Standing. d. Enclosure rating NEMAA 4X, 316 SS. e. Provide a 120 V Circuit Breaker. f. Emergency Stop pushbutton mounted on front of LBCP. A-3 1of2 CPN 105176 Eagle Mountain Water Treatment ADDENDUM NO. 3 Plant Phase IV Expansion — Membrane Filtration ATTACHMENT B 3-d: Section 46 33 44 — Peristaltic Metering Pumps Peristaltic Metering Pumps to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.6.13.1 i. Revise paragraph to read, "Flanged or socket welds connection to suction piping." 3-e: Section 46 61 33 — Microfiltration and Ultrafiltration Membrane Equipment Microfiltration and Ultrafiltration Membrane Equipment to be REPLACED in its entirety with the attached Changes to the original include: Paragraph 2.2.E.1 i. Replace "Toray HFU-2020N" with "Toray HFU-2020AN" Table 2.1 i. Replace "Toray HFU-2020N" with "Toray HFU-2020AN" Table in 2.3.A.8 Replace "Toray HFU-2020N" with "Toray HFU-2020AN" A-3 2of2 0005 15 ADDENDA �1 0140 Y 113Q911III1ik ADDENDA END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised July 1, 2011 City Project No. 105176 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 — Membrane Filtration ("Project") will be received by the City of Fort Worth via the Procurement Portal httvs:Hfortworthtexas.bonfirehub.com/aortal/?tab=ovenOaportunities, under the respective Project until 2:00 P.M. CST, Thursday, June 27, 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: https://fortworthtexas.bonfirehub.com/portal/?tab=oi2en0pportunities 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 Membrane Filtration 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:Hvendorsupport.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 Membrane Filtration System Supplier (MFSS) work will include the following: 1. Furnish membrane filtration system equipment as defined in the technical specifications. 2. Provide services during the design phase to develop shop drawings for membrane filtration 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 membrane filtration system. 4. Membrane 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 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. The Proposal and Contract Documents may be downloaded, viewed, and printed by interested Membrane Filtration 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 httr)s://fortworthtexas.bonfirehub.com/portal/?tab=o_i)en0_n_nortunities, 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: June 6, 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. If a pre -proposal conference is held, the presentation and any questions and answers provided at the pre -proposal conference will be issued as an Addendum to the call for proposals. If a pre - proposal conference is not being held, prospective proposers should direct all 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 Membrane Filtration 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 preselect the Proposer presenting the best value to the City including capital cost and operational costs. Upon selection of a Membrane Filtration Systems Supplier (MFSS) 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 MFSS shall enter into a subcontract directly with the General Contractor. The MFSS 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 MFSS 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 MFSS 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 MFSS 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 MFSS 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[l] 12(a)(4)), as applicable. The MFSS will be responsible for meeting the requirements of these loans as discussed in Section 00 21 13 — Instruction to Proposers. ADVERTISEMENT DATES May 23, 2024 May 30, 2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 Eagle Mountain WTP — Phase IV Expansion Membrane Filtration System City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS SECTION 00 2113 INSTRUCTIONS TO PROPOSERS 1. Defined Terms Page 1 of 16 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 The following membrane filtration modules have been selected for use on this project based on the results of pilot testing conducted at Eagle Mountain WTP and/or special approval by TCEQ based on pilot testing and historical performance on a similar source. TCEQ approvals for these modules are included as Appendix C. ■ Toray HFU-2020A CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 2 of 16 3.2 A Membrane Filtration System Supplier (MFSS) will be selected to provide a membrane filtration system for the Eagle Mountain WTP Phase IV Expansion that will use one of the two selected membrane modules listed in Paragraph 3.1 above. The following MFSSs have been pre -qualified to submit proposals based upon their experience with one of the selected membrane modules, similar sizes and types of projects, and their capabilities of performing the work within the project schedule. Q■ H2O Innovations, Inc. (using t TorayjHFUj-202bOANembrane module) ■ Trojan Technologies — Aria Filt membrane module) Q■WesTech Engineering, LLC (using t embrane module) ■ Wigen Water Technologies (using th mbrane module) 3.3 Any MFSS not listed above that desires to submit a proposal for this project must meet the qualifications requirements listed in 46 6133 "Microfiltration and Ultrafiltration Membrane Equipment' Article 1.10 and submit evidence of such three weeks prior to the date listed for opening of proposals. 3.4 The City reserves the right to require any pre -qualified MFSS who is the apparent best value proposer for a project 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 MFSSs will be notified in writing of any such rejection of proposals. 3.5 In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.6 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 (including "technical data" referred to in Paragraph 4.2. below). 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. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 3 of 16 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. 4.1.5 May, at its own expense, perform additional independent research, investigations, and tests as the MFSS 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 MFSS 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. You must indicate your intent to propose to be able to submit a propose to the City. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 4 of 16 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 IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 5 of 16 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 Al s: o e s. n r ub.com/portal/?tab=oj2enOj2j2ortunities on or bef Close of Business Friday, June 14. questions received after this day may not be respo In et ti s r ar' is ti s 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 httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities 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 maximum overall Proposal 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 lowest three 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 membrane filtration system will be held for 365 days or until such time the subcontract agreement between the General Contractor and the MFSS has been executed. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 6 of 16 7 Performance, Payment, and Other Bonds 7.1 The successful MFSS 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 membrane system equipment has been tested and meets the applicable performance warranties of Section 0190 00 and Section 46 61 33. 8 Contract Times 8.1 The MFSS 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 MFSS shall commence work under the Subcontract Agreement with the General Contractor for the Project on the day following the execution of the Subcontract Agreement and shall complete work in accordance with the following schedule: 8.2.1 MFSS shall not commence the manufacture of any Goods until the Shop Drawings have been approved and the General Contractor has issued a "Notice to 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, MFSS, Engineer, and General Contractor for the installation of the Goods prior to the issuance of the "Notice to Commence Fabrication". The MFSS shall accept a Schedule for Delivery of Goods that requires the Goods to be fabricated and delivered to the Point of Destination in as few as 200 days, but not more than 365 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 MFSS 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 IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 7 of 16 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 MFSS 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 IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 8 of 16 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 httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=oDenODDortunities. 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 MFSSs shall address the items listed in the following sections. MFSSs should note that it is suggested that the Proposals be presented in such a manner as to allow the readers to expeditiously learn the key features and differences of the MFSS's 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 MFSS to prepare this document. 16.4 Use of Information Provided: The MFSS shall agree that any and all information provided in the Proposal shall serve as the basis for evaluation of Proposals. 16.5 Selection of MFSS does not constitute approval of any materials or deviations from the Contract Documents. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 9 of 16 16.6 The MFSS 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 MFSS of Membrane Filtration System 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 MFSS's proposed project manager, provide name and resume listing applicable experience and references. The MFSS's Project Manager shall serve as the primary contact for the City's project from receipt of Proposal through facility startup. The MFSS'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. List suppliers and model numbers for all major components (pumps, motors, blowers, compressors, etc.). c. The MFSS shall disclose in writing all legal claims or actions taken against the MFSS that involve the delivery or execution of a Contract for the supply of Goods and Special Services, within the past 5 years. d. The MFSS shall disclose in writing if there is any legal claim regarding the infringement of a patent or other intellectual property that could affect its ability to provide Goods or Special Services as part of this Contract. 16.7.3. Membrane Characteristics: a. Provide information on the membrane and membrane modules, including effective membrane pore size and number of fibers, etc. b. Provide documentation of National Sanitation Foundation (NSF) Standard 419 approvals for removal of Giardia, Cryptosporidium, and virus as applicable and available. c. Provide information on chemical resistance of the proposed membranes. d. Provide documentation of National Sanitation Foundation (NSF) Standard 419 approval for the membrane for potable water use. 16.7.4. System Operating Characteristics: CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 10 of 16 a. Provide proposed instantaneous and net flux rates under Design Conditions specified in Section 00 4100 — Proposal Form. MFSS shall provide detailed calculations supporting the methodology used to calculate proposed net flux rate, including a description of all key assumptions made. b. Provide preliminary process and instrumentation diagrams. (P&IDs) for the membrane filtration equipment, backwash equipment, chemical systems, chemical cleaning systems and appurtenances. Supplier's proposed scope -of -work shall be clearly indicated on the P&IDs through the use of line weights, hatching, etc. and shall match the requirements of these Contract Documents. c. Provide narrative description of sequence of operation and control for the following operational procedures: 1) Normal filtrate production, including a calculation of system uptime and associated production rates to ensure total production of 35 MGD on days where a system is not in CIP. 2) Backwash/reverse filtration operation, including a calculation of required backpulse flows, flow balances indicating the source of filtrate for backwashing operations, and volumes of wastewater produced by a backwash operation. 3) Enhanced flux maintenance / maintenance wash operation, including a calculation of required flows for cleans, flow balances indicating the source of filtrate for EFM/MW operations, and the volume of chemical waste produced by an EFM/MW operation. 4) Membrane integrity test operation, including a calculation of total system downtime for an integrity test operation. 5) Clean -in -place (CIP) operation, including a calculation of required flows for cleans, flow balances indicating the source of filtrate for CIP operations, and the volume of chemical waste produced by an EFM/MW operation. 6) Chemical neutralization, including a calculation of the total volume of neutralized waste produced by neutralization operation. Discuss which actions are automatically controlled and the availability of back-up control. d. For the Design Condition, state frequency of water and/or air backwash / reverse filtration processes. Provide the total waste volume per backwash and per day. Describe expected backwash sequence, with durations, volume and pressure of air, and permeate and feed water use. Where chemicals are used with backwash, state average and maximum concentration of each chemical used and anticipated concentration of each chemical in backwash wastewater. Indicate frequency of chemical use (i.e., at every backwash or every x number of backwashes). CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 11 of 16 e. Describe expected CIP sequence, including operational procedures and requirements, durations, volume and pressure of air, and permeate and feed water use. Provide the waste volume per CIP including rinse water. State amount and concentration of each chemical used and anticipated average and maximum concentration of each chemical in CIP wastewater. Describe chemical reuse requirements, if applicable. Include typical chemical temperatures and anticipated heating equipment. f. Under the Design Conditions, state anticipated frequency of CIPs. g. State anticipated chemical requirements for neutralization. Describe requirements, including volume, of any necessary neutralization tanks. h. Describe the procedures for conducting membrane integrity testing. State the average duration of integrity testing. State the total membrane area included within each standard pressure decay test measurement and the minimum number of fiber failures detectable during a standard automatic pressure decay test. Describe monitoring parameters, instrumentation, and alarm thresholds for an or- lire membrane integrity system. Describe verification, identification, and isolation procedures. 16.7.5 System Maintenance Characteristics: a. Provide a detailed description of procedures for inspection of membrane modules to determine the location of integrity breaches including any special tools required. b. Provide description of procedures for typical pinning/plugging of a broken fiber. Provide estimated time required to repair a broken fiber. c. Provide description of procedures for removal and replacement of membranes. Include the weight of each membrane element. Provide estimated time required for removal and replacement of a single membrane module. d. List all system elements that the City should expect to replace within 5 years. 16.7.6 Facilities Layout: a. Provide dimensioned drawings illustrating the proposed layout for the membrane filtration system, including dimensions for housing all membrane filtration equipment and appurtenances including pumps, air system, CIP system, membrane units and major piping. Provide plan and section views of the proposed membrane system. Provide the volume and dimensions required for any tanks associated with the Membrane Filtration System. b. Provide the dimensions of each membrane filtration system unit in drawings showing piping connections, critical clearance requirements, CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 12 of 16 interconnections, proposed wall penetrations, and interface requirements. 16.7.7 Previous Project Experience: a. Provide five (5) reference projects with similar technical characteristics including net filtrate production and influent water characteristics that have been in operation for at least three (3) years. 16.7.8 Expansion Characteristics a. Provide a Written narrative detailing what additional equipment is required to expand the MFS to 50 MGD and modifications to the 35 MGD system. 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. 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 MFSS 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 Membrane Filtration System Equipment (Item A). 17.3.2 Present worth value of membrane replacement cost, based on membrane replacement in 10 years using 5% interest rate and 4% inflation rate. (Item C) CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 13 of 16 17.3.3 Present worth value of energy and chemical costs for 10 years using 5% interest rate and 4% inflation rate (Items D and E). 17.3.4 The following operation and maintenance unit cost values will be used to estimate power and chemical costs. Operation and Maintenance Parameter Unit Unit Cost Value Power Cost kWh $0.073/kWh Chemical Costs Sodium Hypochlorite gallon $1.97/gallon of 12.5% Solution Sodium Bisulfate gallo a o ot�0 o Io Sodium Hydroxide gallon(Z$6.,5;5/�gallon�50% SolutionCitric Acid gallon 17.4 The City will select a MFSS 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 MFSS 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 MFSS 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. 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 httDs://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 light to disregard all nonconforming or conditional Proposals or counter proposals. 18.2 The City of Fort Worth will receive and evaluate proposals for the membrane filtration systems from the prequalified Membrane Filtration System Suppliers (MFSS) prior to the date that the General Contractor's for the Eagle Mountain WTP Project (Project) submit their bids. The selected MFSS will enter into an initial Special Engineering Services Agreement (Contract) with the City for providing services during design of the Project. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 14 of 16 The MFSS will then enter into a subcontract agreement (Subcontract) with the General Contractor for the Project. 18.3 The selected MFSS will enter into a Special Engineering Services Agreement (Section 00 52 43) with the City for providing project design documentation, shop drawings, installation manuals, assistance in the design of the membrane system, and attendance at construction progress meetings. This agreement will be for the amount presented in Section 00 4100 - Proposal Form, Item B. If the MFSS considers the cost for these services to be greater than the Proposal amount, the additional cost should be included as part of Item A. 18.4 The selected MFSS will become a subcontractor to the General Contractor for the Project. The name, price, and proposal of the MFSS Subcontractor will be supplied by the City to each of the general contractors bidding the Project. The City will receive bids from general contractors for the Project, evaluate the bids, and issue a letter of intent to award the contract to the successful General Contractor. 18.5 Within a period of time, not to exceed 365 calendar days from receipt of MFSS proposals, the MFSS shall enter into a written Subcontract Agreement with the General Contractor for the Project. MFSS shall hold the proposal price for that period of time. The City of Fort Worth will not enter into a contract directly with the MFSS Subcontractor for the work, except for the special engineering services described in Section 00 52 43 — Special Engineering Services Agreement. The MFSS Subcontractor shall be subject to the terms and conditions of all subcontractors for the Project as required by the General Conditions, Supplementary Conditions, and Special Conditions of the Contract that will apply to the General Contractor for the Project. These conditions are included 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 The Eagle Mountain WTP Phase IV Expansion Project, for which the selected MFSS work will be included by subcontract to the General Contractor, is expected to be funded from the Texas Water Development Board (TWDB) loans. The MFSS 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-1105. "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 CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 15 of 16 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 offunding, 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. 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 CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised/Updated 1/17/24 City Project No. 105176 0021 13 INSTRUCTIONS TO PROPOSERS Page 16 of 16 "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 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 paragrph (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 Construction Non -Construction Total Combined Construction and Non -Construction Potential MBE Participation Goal 24.50% 24.05% 24.16% END OF SECTION Potential WBE Participation Goal 11.34% 19.35% 17.38% CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration 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 CIQ (Conflict of Interest Questionnaire) (state.tx.us) httr)s://www.ethics.state.tx.us/data/forms/conflict/CIS.r)df 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. 3 ak �Catrma� Signat / Tltl�� 5 00 41 00 Bid Proposal Workbook 00 41 00 - 1 PROPOSAL FORM Page 1 of 12 SECTION 00 4100 PROPOSAL FORM Proposal for: City of Fort Worth Eagle Mountain Water Treatment Plant Phase IV Expansion Membrane Filtration 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, Membrane Filtration System Supplier (MFSS) certifies it is qualified to do business in the state where the Project is located as required by laws, rules, and regulations or, if allowed by statute, covenants to obtain such qualification prior to contract award. 1.3 In submitting this Proposal, MFSS makes all representations required by the Invitation to Proposers and further warrants and represents that: 1.3.1 MFSS 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. Dated No. Dated 1 June 7th, 2024 No. Dated No. Dated 2 June 13th, 2024 No. Dated No. Dated 3 June 20th, 2024 1.3.2 MFSS has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing the Goods and Special Services. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 004100-2 PROPOSAL FORM Page 2 of 12 1.3.3. MFSS has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies which may affect the cost, progress, performance or furnishing of the Goods and 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 MFSS for such purposes. 1.3.4 MFSS has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1.3.5 MFSS 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 MFSS. 1.4 In this Section, the MFSS shall provide values for specific performance parameters for the Membrane Filtration System. The MFSS understands and agrees that the values stated in this Section for the associated performance parameters will be compared to the performance results from the demonstration testing described in Section 46 6133. MFSS understands and agrees to guarantee the performance values stated herein for the Membrane Filtration System in accordance with the guidelines specified in Section 0190 00 and Section 46 6133 of these documents. Failure to meet these performance guarantees will result in the MFSS providing compensation to the City based on the present worth difference in cost to the City. In addition, system design and operational procedures shall be subject to approval by the Texas Commission on Environmental Quality (TCEQ). 1.5 The undersigned agrees to enter into a Subcontract with the General Contractor for the 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 Acceptance 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 MFSS proposal price presented in the Proposal will be adjusted upward based upon the ratio of the applicable Consumer Price Index (CPI) numbers between the 365-day period and such time the General Contractor is awarded the contract by the City. 1.7 The MFSS acknowledges that it has reviewed the design criteria specified in these Contract Documents and that the Proposal offered will meet the design and operational criteria and project schedule as described in the Contract Documents. In submitting the Proposal, the MFSS agrees to provide Goods to meet or exceed the requirements specified in the Contract Documents. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 004100-3 PROPOSAL FORM Page 3 of 12 1.8 The City's decision on membrane system equipment selection will be final. By submitting a Proposal, MFSS waives any right to protest the decision. 1.9 The MFSS acknowledges that the selection of a membrane equipment MFSS is the sole decision of the City, and such decisions are final. 1.10 The MFSS accepts that the membrane module replacement pricing shall be in accordance with the methods described in Section 0190 00 Warranties. 1.11 MFSS accepts the terms and conditions of the Contract Documents. 2 - INSURANCE. 2.1 MFSS further agrees that the Proposal amount(s) stated herein includes specific consideration for the specified insurance coverages. 3 - LIQUIDATED DAMAGES 3.1 MFSS agrees to pay the General Contractor for the Project liquidated damages for delay (but not as a penalty), as described in Section 00 21 13 — Instructions to Proposers. 4 - STATE AND LOCAL SALES AND USE TAXES 4.1 Except as may be specifically provided to the contrary in any of the Contract Documents, the Proposal Price should include all applicable international, federal, state, and local transportation, privilege, occupation, and other taxes applicable to the Goods and Special Services, and all international, federal, state, and local taxes, contributions, and premiums imposed upon or measured by the MFSS's or its Subcontractor's payroll. The City shall not be responsible for any state or local sales, use, or excise taxes. 5-PROPOSALSCHEDULE 5.1 MFSS shall provide required information by filling in all blanks shown in Article 5 and Article 6. If the blanks provided in the proposal are not applicable to the MFSS's membrane system, please write, "not applicable" in the blank. 5.2 Life -cycle costs will be developed based upon: 5.2.1 Base Bid of the Membrane Filtration System equipment (Item A). 5.2.2 Present worth value of membrane replacement cost, based on membrane replacement in 10 years using 5% interest rate and 4% inflation rate. (Item C) 5.2.3 Present worth value of energy and chemical costs for 10 years using 5% interest rate and 4% inflation rate (Items D and E). Energy and chemical 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 Item B - Price for Special Engineering Services for Membrane Filtration System Design will not be included in the life -cycle cost evaluation. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 00 41 00 - 4 PROPOSAL FORM Page 4 of 12 PROPOSAL Item A: 35-MGD Net Filtered Water Capacity Membrane Filtration System Goods and Special Services Contract Price Indicate the Contract Price for Goods and Special Services to provide a membrane filtration system with 35 MGD of net filtered water capacity per the requirements of Table 6.1 and the technical specifications. Seven Million Two Hundred Sixty -Eight Thousand Six Hundred Eighty -Nine Dollars and Six Cents amount in words $7,268,689.06 amount in figures Item B: Price for Special Engineering Services for Membrane Filtration 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: Present -Worth Value of Membrane Replacement Guaranteed Maximum Membrane Module Replacement Price = $2,200 with per module. CPI adjustment The Present -worth value of membrane replacement cost is calculated as follows: Guaranteed Maximum Membrane Module Replacement Price $ 2,200 per module X number of modules X present worth factor of 0.909 = Present Worth Value. One Million Two Hundred Forty -Seventy Thousand Eight Hundred Seventy -Five Dollars and Zero Cents amount in words $1,247,875.00 amount in figures CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 004100-5 PROPOSAL FORM Page 5 of 12 Item D: Present -Worth Value of Average Rate of Energy Consumption Guaranteed average daily energy consumption for producing an average daily rate of 28.0 MGal of net filtrate water at 20 degrees C = 9,219 kW-Hr, as defined in Section 46 61 33. Please provide detailed calculations for daily energy consumption for the following equipment associated with the MF/UF system: feed pumps, backwash pumps, backwash blowers, CIP recirculation pumps, neutralization pumps, and CIP tank heaters. Please use the cleaning intervals provided in the Design Criteria table, below in this section, in these calculations. The following calculation will be used for daily energy consumption for the feed pump: Feed Pump Energy Consumption (kWh) = ❑PMs [psi.] x 19,444 gpm.X 24 hours 1,278 X 0.72 Where OPMs is the pressure losses for the membrane system including the following components: ❑PM$ = Internal Losses for Membrane Skid +Average Transmembrarl.e Pressure The Average Transmembrane Pressure and the Internal Losses for the Membrane Skid will be verified during the Performance Test. The Present -worth value of energy consumption cost for a 10-year period is calculated as follows: Guaranteed average energy consumption for producing an average daily rate of 28.0 MGal of net filtrate water at 20 degrees C = 9,219 kW-Hr X $0.073 per kW-Hr X 365 days per year X a present worth factor of 9.47 = Present Worth Value Two Million Three Hundred Twenty -Six Thousand Two Hundred Fifteen Dollars and Eighty Cents amount in words $2,326,215.80 amount in figures CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 004100-6 PROPOSAL FORM Page 6 of 12 Item E: Present -Worth Value of Average Rate of Chemical Costs Present -worth value of the annual amount of chemical cost for the Membrane Filtration System for membrane cleaning, chemically enhanced backwashes and maintenance washes, and neutralization of waste flows for producing 28.0 MGD of net filtrate water at 20 degrees C calculated as follows: 1. 11,368 gallons of 12.5 percent concentration of sodium hypochlorite per year X $1.97/gallon = $ 22,394.96 /yr 2. 57 gallons of 50 percent concentration of sodium hydroxide per year X $6.55/gallon = $ 373.35 /yr 3. 2,216 gallons of 50 percent concentration of citric acid per year X $15.49/gallon= $ $34,325.84 /yr 4 4,350 gallons of 40 percent concentration of sodium bisulfite per year X $2.35/gallon = $ 10,222.50 /yr 5. Sum of items 1 through 4 = $ 67,316.65 /yr Item 5 multiplied by 9.47 for the present worth cost of: $637,488.67 Six Hundred Thirty -Seven Thousand Four Hundred Eighty -Eight Dollars and Sixty -Seven Cents Present Worth Value - amount in words $637,488.67 amount in figures $637,488.67 amount in figures Item F: Total Present Worth Cost of the Membrane Filtration System Total of Items A, C, D, and E. Eleven Million Four Hundred Eighty Thousand Two Hundred Sixty -Eight Dollars and Fifty -Three Cents amount in words $11,480,268.53 amount in figures CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 004100-7 PROPOSAL FORM Page 7 of 12 6 - DESIGN CRITERIA 6.1 Base Proposal Design Criteria 6.1.1 MFSS shall provide required information by filling in all blanks designated as "MFSS Specified" in Table 6 1. 6.1.2 Submitted Proposal shall comply with all City specified and MFSS specified design criteria listed In Table 6.1 Submitted proposed system and operational parameters shall meet all requirements of USEPA and Texas Commission on Environmental Quality (TCEQ). 6.1.3 MFSS shall note that performance information provided in Table 6.1 mule zi;Jiknz; against Whi el} pegb �xg. Sae Seel o 0190 nn for- fy in f ......atiefor capacity, flux, recovery, transmembrane pressure, and chemical cleaning intervals will be guaranteed trough the 90-day demonstration test, which is considered within the time frame of coverage by the provided performance bond. 6.1.4 If the System's failure to attain the Performance Criteria is due to defects in Manufacturer's equipment, Manufacturer will, at its own expense and discretion, provide operating assistance and/or modifications to the System or its operation until either the System meets or exceeds the Performance Criteria or until the value of the Manufacturer's assistance and/or modifications reaches a maximum of fifty (50) percent of the purchase price of the equipment. . . , � k V % , , , , I �. a �k 6.1.45 MFSS shall submit with the bid an explanation of the methodology used to calculate the proposed net flux rates specified in the Table below. The methodology shall include a description of all key assumptions made and example calculations. Table 6.1: Base Proposal Design Criteria Descr ption Amount Designation 1 Total System Design Capacity (net filtered water 35 MGD of Net City (d), 20° C) Capacity Specified 2 Minimum Membrane Chemical Cleaning Interval 30 days City under Design Conditions Specified 3 Minimum number of parallel filtration trains 8 City Specified Maximum instantaneous flux rate under Design 4 Conditions, (gfd). Flux rates and operational 70.8 (Asahi/UNA) City parameters shall meet all requirements of the 67.7 (Toray HFU) Specified TCEQ. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 004100-8 PROPOSAL FORM Page 8 of 12 = 35 MGD net capacity divided by the number of Minimum net membrane capacity of each Train parallel membrane filtration treatment under Design Conditions, (MGD) trains provided (with City 5 System shall provide for acceptance of a minimum appropriate Specified of 10% additional membrane modules in each Train. temperature correction factor applied for temperatures below 20deg Q = 35 MGD net hydraulic capacity divided by the 6 Net hydraulic capacity of piping, pumps, and number of parallel City appurtenances for each Train, (MGD). membrane filtration Specified treatment trains provided minus one train 7 Minimum recovery rate 96.5% City Specified Supplied and installed membrane surface area per Train, (sf). 8 System shall provide for acceptance of a minimum 74,400 S. F MFSS Specified of 10% additional membrane modules in each Train. 10 Number of membrane modules supplied and 96 MFSS installed per Train. Specified 11 Total number of membrane modules supplied and 768 MFSS installed in all Trains. Specified Total number of membrane modules that each Train can accommodate. 12 Note: System shall allow for acceptance of a 112 MFSS Specified minimum of 10% additional membrane modules in each Train. 13 Surface area of each proposed membrane module, MFSS (SO 775 S.F Specified 14 Total membrane surface area supplied and MFSS installed per Train, (sf). 74,400 S. F Specified 15 Total membrane surface area supplied and 595,200 S. F MFSS installed in all Trains, (sf). Specified 16 Estimated volume of filtrate water used for each 1,899 gal MFSS backwash/Reverse filtration procedure, (gallons) Specified Estimated volume of wastewater generated during MFSS 17 each backwash/reverse filtration procedure, 3,687 gal Specified (gallons) CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 004100-9 PROPOSAL FORM Page 9of12 Estimated volume of filtrate water used per MFSS 18 enhanced flux maintenance/maintenance wash 8,558 gal Specified procedure including rinse water (gallons) Estimated volume of wastewater generated during MFSS 19 each enhanced flux maintenance/maintenance 10,346 gal Specified wash procedure including rinse water, (gallons) Proposed frequency of enhanced flux 20 maintenance/maintenance wash procedure under 3/week MFSS Design Conditions using 12.5% sodium Specified hypochlorite, (days). Recommended 12.5% sodium hypochlorite dose 21 used during enhanced flux MFSS maintenance/maintenance washing, 300 mg/L Specified (mg/L) Estimated quantity of 12.5% sodium hypochlorite 22 used during each enhanced flux 5.88 gal MFSS maintenance/maintenance wash procedure, Specified (gallons) Proposed frequency of enhanced flux maintenance MFSS 23 /maintenance wash procedure under Design 0 Specified Conditions using 50% citric acid, (days). Recommended 50% citric acid dose used during MFSS 24 enhanced flux maintenance/maintenance wash 500 mg/L Specified procedure, (mg/L) Estimated quantity of 50% citric acid used during MFSS 25 each enhanced flux maintenance/maintenance 0 Specified wash procedure, (gallons) Proposed frequency of membrane Clean -in -Place MFSS 26 procedure under Design Conditions using 12.5% 12/year Specified sodium hypochlorite, (days). 27 Recommended 12.5% sodium hypochlorite dose MFSS used during Clean -In -Place, (mg/L) 3,000 mg/L Specified Estimated quantity of 12.5% sodium hypochlorite MFSS 28 used during each chlorine Clean -In -Place, 58.8 gallons Specified (gallons) Proposed frequency of membrane Clean -in -Place MFSS 29 procedure under Design Conditions using 50% 12/year Specified citric acid. (days). 30 Recommended 50% citric acid dose used during MFSS Clean -in -Place, (mg/L) 5,000 mg/L Specified 31 Estimated quantity of 50% citric acid used for MFSS each Clean -In -Place, (gallons) 23.1 gal Specified Estimated volume of wastewater generated during MFSS 32 each chlorine and acid Clean -In -Place including 10,346 gal Specified rinse water, (gallons) Estimated quantity of 40% sodium bisulfite used MFSS 33 to neutralize sodium hypochlorite Clean -In -Place 22.5 gal Specified waste solution, (gallons) CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 00 41 00 - 10 PROPOSAL FORM Page 10 of 12 Estimated quantity of 50% sodium hydroxide used MFSS 34 to neutralize each sodium hypochlorite Clean -In- 0 Specified Place waste solution, (gallons) Estimated quantity of 50% sodium hydroxide used MFSS 35 to neutralize each acid Clean —In -Place waste 0.6 gal Specified solution, (gallons) 36 Maximum operating transmembrane pressure 29 psi MFSS under Design Conditions (psi) Specified See Section 5, 37 Average transmembrane pressure at 20 deg C Post Bid MFSS NPV, NPC, and MFSS producing 28.0 MGD net filtrate (psi) Capital Cost Specified Adjustments. 38 Number of membrane fibers per membrane Approx. 9,000 MFSS module Specified 7 — VALUE ENGINEERING 7.1 MFSS is invited to include proposals to improve the performance of the system or to reduce costs through alternate equipment arrangements, alternative technology, or other efficiencies not explicitly described in this Membrane Filtration System Preselection request for proposal (RFP). These additional proposals should be included as an attachment to this bid form and labelled "Bid Form Attachment — Value Engineering Options". 7.1.1 Each Value Engineering Option will include a detailed description of how scope deviates from the base bid and any change to entries on this bid form including system performance and price. 7.1.2 The City is under no obligation to consider any additional proposal and these proposals may not be considered in the calculation of Total Present Worth for the Membrane Filtration System. 7.1.3 If an alternative membrane module is proposed, the MFSS must include a 2-month proof pilot as part of the scope package for that Option, in anticipation of regulatory requirements for piloting. The City or Engineer is not obligated to accept any proposed module or technology. 7.1.4 If a Value Engineering proposal is accepted by the City, it will be included in the Total Present Worth Calculation, above. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 00 41 00 - 10 PROPOSAL FORM Page 11 of 12 8 — GUARANTEES 8.1 Performance: The MFSS shall tem will perform, meeting the design Q conditions as stated herein and t==as fter installation, the City will conduct Acceptance Testing to described in Section 46 6133. Remedial actions are described in Section 0190 00. 9 — SURETIES 9.1 If MFSS is awarded the Work from this Proposal, the surety who provides the Performance and Payment Bond(s) shall be: Zurich Insurance Company whose address is 1299 Zurich Way, Schaumburg, IL 60196 Street City State Zip Code CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 10-PROPOSERS 00 41 00 - 11 PROPOSAL FORM Page 12 of 12 Respectfully submitted, By: Title: 1� ��r2hn� �C21r Address: 5 S WS& iPlltilpiL Sa1.� Zafm, 01'61, Ur M 0 5 (SEAL) If Bidder is a Corporation Telephone: 1 26 C- - / 000 Date: —qZq24 END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/19/2021 City Project No. 105176 SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: 004313 BID BOND Page 1 of 2 That we, WesTech Engineering, LLC , known as "Bidder" herein and Fidelity and Deposit Company of Maryland 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 (51%) 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 - Membrane Filtration 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 shalt 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 26th day of June 2024. PRINCIPAL: WesTech Engineering, LLC BY: Signature ATTEST: �� Wrtness`as to Princip battm2y Ch►t� O�tY3iin�i �ioen Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 4100 Bid Proposal Workbook W itn Estr ty anessa Fong GO 4313 BID BOND Page 2 of 2 Address: 3665 South West Temple _Salt Iaka rift' I !T 8411,E SURETY: Fidelitv and Deposit Comoanv of Maryland BY: Signature Rosa E. Rivas. Attomev-ln-Fact Name and Title Address: 1299 Zurich Wav Schaumburg, IL 6019 -1058 Telephone Number: 425-442-5646 Attach Power of Attorney (Surety) for Attorney -in -Fact "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=/2021 00 41 00 Bid Proposal Workbook CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. , State of California County of Orange On b�/;a 02_K before me, Tracy Aston, Notary Public; personally appeared Rosa E. Rivas who proved to me on the basis of satisfactory evidence to be the person(o) whose name(*) is/ subscribed to the within instrument and acknowledged to me that he/she/Owy executed the same in hig/her/4tojr authorized capacity(ieo), and that by /her/ signature(o) on the instrument the person(s), or the entity upon behalf of which the person($) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true TRACY A5T0N Notary Dubtic - C'11fornla and correct. C. 'V C fires 2 �5, 2027 1 °m 15510� ' a be.2 ... WITNESS my hand and official seal. Signature Signature of Notary Public ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof do hereby nominate, constitute, and appoint Rosa E. RIVAS, Mary Y. VOLMAR, Tracy ASTON, Meghan HANES, Samantha RUSSELL,Vanessa FONC of Los Angeles, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons_ The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of August, A.D. 2021 ` C,�..s�s»a�H➢anQ . .`aa�r�sua�('c'.' `uC '`f Qav';6�% `�"�Q.POgpYi,�'' orasQp�p'`•'i.�°� vSEAL" ti ' c�vSEAL 1a'wJ a w�4 �m °' SEAL a� ra=a t ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 15th day of August, A.D. 2023, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction ofthe said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maisan f3ENEVIEVE M. MAISON = Pueuc `a0 hi NOTARYpU8i1C- BALTIMORECOUNTY, MD ''�,�, E CO..01 1`� my commission E)*m dANUARY 27, 2025 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V. Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate: and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under acid by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President. Secretary, or Assistant Secretary of the Company. whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this � day of cQa _4C_ plluwu,gq.,, P �.11NSU pyRCvrh q,� "�ysuaUya o ,........ t2,'''. oaf. 'P� °J'''•� .���vQs�Pogy•..,c =4i o mior u SEALm;_� .z' '"Ifti fl 111111```•, +i111i111110, _ N1ff 111 H1141`,``• . Thomas 0. McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 reportsfelaims cr,zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichns.corn or 410-559-8790 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I 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: U)esT�,h �n�il Prim CGc Company �(6 S S TMp le Address Ss( La lu C,-l J t ur a+115 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: i2�� /,V-9amar.- (Please Print) Signature71ie� I Title:QP o6i r�-) (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared , 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 for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Eagle Mountain WTP — Phase IV Expansion Membrane Filtration System City Project No. 105176 00 52 43 - 1 Special Engineering Services Agreement Page 1 of 13 SECTION 00 52 43 SPECIAL ENGINEERING SERVICES AGREEMENT THIS SPECIAL ENGINEERING SERVICES AGREEMENT, hereafter referred to as the "Agreement", authorized on , 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 , authorized to do business in Texas, acting by and through its duly authorized representative, ("Membrane Filtration System Supplier", hereafter referred to as "MFSS"). City and MFSS may jointly be referred to as Parties. City and MFSS, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK 1.1 MFSS shall provide Special Engineering Services as specified or indicated in the Contract Documents. The Special Engineering Services to be furnished are described in SECTION 01 1100 —Summary of Work. 1.2 MFSS shall attend progress design meetings as required by the City. MFSS shall provide all necessary project documents required by the Engineer for design of the membrane system as part of the Eagle Mountain WTP — Phase IV Expansion. Article 2. PROJECT 2.1 The project for which the Work under the Special Engineering Services are to be provided under the Agreement is generally described as follows: Eagle Mountain Water Treatment Plant Phase IV Expansion — Membrane Filtration System, City Project Number 105176. 2.2 The MFSS shall provide project design documentation, shop drawings, and assistance to the Engineer in the design of the membrane system and shall attend progress design meetings. 2.3 The City shall execute the Agreement and administer the Contract for the Special Engineering Services associated with the preparation of Shop Drawings and other Submittals required for the Project. Article 3. CONTRACT PRICE City agrees to pay MFSS 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. Article 4. CONTRACT TIME 4.1 Time of the Essence A. All time limits for Milestones and the furnishing of Special Engineering Services as stated in the Contract Documents are of the essence of the Agreement, and accordingly the parties have provided for liquidated damages in Article 8 of this Agreement. 4.2 Days to Achieve Submittal of Shop Drawings CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 2 Special Engineering Services Agreement Page 2 of 13 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 01 33 00 — Submittals and the following schedule. 1. The MFSS 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 60 calendar days after the Notice of Award. 2. The MFSS shall have submitted to the Engineer all Shop Drawings associated with the Second Shop Drawing Submittal as described in Paragraph 4.3.A.1 below within 90 calendar days after the Notice of Award B. MFSS will be assessed liquidated damages in accordance with Article 8 for failure to provide the above Submittals within the specified times. 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 MFSS. The MFSS shall provide all Special Engineering Services required by the Contract Documents based upon the following milestones. 1. Upon execution of the Agreement, the MFSS will begin to provide Special Engineering Services required for Shop Drawings and Samples. a) The First Submittal shall include P&IDs and layouts for the membrane filtration 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 6133 — Microfiltration and Ultrafiltration Membrane Equipment for other submittal requirements. 2. MFSS shall participate in up to four (4) three-hour virtual progress design meetings and one (1) six -hour on -site meeting in Fort Worth and provide assistance to Engineer during design of the Membrane System. 3. All submittals shall be in accordance with Section 01 33 00 - Submittals. Article 5. APPLICATIONS FOR PAYMENT 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 MFSS on or before the last day of each calendar month. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 3 Special Engineering Services Agreement Page 3 of 13 5.2 Progress Payments A. The City will make progress payments on account of the Agreement Price on the basis of MFSS's Applications for Payment as follows: 1. The City shall provide a payment of forty-five thousand dollars ($45,000) for Special Engineering Services for approval of MFSS's First Shop Drawing Submittal. 2. The City shall provide a payment of fifty thousand dollars ($50,000) for Special Engineering Services for approval of MFSS's Second Shop Drawing Submittal. Article 6. INDEMNIFICATION 6.1 MFSS 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 MFSS, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 MFSS 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 MFSS, its officers, agents, employees, subcontractors, licensees or invitees under this contract. 6.3 Limitation on MFSS's Obligation to Indemnify MGSS's obligation to indemnify as set forth in Articles 6.1 and 6.2 is subject to the following exceptions and conditions: a) MFSS 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. MFSS INSURANCE 7.1 Insurance coverage and limits: MFSS shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the Project: Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 4 Special Engineering Services Agreement Page 4 of 13 Automobile Liability $1,000,000 each accident on a combined single limit or $250,000 Property Damage $500,000 Bodily Injury per person per occurrence A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned when said vehicle is used in the course of the PROJECT. Worker's Compensation Coverage A: Statutory limits Coverage B: Employer's Liability $100,000 each accident $500,000 disease - policy limit $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 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the City for each year following completion of the contract. 7.2 Certificates of insurance evidencing that the MFSS has obtained all required insurance shall be delivered to the City prior to MFSS proceeding with the Project. A. Applicable policies shall be endorsed to name the City an Additional Insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. B. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. D. A minimum of forty-five (45) days' notice of cancellation or material change in coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such items shall be endorsed onto MFSS's insurance policies. 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. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 5 Special Engineering Services Agreement Page 5 of 13 F. Deductible limits, or self -insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. G. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the City as respects the Project. H. The City shall be entitled, upon its request and without incurring expense, to review the MFSS's insurance policies including endorsements thereto and, at the City's discretion, the MFSS may be required to provide proof of insurance premium payments. I. The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions in writing. J. For all lines of coverage underwritten on a claims -made basis, other than Professional 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. K. The City shall not be responsible for the direct payment of any insurance premiums required by this agreement and all insurance required in this section, with the exception of Professional Liability, shall be written on an occurrence basis. L. Sub consultants and subcontractors to/of the MFSS shall be required by the MFSS to maintain the same or reasonably equivalent insurance coverage as required for the MFSS. When sub consultants/subcontractors maintain insurance coverage, MFSS shall provide City with documentation thereof on a certificate of insurance. Article 8. LIQUIDATED DAMAGES 8.1 The City and MFSS 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 the General Conditions. Should MFSS fail to complete the Work within this time, the City may retain liquidated damages in accordance with this Agreement. Liquidated Damages set forth in this Article 8 shall constitute the City's sole and exclusive remedy for delay by MFSS in achieving any Milestones or dates for the delivery of Goods or furnishing of Special Services or Engineering. In no event shall MFSS be required to pay liquidated damages to the extent that the payment of such damages would allow the aggregate of all such damages paid to exceed the 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: CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 6 Special Engineering Services Agreement Page 6 of 13 A. MFSS agrees to pay the City liquidated damages in the amount of one thousand dollars ($1,000.00) per calendar 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 place all or portions of this project into service within the time stipulated in the Agreement. The payment of liquidated damages shall not, however, prevent the City from pursuing non -monetary remedies for breach of contract or other claims for breach of contract not relating to failure to achieve final completion. C. By execution of this Agreement, City and MFSS expressly agree that these liquidated damage amounts are reasonable under the circumstances existing at the time this Agreement is executed. Article 9. GENERAL LEGAL PROVISIONS 9.1 Authorization to Proceed MFSS shall be authorized to proceed with this Agreement upon receipt of a written Notice to Proceed from the City. 9.2 Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the MFSS, whether in hard copy or in electronic form, are instruments of service for this Project, whether the Project is completed or not. Reuse, change, or alteration by the City or by others acting through or on behalf of the City of any such instruments of service without the written permission of the MFSS will be at the City's sole risk. The City shall own the final designs, drawings, specifications and documents. 9.3 Force Majeure A. The MFSS is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the MFSS. B. The parties agree that force majeure events such as extreme weather or other act 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 pricing to be equitably adjusted. 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 OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 7 Special Engineering Services Agreement Page 7 of 13 City or the MFSS for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. B. If this Agreement is terminated for the convenience of the City, the MFSS will be paid for work prior to termination and termination expenses as follows: 1. Cost of reproduction of partial or complete studies, plans, specifications or other forms of MFSS'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 MFSS'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. C. Prior to proceeding with termination services, the MFSS 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 MFSS for the convenience of the City. In the event of such suspension, delay, or interruption, an equitable adjustment in the Project's schedule, commitment and cost of the MFSS 's personnel and subcontractors, and MLSS'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 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 MFSS, and their officers, employees, agents, and subcontractors. 9.8 Jurisdiction The law of the State of Texas shall govern the validity of this Agreement, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this Agreement shall be Tarrant County, Texas. 9.9 Alternate Dispute Resolution CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 8 Special Engineering Services Agreement Page 8 of 13 A. All claims, disputes, and other matters in question between the City and MFSS arising out of, or in connection with this Agreement or' the Project, or any breach of any obligation or duty of City or MFSS hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorney's fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees, costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10 and 11). B. Any award greater than $50,000, exclusive of attorney's fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either parry for any purpose in the litigation. 9.10 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. 9.11 Observe and Comply MFSS shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. MFSS agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its 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 MFSS each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 9 Special Engineering Services Agreement Page 9 of 13 10.3 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and MFSS. The failure of City or MFSS 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 MFSS'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, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 10.5 Authority to Sign. MFSS shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the MFSS. 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. MFSS, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if MFSS 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. By signing this contract, MFSS certifies that MFSS'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. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 10 Special Engineering Services Agreement Page 10 of 13 MFSS 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, MFSS certifies that MFSS's signature provides written verification to the City that MFSS: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 11 Special Engineering Services Agreement Page 11 of 13 10.9 Prohibition on Discrimination Against Firearm and Ammunition Industries. MFSS 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, MFSS certifies that MFSS's signature provides written verification to the City that MFSS: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 10.10 Immigration Nationality Act. MFSS 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, MFSS shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. MFSS 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 MFSS, shall have the right to immediately terminate this Agreement for violations of this provision by MFSS. 10.11 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the MFSS and there are no third -party beneficiaries. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 12 Special Engineering Services Agreement Page 12 of 13 10.12 No Cause of Action Against Engineer. MFSS, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. 10.13 MFSS's Total Limitation of Liability. Notwithstanding any other provisions of the Contract Documents, the MFSS'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. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 3, 2024 City Project No. 105176 00 52 43 - 13 Special Engineering Services Agreement Page 13 of 13 IN WITNESS WHEREOF, City and MFSS have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). MFSS: City of Fort Worth By: Signature (Printed Name) Title Address City/State/Zip Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 3, 2024 Lo Fernando Costa Assistant City Manager Date Attest: Jannette Goodall, City Secretary (Seal) M&C: Date: 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. James W. McDonald Project Manager Approved as to Form and Legality: Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: Christopher Harder, P.E. Director Water Department Eagle Mountain WTP — Phase IV Expansion Membrane Filtration System City Project No. 105176 006113-1 PERFORMANCE BOND Page 1 of 2 SECTION 00 6113 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, , 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 — Membrane Filtration 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. 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. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 8, 2023 City Project No. 105176 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 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: Signature ATTEST: (Principal) Secretary Name and Title Witness as to Principal Address: SURETY: BY: Signature Name and Title Address: Witness as to Surety Telephone Number: Email Address: *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 Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 8, 2023 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 — Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration System Revised December 8, 2023 City Project No. 105176 006119-1 MAINTENANCE BOND Page 1 of 1 SECTION 00 6119 MAINTENANCE BOND NOT REQUIRED 114QIIZI]W11Blow Ito] ►`I CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 8, 2023 City Project No. 105176 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 �1 0140 Y [1]0[QIZ,SI►-1 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 Membrane Filtration 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 Agreement and all Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantiallv completed" as applied to all or part of the Work refer to Substantial Completion thereof. Add Definition: MFSS — Membrane Filtration Svstem SnDDlier: Experienced suDDlier of membrane filtrations system, as described in the Contract Documents, that is res_Donsible for _Drovidine the membrane filtration 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 Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration 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 Agreement, 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 Membrane Filtration 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 Membrane Filtration System Revised August 15, 2017 City Project No. 105176 SECTION 00 74 00 SPECIAL CONDITIONS Special Conditions 00 74 00 A 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 substantially completed and producing potable water by June 2028. The plant process will include membrane filtration. The membrane filtration system will be selected prior to commencing final design of the WTP facilities. The membrane filtration system supplier (MFSS) will be selected based on a present worth evaluated bid as specified herein. The selected MFSS will enter into a special engineering services agreement with the City of Fort Worth for purposes of preparing shop drawings and attending design meetings with the Engineer during the design phase of the project. The majority of the goods and services to be provided by the MFSS will be included as part of the General Construction Contract for the Eagle Mountain WTP — Phase IV Expansion. Once the General Contractor for the Eagle Mountain WTP — Phase IV Expansion Project is selected, the MFSS will enter into a subcontract agreement with the General Contractor for the membrane filtration system goods and services at the price submitted in the Proposal. Goods and services include, but are not limited to, membranes and auxiliary equipment, startup and commissioning support, 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 MFSS shall prove Performance compliant with the specification of this package during field and acceptance testing during commissioning of the project. The MFSS shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years beginning at the date of final completion of the Eagle Mountain WTP — Phase IV Project or six months after successful completion of the acceptance testing, whichever comes first. MFSS 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 MFSS consists of the furnishing of all CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 8, 2024 City Project No. 105176 00 74 00 l SPECIAL CONDITIONS Page 2 of 7 the material, equipment, labor and supervision necessary for supplying the Membrane Filtration System for the Eagle Mountain WTP — Phase IV Expansion as described herein. 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 Diffusion 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 MFSS shall provide Special Engineering Services related to the membrane filtration systems during the design phase of the project. The MFSS 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 MFSS $95,000 for these services. If the MFSS feels that the cost of these services will exceed $95,000, the MFSS shall include the additional cost within Item A of the Proposal. Article 4 — Subcontract Agreement with General Contractor The MFSS 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 MFSS 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 CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 8, 2024 City Project No. 105176 00 74 00 A SPECIAL CONDITIONS Page 3 of 7 a. After review and approval of all Shop Drawings and after the General Contractor has issued a "Notice to Commence Fabrication", the MFSS shall submit an Application for Payment in accordance with the General and Supplementary Conditions. The 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 Acceptance 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 MFSS. c. Upon completion of the Acceptance 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 Acceptance 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 — MFSS Compliance with Worker's Compensation Law The MFSS 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 MFSS 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 b 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.gpo.gov/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 MFSS 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 MFSS 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 MFSS 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 CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 8, 2024 City Project No. 105176 00 74 00 A SPECIAL CONDITIONS Page 4 of 7 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 The MFSS shall commence work under the Special Engineering Services Contract on the day following notice to proceed for the contract and shall meet the completion dates specified in Section 00 52 43 Special Engineering Services Agreement. The MFSS shall commence work under the Subcontract Agreement with the General Contractor for the Project on the day following the execution of the Subcontract Agreement and shall complete work in accordance with the following schedule. MFSS shall not commence the manufacture of any Goods until the Shop Drawings have been approved and the General Contractor has issued a "Notice to Commence Fabrication." 2. The Goods shall be fabricated and delivered to the Point of Destination in accordance with the Schedule for Delivery of Goods, to be developed and agreed upon by the City, MFSS, Engineer, and General Contractor for the installation of the Goods prior to the issuance of the "Notice to Commence Fabrication". The MFSS shall accept a Schedule for Delivery of Goods that requires the Goods to be fabricated and delivered to the Point of Destination in as few as 200 days, but no more than 365 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 MFSS 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 MFSS fail to complete the Work or portions of the Work under the Special Engineering Services Contract within the specified time periods, the MFSS will be subject to liquidated damages as specified in Section 00 52 43 Special Engineering Services Agreement. 2. Should the MFSS fail to complete the work or portions of the Work under the Subcontract Agreement with the General Contractor for the Project, within the Schedule for Delivery of Goods as specified in Artic 1 e 20 above, thereby causing the General Contractor to be late and having to pay liquidated damages to the City, the MFSS agrees to pay the Contractor liquidated damages in the amount of $2,500 for each and every calendar day of delay until the Work is completed. The total amount of liquidated damages payable by the MFSS shall not exceed ten percent (10%) of the MFSS Contract Price. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 8, 2024 City Project No. 105176 00 74 00 l SPECIAL CONDITIONS SPECIAL Page 5 of 7 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 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 Membrane Filtration System shall be defined as such date when the membrane filtration systems have been installed, are completely operational, have successfully passed the acceptance 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 MFSS 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, MFSS 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 CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 8, 2024 City Project No. 105176 00 74 00 Al SPECIAL CONDITIONS Page 6 of 7 except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. MFSS further covenants that neither it nor its officer's, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan, or statutory requirement. MFSS warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or' allegations asserted by third parties or subcontractors against 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"), MFSS 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. MFSS 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 MFSS'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 MFSS 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 MFSS during the two years of service following Warranty Start Date as defined in Section 0190 00 due to defects of design, materials, or workmanship, the affected part or parts shall be replaced promptly upon notice by the MFSS. All replacement parts shall be furnished, delivered and installed at the expense of the Manufacturer. All warranty certificates or MFSS's guarantees, for equipment purchased and provided by the MFSS shall be issued in the name of the City of Fort Worth. Article 17 — Underwriter's Laboratories Labeling CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised March 8, 2024 City Project No. 105176 00 74 00 A SPECIAL CONDITIONS Page 7 of 7 All electrical materials and equipment to be installed as part of this project shall bear the label of Underwriters' Laboratories, Inc. (UL) or other testing laboratory approved by the City of Fort Worth Electrical Inspection Section. Such labeling shall include electrical equipment provided as part of a mechanical equipment package, such as pumps, blowers, etc. The label shall be provided prior to the equipment being shipped to the project site. END OF SECTION CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration 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 Membrane Filtration System Supplier (MFSS), submittal of shop drawings and samples, general arrangement drawings of membrane units 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 membrane filtration equipment and appurtenances required for the Eagle Mountain Water Treatment Plant (WTP) Phase IV Expansion Membrane Filtration System. c. Providing manufacturer trained personnel for assisting the General Contractor with initial installation and start-up of the membrane filtration system d. Preparing and submitting operation and maintenance manuals e. Providing start up, commissioning, demonstration testing, and acceptance testing as specified. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration 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 a 35-MGD membrane filtration system. The membrane filtration system shall be designed for future expansion to 50-MGD by modular expansion with membranes. The membrane filtration system will be implemented in the following phases: a. The City will pre-selecta MFSS based on evaluation of submitted MFSS proposals b. After pre -selection of the MFSS, Engineer will develop project documents of the construction of the membrane filtration system based upon the selected MFSS. These documents will be included as part of the overall project documents of the Eagle Mountain WTP Phase IV Expansion project. c. The MFSS 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 MFSS and General Contractor will be developed and executed e. The General Contractor will install the membrane filtration equipment. 4. Goods and Services to be provided by the MFSS 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 MFSS as specified in Divisions 1 through 46; b. Submittal of Shop Drawings and Samples, as required by Divisions 1 through 46; c. Submittal of general arrangement drawings of membrane filtration system, process trains and equipment; d. Submittal of installation manuals; e. Participate in meetings and assist the City and Engineer during the design. MFSS shall attend up to ten (10) design meetings located at either the City of Fort Worth offices or the office of the Engineer, as required by the Engineer. f. Participation in meetings and assist City and Engineer during the construction, commissioning, and acceptance 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, witnessing unloading and unpacking of MFSS supplied equipment, and inspection/inventory of equipment; i. Equipment and services for Commissioning, Demonstration, Performance and Acceptance Testing; j. Training of General Contractor for the installation of the membrane filtration system; k. Review of equipment installation; 1. Calibration of MFSS supplied instrumentation; in. Commissioning of the Goods; n. Acceptance Testing; o. Operator Training; and p. Warranties and Bonds. 5. Work by Engineer: a. Facility Design: 1) Overall facility design; CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 011100-3 SUMMARY OF WORK Page 3 of 5 2) Review of the Goods provided by the MFSS to determine compliance with the requirements of the Contract Documents; 3) Design and specification of yard piping (membrane influent, membrane effluent, recycle, drains); 4) Design of water piping / valves from entry to membrane system feed header; 5) Design of filtered water piping and valves from membrane filtration system outlet to filtered water storage; 6) Design of electrical motor control centers (MCCs), VFDs, and conduit not provided by MFSS; 7) Design facilities, platforms, walkways, HVAC, plumbing, etc.; 8) 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) Assist City to obtain and modify operation and discharge permits; 4) Periodic observation of MFSS activities; 5) Periodic observation of the General Contractor and General Contractor activities; and 6) Periodic observation during installation, commissioning and Acceptance Testing. 6. Work by General Contractor: a. Construction of buildings and facilities to house the membrane filtration system; b. Unloading and storage of all equipment at the Point of Delivery; c. Installation of all membrane filtration equipment provided by the MFSS; d. Submittal, purchase, and installation of other equipment specified by ENGINEER; e. Installation of yard piping; f. Installation of interconnecting piping between membrane filtration units; g. Installation of CIP system, neutralization system, backwash system, compressed air system, and interconnecting pipe work and appurtenances; h. Installation of electrical systems and operator interfaces; and i. Corrective assistance during demonstration, field, and Acceptance Testing of the Membrane Filtration Equipment. 7. City's Responsibilities: a. Construction Observation through City's onsite Construction Manager 1) Observation of MFSS activities; 2) Observation of the General Contractor and General Contractor activities; and 3) Observation during installation, commissioning, and acceptance testing. b. Provision of operators and supervisors for training; c. Obtaining of permits as required; d. Operation of the treatment facilities in accordance with MFSS'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 Membrane Filtration 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 Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE Eagle Mountain WTP — Phase IV Expansion Membrane Filtration System City Project No. 105176 011100-5 SUMMARY OF WORK Page 5 of 5 CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration 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. Membrane Filtration System Supplier (MFSS) 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 CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 013300-2 SUBMITTALS Page 2 of 8 c. No extension of time will be authorized because of the MFSS's failure to transmit submittals sufficiently in advance of the Work. 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. MFSS Certification 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 MFSS with a Certification Statement affixed including: a. The MFSS'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 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) MFSS Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 013300-3 SUBMITTALS Page 3 of 8 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. MFSS identification 4. The names o£ a. MFSS 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 MFSS 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 CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 013300-4 SUBMITTALS Page 4 of 8 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 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 1. 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 MFSS'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. Submittal Distribution 1. Electronic Distribution Al a. Confirm develo in nt f ro ec directory for electronic submittals to be uploaded to Cit s E-Builder sI , 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 MFSS requires more than 1 hard copy of Shop Drawings returned, MFSS 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) CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If MFSS requires more than 3 copies of Shop Drawings returned, MFSS 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 MFSS 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 MFSS 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 MFSS, and the City will have no responsibility therefore. 3. The MFSS 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 MFSS 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 MFSS may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the MFSS. a) The MFSS 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 MFSS 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 MFSS 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 MFSS'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 MFSS's expense, based on the City's or City Representative's then prevailing rates. 2) Provide MFSS 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 MFSS 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 MFSS, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the MFSS to the areas that are incomplete. 8. If the MFSS 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. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the MFSS may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 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) MFSS Request for additional information a. Clarification or interpretation of the contract documents b. When the MFSS believes there is a conflict between Contract Documents c. When the MFSS 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] CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 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 Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 016000-1 PRODUCT REQUIREMENTS Page 1 of 13 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 870 feet above Mean Sea Level. 2. The system shall be suitable for installation in an industrial indoor environment maintained between 50 degrees F and 93 degrees F. 3. Outside ambient air conditions: a. Summer temperature (max): 110 degrees F. b. Summer relative humidity: 100 percent. c. Winter temperature (min): 10 degrees F. d. Winter relative humidity: 0 percent. 1.6 WATER QUALITY CRITERIA A. Unless otherwise noted, all Equipment shall be designed to operate satisfactorily for the water quality criteria shown in Appendix A. 1.7 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). CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 016000-2 PRODUCT REQUIREMENTS Page 2 of 13 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. C. All Equipment shall be designed and fabricated in accordance with best practices and methods and shall operate satisfactorily as determined by Engineer when installed as specified. D. The MFSS shall have the sole responsibility for proper functioning of the Equipment. f �;�.� � x� I:� III IC�Z�I 1fy\►1 �7.y 7�:i�7�7111.y A. Spare Parts 1. The Membrane Filtration System Supplier (MFSS) shall provide during shop drawing review a price list for each spare part item listed at the end of this section along with all other spare parts recommended by MFSS or by the manufacturers of the equipment supplied by MFSS. Owner may, at any time up to substantial completion, elect to purchase any or all of the spare parts at the price listed as a change order to the contract amount. 2. List prices shall include the cost to properly prepare and box the spare parts as follows. Spare parts and materials shall be furnished in unopened cartons, boxes, crates, or other protective covering suitable for preventing corrosion or deterioration for the maximum length of anticipated storage. They shall be clearly marked and identified as to the name of 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. MFSS's name and address d. Applicable sections of the Specifications for each set of spare parts supplied. e. Acknowledgment signed by the MFSS, that all spare parts and maintenance materials have been delivered. 5. The MFSS shall furnish to OWNER an inventory listing all spare parts purchased, the equipment they are associated with, and the name and address of the supplier. 6. Spare parts shall be stored in a location directed by OWNER. 7. The MFSS shall be fully responsible for loss or damage to parts and materials until they are received by OWNER. 8. Spare parts shall be new and shall not be utilized by the MFSS. B. Special Tools 1. All special tools required for the normal operation and maintenance of equipment for the membrane filtration system shall be furnished by the MFSS. This includes special tools, instruments, accessories required for proper "in -plant" adjustment, maintenance, overhaul, and operation. Tools shall be high-grade, smooth, forged, alloy tool steel. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 016000-3 PRODUCT REQUIREMENTS Page 3 of 13 2. The MFSS shall furnish to ENGINEER and OWNER a list of all special tools, the equipment they are associated with, the name and address of the supplier, and the delivered cost of each item. 3. Special tools shall be new and shall not be utilized by the MFSS. 1.9 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw 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. 1.10 SUBMITTALS A. Shop Drawings In accordance with the requirements of Section 0 13 00, Submittals, provide as part of the second shop drawing submittal, a detailed price list of spare parts with specific models and quantities denoted unique for the MFSS to be provided under this Goods and Special Services Agreement for approval by ENGINEER. The list shall include the items identified at the end of this Section, as well as any additional other spare parts recommended by MFSS and MFSS's equipment manufacturers. 1.11 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.12 CLOSEOUT SUBMITTALS [NOT USED] 1.13 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.14 QUALITY ASSURANCE [NOT USED] 1.15 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.16 FIELD [SITE] CONDITIONS [NOT USED] 1.17 WARRANTY [NOT USED] CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration System Revised December 20, 2012 City Project No. 105176 016000-4 PRODUCT REQUIREMENTS Page 4 of 13 PART2- PRODUCTS 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 MFSS 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 MFSS 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 At23. 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 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 submerged service with pre-treated water as specified herein. All other steel bolts, nuts, and washers shall be Type 18-8 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. uses are mctuaea in 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 Membrane Filtration 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 MFSS 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 Membrane Filtration 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 MFSS to provide the engineering anchorage calculations and figures to the Contractor. At a minimum, the MFSS 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 Membrane Filtration 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 Membrane Filtration 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, 4Ed o d u' o mpI :te system operation. B. All Equipment shall be NEMA-rated. e sy e s ov m y is e to shall contain control panels which include instrumentation and control Equipment furnished by the MFSS. 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 MFSS shall furnish a complete field wiring diagram showing all required interconnections labeled consistently with the terminal markings. It shall be the responsibility of the MFSS (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 Membrane Filtration System Revised December 20, 2012 City Project No. 105176 016000-9 PRODUCT REQUIREMENTS Paee 9 of 13 E. Panels housing electrical Equipment shall NEMA 4 Type 316 stainless steel or better. All equipment MFSS is providing will be in a process area subject to damp and wet conditions and shall be suitable for floor or wall mounting. 6eparate power, control ana instrumentation terminal strips snarl oe proviaea 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 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 Membrane Filtration 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 wit Devices with an environmental rating that conforms with the area classification do not need to be installed in an enclosure. S. n es o e 1 n to c nt an s is n er 1 ti a ications 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 MFSS 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 Membrane Filtration 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 MFSS 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 Membrane Filtration 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 MFSS 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 MFSS shall submit seismic design calculations and seismic Shop Drawings stamped by a Professional Engineer registered in Texas. Submittals shall be certified by the MFSS 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 MFSS 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 Membrane Filtration 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 Membrane Filtration 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. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves 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 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration Systems Revised December 20, 2012 City Project No. 105176 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 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 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 1. 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. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration Systems Revised December 20, 2012 City Project No. 105176 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 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 1) As installed color coded piping diagrams CITY OF FORT WORTH Eagle Mountain WTP — Phase IV Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Membrane Filtration Systems Revised December 20, 2012 City Project No. 105176 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 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 Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration 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 Membrane Filtration System City Project No. 105176 01 90 00 — 1 WARRANTIES Page 1 of 9 SECTION 0190 00 WARRANTIES FOR MEMBRANE FILTRATION SYSTEM PERFORMANCE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. This Section specifies the membrane system Equipment and Membrane Module warranty. The provisions of the requirements in this Section supplement and are fully incorporated into this Equipment Purchase Agreement. B. 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 3. Section 466133 — Microfiltration and Ultrafiltration Membrane Equipment 1.2 EQUIPMENT WARRANTY A. Equipment Warranty The Membrane Filtration System Supplier (MFSS) warrants that the Equipment is free from defects in materials and workmanship and shall conform to the requirements of Article 6 of the Proposal Form and Section 466133 of the 2. Equipment Defect Correction Period: MFSS's responsibility for correcting all non - conformities in the Equipment, membrane system and appurtenances supplied under this Equipment Purchase Agreement, with the exception of the membrane modules, will extend for a period of two (2) years after Substantial Completion, provided the following storage conditions are met: a. Membrane modules and equipment are stored per WesTech O&M requirements. This includes storing modules in the original packaging indoors, in a clean, dark (UV free), dry, and temperature -controlled environment). b. If modules are removed from original packaging and/or drained prior to installation/start-up, membranes must be refilled/capped with proper storage solution to avoid drying of fibers. Intermittent replacement of long term SBS storage solution is required if pH drops below 3.0. Warranty of the membrane modules supplied under this Equipment Purchase Agreement shall meet the requirements of Article 1.3 of this Section (the "Membrane Filtration Module Warranty"). During the Defect Correction Period for Equipment, the MFSS shall furnish an Equipment warranty certificate assuring the Equipment (including membrane filtration units and system membrane modules) will meet the service conditions specified in Section 466133, Microfiltration and Ultrafiltration Membrane Equipment. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/01/2011 City Project No. 105176 01 90 00 - 2 WARRANTIES The MFSS warrants the Equipment will achieve the Performance Guarantees integrity/fiber breakage, turbidity, and flow) specified herein while maintaining a pathogen removal value of at least 4-log when calculated in accordance with the methods and requirements of the USEPA Long -Term 2 Enhanced Surface Water Treatment Rule and Texas Commission on Environmental Quality (TCEQ) Rules and Regulations. 5. If the Equipment is non -conforming and not able to conform to the Performance Guarantees, Engineer will notify the MFSS in accordance with the procedures identified in this Equipment Purchase Agreement. Owner shall make available to the Supplier Equipment records for MFSS review. 6. Limitation of Membrane System and Appurtenances Warranty: Owner recognizes that the occurrence of any of the following are excluded from the Equipment Warranty: a. Physical damage or faulty installation affecting the performance by others of the Equipment, membrane system and appurtenances; b. Material unauthorized alteration of components supplied by the MFSS; or c. Improper operation or maintenance of Equipment. A description of proper operation and maintenance procedures shall be included in the operation and maintenance manual and reviewed by MFSS in the operator training. The MFSS in developing the proper operation and maintenance procedures shall not include language that excludes the operation of the facilities to treat the range of source water qualities as described herein and utilizing the treatment chemicals as described herein such as an aluminum -based coagulant and a pre -oxidant. 1.3 MEMBRANE FILTRATION MODULE WARRANTY A. Membrane Filtration Module Warranty The " ­Aurmnti Filtr du!Qciaro f4ee f de f ets ; I t�r�J�✓and ��' 1'�i and shall , r f fm ie the requirements f A .bile 6 r oo) and Eaefien 466133, of the Speeifiea4ieas solely, For the purposes of this warranty, flow rate per module will be guaranteed at greater than or equal to 45 gpm per module, subject to the following conditions/exclusions: a. Flow guarantees are only applicable when the modules are in a "clean condition. " Modules are defined to be in the clean condition when they are free from reversible or irreversible fouling (from any source). WesTech has no control over the exposure of the modules to foulants at any time during the operation of the plant. If there is a failure to meet performance criteria as listed in Article 6, a module flow test followed by module autopsy may be required to confirm membrane module condition. 1) The module flow test will be conducted on a single module with RO permeate water or OF filtrate water (as long as there are no foulants in the OF Filtrate). If the module(s) fail to meet the required flow rate, module(s) will be sent to a third partyfor a module autopsy. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/01/2011 City Project No. 105176 01 90 00 - 3 WARRANTIES 3 or Y 2) If the module autopsy shows that failure of the module flow test is solely attributable to membrane fiber integrity/pore collapse, and not other factors, replacement of tested modules will be covered by the module warranty herein. b. Daily complete operating logs and data for each operating train showing system parameters including but not limited to feed water turbidity, feed water pH, flow rate, flux rate, permeability, and cleaning intervals, must be provided to show that system has been operating per the requirements set forth by WesTech within the WesTech O&MManual. In addition, the operating logs shall record any and all plant operational events including but not limited to: (i) system or train start-up dates and time, (ii) system or train shut -down dates and times (with evidence ofproper module storage per O&M); (iii) changes in the type, brand or concentration of chemicals of pretreatment configurations used (with proof of WesTech approval); (iv) th, dates when the modules were chemically cleaned as well as the chemical concentration, type, and procedure used. c. Failure to meet flow capacity requirement must be solely attributable to membrane fiber integrity/pore collapse, and not other factors including but not limited to reversible or irreversible fouling, feed water quality outside of values provided herein, or operating the system outside of recommended operating ranges. This will be verified via a third party module autopsy. d. WesTech/Toray reserve the right to approve the test unit. 2. The MFSS's Membrane Filtration Module Warranty period shall commence at Substantial Completion (Beneficial use by Owner) and continue until the end of the pro-rata warranty period. The Membrane Filtration Module Warranty shall consist of two parts: 1) a Full Replacement Period, and 2) a Pro -Rats Period. The Pro-Rata calculation of Membrane Filtration Module Price shall begin with the Pro-Rata period, after the conclusion of the Full Replacement Period. The Membrane the MFSS and Owner. A renewable W.,,...an , Bondor- Letter- � rroditi1i1.1 Se provided for- the rtomb &I2 Module W.,...afft , period. The ameupA of the W a...,.dor- let4e - of Credit shall be i the .. that k-. 4.A ded i Tto.,.. A of the 1) The Full Replacement Period shall last for 60 months after the date of Substantial Completion following successful demonstration testing of the Membrane Systems. 2) Contractor and Supplier shall record and maintain records of the date of installation for membrane modules. b. Pro-Rata Period 1) The Pro-Rata Period shall commence with the end of the Full Replacement Period and last for a period of 60 months after the Full Replacement Period. The total Membrane Filtration Module Warranty Period is, therefore, 120 months from the date of Substantial Completion. 2) For Membrane Filtration Modules provided to replace Membrane Filtration Modules during the Membrane Filtration Module Warranty Period, the replacement Membrane Modules shall assume the remainder of the Membrane Filtration Module Warranty Period of the Membrane Filtration Modules so placed, or one (1) year, whichever is greater. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/01/2011 City Project No. 105176 01 90 00 — 4 WARRANTIES Page 4 of 9 3) Contractor and MFSS shall record and maintain records of the date of installation for Membrane Filtration Modules. The MFSS warrants that the Membrane Filtration Modules will be free from non- conformance in: a. Materials; b. Workmanship; c. Membrane integrity criteria; and d. the Proposal Fefm HIV-jroeified per-fefmanee-valuoo) GxAd e. Flow, and £ Turbidity of <0.1 NTU 95%, with <0.3 NTU maximum. 4. If the Membrane Filtration Modules are determined to be Defective, the Supplier will remedy in accordance with paragraph 1.4. a. Defective Membrane Filtration Modules (i.e., Integrity Failure) may be returned to service under the conditions outlined in Paragraph 1.3.F.3.c of this Section. Changes in the MFSS established operational and maintenance guidelines cannot be applied retroactively to invalidate the Membrane Filtration System and Appurtenances Warranty. 6. Limitation of Membrane Filtration Module Warranty: Owner recognizes that the occurrence of any of the following are excluded from the Membrane Filtration System and Appurtenances Warranty. a. Physical damage or faulty installation of the membrane modules by others that results in a Defect; b. Unauthorized alteration of components manufactured by the MFSS; c. Use of chemical cleaning solutions or procedures other than solutions and procedures approved by the MFSS; d. Exposure of the membranes to unforeseen chemical constituents at concentrations above levels for times unacceptable to the MFSS. The limitations of unforeseen chemical constituents are subject to the following conditions: 1) The MFSS is responsible to provide to Owner a listing of the known chemicals and concentrations and time of exposure that are customarily used in the treatment of water and could damage the membrane material or result in irreversible fouling. These unacceptable chemical conditions must be included in the operations and maintenance manual and reviewed in the operator training provided by the MFSS. 2) MFSS is responsible for the identification of water quality parameters, instrumentation and control programming required to satisfy and maintain membrane module warranty provisions. The MFSS shall establish the instrumentation alarm limits that would prevent the operation of the equipment outside of Supplier established limits. e. Improper maintenance of equipment. A description of proper maintenance procedures shall be included in the operation and maintenance manual and reviewed in the operator training. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/01/2011 City Project No. 105176 01 90 00 — 5 WARRANTIES Page 5 of 9 f. Failure of Owner to reasonably maintain electronic operational logs as required by the MFSS. Owner will not be responsible for the maintenance of manual (handwritten) operational logs. Delivery of archival data in paper or microfiche format will be accepted should future electronic storage formats not support the current electronic format. The maintenance of electronic logs is subject to the following conditions: 1) The MFSS is responsible to provide Owner a listing of the operational data points that are to be electronically logged. 2) The MFSS is responsible for the control programming of data points that are to be electronically logged. 3) The MFSS shall identify minimum frequencies of logging of all operational data points required by the MFSS to maintain Membrane Filtration System and Appurtenances Warranty provisions. 4) The MFSS shall provide the necessary hardware, software, and protocols for archiving operational data. 5) The MFSS shall establish the alarms limits that would prevent operation of the equipment outside of MFSS established limits. 6) The MFSS shall be solely responsible for the identification and programming of system interlocks that would result in the operation of the system outside of the parameters required by the MFSS. Owner will not be responsible for errors in MFSS-developed programming that would result in operation of the system outside of the MFSS established limits. 7) Owner will not be responsible for malfunctioning of instruments or control system that result in a loss of data or data accuracy. 7. This Warranty shall not be assigned, transferred, or delegated by the MFSS without the prior written consent of Owner. Any attempted assignment, transfer, or delegation without such consent shall be null and void. B. To satisfy warranty requirements, the MFSS may provide replacement membrane modules for some or all of the non -conforming membrane modules, or may provide additional membrane modules to fill empty slots for membrane modules within the process trains, if available, under the following conditions: The capacity of the system shall meet the performance requirements of this Equipment Purchase Agreement, including requirements of Article 6 of the Proposal Form and Section 466133 of the Specifications. 2. All additional Equipment or appurtenances, including but not limited to racks/cassettes, piping, valves, supports, and controls, required to fill empty slots within the Equipment with new Membrane Filtration Modules shall be provided to Owner by the MFSS at no additional cost to Owner. C. To satisfy Warranty requirements, the MFSS may propose changes to the chemical cleaning procedures under the following conditions: 1. The capacity of the system shall meet the performance requirements of this Equipment Purchase Agreement, including the Performance Guarantees. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/01/2011 City Project No. 105176 01 90 00 — 6 WARRANTIES Page 6 of 9 2. All additional Equipment or appurtenances, including but not limited to metering pumps, day tanks, level sensors, valves and appurtenances required to accommodate the modified chemical cleaning procedures shall be provided and installed by the MFSS at no additional cost to Owner. The MFSS shall reimburse Owner up to the liability cap stated in Article 6 for any and all increased costs that result from changes to the chemical usage procedures projected by MFSS in Article 6 of the Proposal Form and Section 466133 of the Specifications for the remainder of the pro-rata warranty period. D. Owner recognizes that to satisfy Warranty requirements, the MFSS may provide replacement Membrane Filtration Modules that embody changes in Membrane Filtration Module design and construction features. Owner recognizes that the replacement of Membrane Filtration Modules pursuant to this Warranty with a different Membrane Filtration Module may be acceptable under the following conditions: That the specified design and operational parameters and Performance Guarantees (i.e. design flows, water quality and chemical cleaning intervals) are obtained. 2. That the change in Membrane Filtration Modules will not represent an increase in the operational (including cleaning and/or neutralization chemical costs) or Membrane Filtration Module replacement cost to Owner except as noted below. a. At Owner's sole discretion, Owner may accept a change in Membrane Filtration Modules that results in an increase in chemical usage rates if a mutually agreeable method is put in place for the MFSS to reimburse Owner to offset those costs. The change in Membrane Filtration Modules is acceptable to the TCEQ. The MFSS is responsible for assisting in obtaining any necessary permits from the TCEQ. The MFSS is responsible for any costs associated with permits from the TCEQ. 4. The change in Membrane Filtration Modules will not require additional cost to Owner for capital improvements to the Equipment. E. Replacement Membrane Filtration Module Price The MFSS shall establish the initial Membrane Filtration Module replacement price (as indicated in the, Proposal Form) and guarantees that price, during the Membrane Filtration Module Defect Correction Period, at the time of Proposal: a. Replacement Membrane Filtration Modules will be provided to Owner at prices not to exceed the lowest list price then currently available to MFSS's customers. b. The current membrane module replacement price shall not exceed the cost of the initial membrane replacement price (as indicated in the Proposal Form) escalated per the change in the Consumer Price Index (CPI) All Urban Consumers (US City Average) plus 1%. 2. During the Full Period, the MFSS shall provide replacement Membrane Filtration Modules at no cost to Owner. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/01/2011 City Project No. 105176 01 90 00 — 7 WARRANTIES Page 7 of 9 Membrane Filtration Module Replacement Price during the pro-rata warranty period shall be calculated as follows: a. For Membrane Filtration Modules supplied as part of the original equipment installation: Pro-Rata Membrane Filtration Module Replacement Price = Current Membrane Filtration Months from Notice Module Replacement Price � of Commencement 120 months 1) For Membrane Filtration Modules provided to address Warranty claims during the Defect Correction Period: Pro-Rata Membrane Filtration Module Replacement Price = Current Membrane Filtration Months from. Date of Replacement Module Replacement Price x Membrane Filtration Module Installation Duration. in Months Between Date of Replacement Membrane Filtration Module Installation and the End of the Pro Rata Period F. F. Definition of Membrane Integrity Failure. A Membrane Integrity Failure Occurrence is defined by the following: a. An identified stream of air bubbles during an air pressure integrity test at an integrity test pressure that meets all requirements of the USEPA Long -Term 2 Enhanced Surface Water Treatment Rule and associated guidance manual, and the ASTM method "Standard Practice for Integrity Testing of Water Filtration Membrane Systems". 2. For the purposes of integrity evaluation, the membrane train/unit or sub -train assembly shall be evaluated for Membrane Integrity Failure Occurrences per the requirements of the United States Environmental Protection Agency (EPA) and TCEQ. If a Membrane Integrity Failure Occurrence is identified (via bubble test and the integrity failure is deemed unrelated to programming or other mechanical issues), the individual modules shall be repaired and the unit will be returned to service. The Membrane Integrity Failure Occurrence shall be documented by Owner. Individual Membrane Filtration Modules shall be subject to Defect Correction under the following conditions: a. If a Membrane Filtration Module fails an individual pressure hold / pressure decay test and cannot be repaired. b. If for a Membrane Filtration Module, the maximum number of fiber breakage is exceeded in accordance with Table I as shown below. 1) Table 1: Maximum Percentage of Membrane Integrity Failure Occurrences per Membrane Filtration Module Any 12 consecutive months I Life of membrane module CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/01/2011 City Project No. 105176 01 90 00 — 8 WARRANTIES Page 8 of 9 0.15% of total fibers I 0.50% of total fibers c. Repaired Membrane Filtration Modules that have not exceeded the fiber breakage limits can be returned to service. 1.4 SUBMITTALS A. Submit signed warranty documents to Owner prior to the date fixed by Engineer for commencement of Acceptance Testing. B. Provide membrane serial numbers and lot traceability information. C. Submit design calculations to substantiate the 4-log membrane log reduction values for air pressure integrity testing. Perform calculations based upon a broken fiber lumen(s) or a microporous defect of 3 microns to determine the worst case membrane integrity defect scenario. D. When a special warranty is required to be executed by a Vendor, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to Engineer for approval prior to final execution. E. Prior to acceptance testing of membrane system, compile two copies of each required warranty and bond properly executed by the MFSS. Organize the warranty documents into an orderly sequence based on the table of contents of the pre -selection documents. F. Bind warranties and bonds in heavy -bond, commercial quality, durable 3-ring vinyl covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-in by 11-in paper. G. Table of Contents: Neatly typed, in the sequence of the table of contents of the pre- selection documents, with each item identified with the number and title of the specification Section in which specified, and the name of the product or work item. H. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product, including the name of the product, and the name, address and telephone number of the Vendor. Identify each binder on the front and the spine with the typed or printed title "WARRANTIES AND BONDS," the Project title or name, and the name, address and telephone number of the responsible principal. When operating and maintenance manuals are required for warranted construction, provide additional copies of each required warranty, as necessary, for inclusion in each required manual. CITY OF FORT WORTH Eagle Mountain WTP — Phase W Expansion STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Membrane Filtration System Revised 7/01/2011 City Project No. 105176 01 90 00 — 9 WARRANTIES Page 9 of 9 1.5 WARRANTY REQUIREMENT A. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the MFSS of the warranty on the Equipment that incorporates the products, nor does it relieve Vendors required to countersign special warranties with the MFSS. 1.6 DEFINITIONS A. Standard product warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to Contractor. B. Special Warranties are written warranties required by or incorporated in this Equipment Purchase Agreement, either to extend time limits provided by standard warranties or to provide greater rights for Contractor. C. Warranty Period shall have the same meaning as Defect Correction Period in the Agreement. PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 7/01/2011 SUMMARY OF CHANGE Eagle Mountain WTP — Phase W Expansion Membrane Filtration System City Project No. 105176 DIVISION 05 METALS 0515-294565 April 2024 SECTION 05 50 00 - METAL FABRICATIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Miscellaneous items fabricated from steel stainless steel. 2. Fall Prevention Systems. 3. Delegated design. B. Products furnished, but not installed, under this Section include the following: 1. Anchor bolts, steel pipe sleeves, slotted -channel inserts, and wedge -type inserts indicated to be cast into concrete or built into unit masonry. 2. Steel weld plates and angles for casting into concrete for applications where they are not specified in other Sections. 1.3 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of metal fabrications that are anchored to or that receive other work. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 1.4 ACTION SUBMITTALS A. Product Data: For the following: 1. Nonslip aggregates and nonslip -aggregate surface finishes. 2. Paint products. B. Samples: 1. Submit samples as requested by the Engineer during construction. Eagle Mountain WTP - Phase IV Expansion Metal Fabrications Membrane Filtration System 05 50 00 - 1 City of Fort Worth 0515-294565 April 2024 C. Shop Drawings: Show fabrication and installation details. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. Provide Shop Drawings for the following: 1. Steel framing and supports for mechanical and electrical equipment. 2. Steel framing and supports for valve racks and membrane skids. 3. Fall Prevention System for tanks as required by code. 1.5 DELEGATED -DESIGN SUBMITTALS A. For membrane support racks, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. See Section 01 60 00 "Product Requirements" for additional delegated design requirements. B. Qualifications Statement: Submit qualifications for licensed professional. 1.6 INFORMATIONAL SUBMITTALS A. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers, certifying that shop primers are compatible with topcoats. 1.7 QUALITY ASSURANCE A. Delegated Design Engineer: Licensed professional engineer experienced in design of specified Work and licensed in the State of Project location. B. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 01 60 00 "Product Requirements," to design membrane racks. 1. Temperature Change: 20 deg F to 115 deg F, being ambient most of the time. 2.2 METALS A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B. Steel Wide Flange Shapes:ASTM A992. Eagle Mountain WTP - Phase IV Expansion Metal Fabrications Membrane Filtration System 05 50 00 - 2 City of Fort Worth 0515-294565 April 2024 C. Steel Other Shapes, Plates, Shapes, and Bars: ASTM A36/A36M. D. Rolled -Steel Floor Plate: ASTM A786/A786M, rolled from plate complying with ASTM A36/A36M or ASTM A283/A283M, Grade C or D. E. Steel Pipe: ASTM A53/A53M, Type S Grade B Standard Weight (Schedule 40) unless otherwise indicated. F. Cast Iron: Either gray iron, ASTM A48/A48M, or malleable iron, ASTM A47/A47M, unless otherwise indicated. G. Aluminum Extruded Pipe: ASTM B429, Alloy 6063 T6 and Alloy 6061 T6 as indicated. H. Aluminum Plate and Sheet: ASTM B209 (ASTM B209M), Alloy 6061-T6. I. Aluminum Extrusions: ASTM B221 (ASTM B221M), Alloy 6061 T6. J. Aluminum -Alloy Rolled Tread Plate: ASTM B632/B632M, Alloy 6061-T6. K. Aluminum Castings: ASTM 1326/1326M, Alloy 443.0-F. L. Bronze Extrusions: ASTM B455, Alloy UNS No. C38500 (extruded architectural bronze). M. Bronze Castings: ASTM B584, Alloy UNS No. C83600 (leaded red brass) or No. C84400 (leaded Bemired brass). N. Nickel Silver Extrusions: ASTM B 151 /B 151 M, Alloy UNS No. C74500. O. Nickel Silver Castings: ASTM B584, Alloy UNS No. C97600 (20 percent leaded nickel bronze). P. Gray Iron Castings: ASTM A48, Class 35. Q. Ductile Iron Castings: ASTM A536, Grade 65-45-12. R. Stainless steel Bolts: ASTM F593, Type 316. S. Stainless steel Nuts: ASTM F594, Type 316. T. Carbon Steel Bolts and Studs: ASTM A307, Grade A (hot dip galvanized nuts and washers where noted) U. High Strength Steel Bolts, Nuts and washers: ASTM F3125, Grade A325 (mechanically galvanized per ASTM B695, Class 50, where noted). 1. Elevated Temperature Exposure: Type I. 2. General Application: Type I or Type II. V. Galvanizing: ASTM A123, Zn w/0.05 percent minimum Ni. W. Galvanizing, hardware: ASTM A153, Zn w/0.05 percent minimum Ni. Eagle Mountain WTP - Phase IV Expansion Metal Fabrications Membrane Filtration System 05 50 00 - 3 City of Fort Worth 0515-294565 April 2024 X. Galvanizing, anchor bolts: ASTM F2329, Zn w/0.05 percent minimum Ni. Y. Welding electrodes, steel: AWS A5.1 E70xx. 2.3 FASTENERS A. Unless otherwise noted, provide steel machine bolts for the connection of carbon steel or iron; galvanized steel or stainless -steel machine bolts for the connection of galvanized steel or iron; and stainless -steel machine bolts for the connection of aluminum or stainless -steel. B. General: Unless otherwise indicated, provide Type 304 stainless steel fasteners for exterior use and zinc -plated fasteners with coating complying with ASTM B 633 or ASTM F1941 (ASTM F1941M), Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and class required. 1. Provide stainless steel fasteners for fastening aluminum. 2. Provide stainless steel fasteners for fastening stainless steel. 3. Provide stainless steel fasteners for fastening nickel silver. 4. Provide bronze fasteners for fastening bronze. C. Steel Bolts and Nuts: Regular hexagon -head bolts, ASTM A307, Grade A (ASTM F568M, Property Class 4.6); with hex nuts, ASTM A563 (ASTM A563M); and, where indicated, flat washers. D. Mechanically Galvanized Steel Bolts and Nuts: Regular hexagon -head bolts, ASTM F3125, Grade A325, Type 3 (ASTM 173125M, A325M, Type 3); with hex nuts, ASTM A563, Grade C3 (ASTM A563M, Class 8S3); and, where indicated, flat washers. E. Stainless steel Bolts and Nuts: Regular hexagon -head annealed stainless steel bolts, ASTM F593 (ASTM F738M); with hex nuts, ASTM F594 (ASTM F836M); and, where indicated, flat washers; Alloy Group 1 (Al). F. Machine bolts and nuts conforming to Federal Specification FF-B-575C. Bolts and nuts shall be hexagon type. Bolts, nuts, screws, washers and related appurtenances shall be Type 316 stainless steel. G. Cast -in -Place Anchors in Concrete: Either threaded type or wedge type unless otherwise indicated; galvanized ferrous castings, either ASTM A47 (ASTM A47M) malleable iron or ASTM A27 (ASTM A27M) cast steel. Provide bolts, washers, and shims as needed, all hot -dip galvanized per ASTM F 2329. 2.4 MISCELLANEOUS ALUMINUM A. Miscellaneous Aluminum: Formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Drill or punch holes. Smooth edges without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. Eagle Mountain WTP - Phase IV Expansion Metal Fabrications Membrane Filtration System 05 50 00 - 4 City of Fort Worth 0515-294565 April 2024 B. Miscellaneous Aluminum Items: Beams, angles, closure angles, grates, floor plates, stop plates, stair nosings, and other miscellaneous aluminum indicated and not otherwise specified. 2.5 MISCELLANEOUS STEEL A. Miscellaneous Steel Work: Formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Drill or punch holes. Smooth edges without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Structural steel angle and channel door frames: Shop coated with primer. Fabricated with not less than three anchors on each jamb. C. Steel pipe pieces for sleeves, lifting attachments and other functions: Schedule 40 pipe unless otherwise indicated. Wall and floor sleeves, of steel pipe: Provide welded circumferential steel waterstops at mid -length. D. Lintels, relief angles or other steel supporting masonry or embedded in masonry: Shop coated with primer. E. Steel Finish Work: Thoroughly cleaned, by effective means, of loose mill scale, rust and foreign matter. Provide one shop coat of primer compatible with finish coat after fabrication but before shipment. Omit paint within 3 inches (76 mm) of proposed field welds. Apply paint to dry surfaces and be thoroughly and evenly spread and well worked into joints and other open spaces. 2.6 MISCELLANEOUS STAINLESS -STEEL A. Miscellaneous Stainless -Steel Work: Formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Drill or punch holes. Smooth edges without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. 2.7 MISCELLANEOUS MATERIALS A. Water -Based Primer: Emulsion type, anticorrosive primer for mildly corrosive environments that is resistant to flash rusting when applied to cleaned steel, complying with MPI#107 and compatible with topcoat. B. Epoxy Zinc -Rich Primer: Complying with MPI#20 and compatible with topcoat. C. Shop Primer for Galvanized Steel: Primer formulated for exterior use over zinc -coated metal and compatible with finish paint systems indicated. D. Galvanizing Repair Paint: High -zinc -dust -content paint complying with ASTM A780 and compatible with paints specified to be used over it. Eagle Mountain WTP - Phase IV Expansion Metal Fabrications Membrane Filtration System 05 50 00 - 5 City of Fort Worth 0515-294565 April 2024 2.8 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch (1 mm) unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, fmish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Where exposed fasteners are required, use Phillips flat -head (countersunk) fasteners unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that are exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. I. Provide for anchorage of type indicated; coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. J. Where units are indicated to be cast into concrete or built into masonry, equip with integrally welded steel strap anchors, 1/4 by 1 inch, with a minimum 6 inch embedment and 1 1/2-inch hook, not less than 8 inches from ends and corners of units and 24 inches (610 mm) o.c., unless otherwise indicated. 2.9 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. Eagle Mountain WTP - Phase IV Expansion Metal Fabrications Membrane Filtration System 05 50 00 - 6 City of Fort Worth 0515-294565 April 2024 B. Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction. 1. Fabricate units from slotted channel framing where indicated. 2. Furnish inserts for units installed after concrete is placed. 2.10 FINISHES, GENERAL A. Finish metal fabrications after assembly. B. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding surface. 2.11 STEEL AND IRON FINISHES A. Galvanizing: Hot -dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products. Limit maximum nickel (Ni) content of galvanizing zinc to 0.05%. 1. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. B. Preparation for Shop Priming Galvanized Items: After galvanizing, thoroughly clean [railings] of grease, dirt, oil, flux, and other foreign matter, and treat with metallic phosphate process. C. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded in concrete, sprayed -on fireproofing, or masonry, or unless otherwise indicated. D. Preparation for Shop Priming: Prepare surfaces to comply with requirements indicated below: 1. Exterior Items: SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 2. Items Indicated to Receive Zinc -Rich Primer: SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 3. Other Items: SSPC-SP 3, "Power Tool Cleaning." E. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Install items to be attached to concrete or masonry after such work is completed in accordance with the details shown. Fastening to wood plugs in masonry will not be permitted. 1. Touch up abrasions in the shop primer immediately after erection. Paint areas left unprimed for welding after welding. Eagle Mountain WTP - Phase IV Expansion Metal Fabrications Membrane Filtration System 05 50 00 - 7 City of Fort Worth 0515-294565 April 2024 2. Clean and repair, after installation, zinc coating which has been burned by welding, abraded, or otherwise damaged. Thoroughly clean damaged area and remove all traces of welding flux and loose or cracked zinc coating prior to painting. Paint the cleaned area per the requirements of ASTM A780. 3. Install specialty products in accordance with the manufacturer's recommendations. 4. Weld headed anchor studs in accordance with manufacturer's recommendations. 5. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. 6. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. 7. Field Welding: Comply with the following requirements: 8. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 9. Obtain fusion without undercut or overlap. 10. Remove welding flux immediately. 11. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. 12. Fastening to In -Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in -place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors. 13. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. 14. Corrosion Protection: Coat concealed surfaces of aluminum and steel that come into contact with grout, concrete, masonry, wood, or dissimilar metals with the following: a. Aluminum Contacting a Dissimilar Metal: Apply a heavy brush coat of zinc - chromate primer followed by two coats of aluminum metal and masonry paint to the dissimilar metal. b. Aluminum Contacting Masonry or Concrete: Apply a heavy coat of approved alkali resistant paint to the masonry or concrete. C. Aluminum Contacting Wood: Apply two coats of aluminum metal and masonry paint to the wood. d. Steel Contacting Exposed Concrete or Masonry: Apply heavy bitumastic troweling mastic. e. Between aluminum stair treads, and steel supports, insert 1/4 inch thick neoprene isolator pads, 85 plus or minus 5 Shore A durometer, sized for full width and length of bracket or support. 3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings. Eagle Mountain WTP - Phase IV Expansion Metal Fabrications Membrane Filtration System 05 50 00 - 8 City of Fort Worth 0515-294565 April 2024 B. Support steel girders on solid grouted masonry, concrete, or steel pipe columns. Secure girders with anchor bolts embedded in grouted masonry or concrete or with bolts through top plates of pipe columns. 1. Where grout space under bearing plates is indicated for girders supported on concrete or masonry, install as specified in "Installing Bearing and Leveling Plates" Article. C. Install pipe columns on concrete footings with grouted baseplates. Position and grout column baseplates as specified in "Installing Bearing and Leveling Plates" Article. 1. Grout baseplates of columns supporting steel girders after girders are installed and leveled. 3.3 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop -painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A780. END OF SECTION 05 50 00 Eagle Mountain WTP - Phase IV Expansion Metal Fabrications Membrane Filtration System 05 50 00 - 9 City of Fort Worth DIVISION 40 PROCESS INTERCONNECTIONS 0515-294565 April 2024 SECTION 40 05 23 - STAINLESS STEEL PROCESS PIPE AND TUBING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Condi- tions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Stainless -steel pipe and fittings. 2. Stainless -steel tube and fittings. 3. Accessories. B. Related Requirements: 1. Sections of Division 40 "Instrumentation and Controls", other than those specified herein, are specified under their respective Sections. 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 ACTION SUBMITTALS A. Product Data: Submit manufacturer information on pipe materials, tube materials, and fittings. B. Shop Drawings: 1. Indicate piping layouts and schedules, with dimensions, fittings, expansion joints, locations of valves and appurtenances, joint details, and pertinent technical specifications for piping to be furnished. C. Cleaning Methods: 1. Include pre -cleaning, descaling, chemicals to be used, or mechanical descaling method, post -weld cleaning to restore corrosion resistance and final cleaning/passivation/pickling. 2. Include method and schedule for drying pipe so that it is ready for service as part of proposed cleaning method. 3. Include name and qualifications of firm that will be doing cleaning. 4. Include name and qualifications of independent firm that will be doing inspection of cleaned pipe. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 1 City of Fort Worth 0515-294565 April 2024 D. Welder Certificates: Submit welders' certification of compliance with ASME BPVC, Section IX or AWS D1.1/D1.1M, verifying qualification within previous 12 months. 1.5 INFORMATIONAL SUBMITTALS A. Source Quality -Control Submittals: Indicate results of shop tests and inspections. B. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. C. Qualifications Statements: 1. Submit qualifications for manufacturer, installer, and licensed professional. 2. Submit manufacturer's approval of installer. 1.6 QUALITY ASSURANCE A. Furnish stainless steel pipe and fittings by a single manufacturer who is fully experienced, reputable, qualified and regularly engaged for the last 5 years in manufacture of materials to be furnished. B. Permanently mark each length of pipe with manufacturer's name or trademark, and compliance with standards. C. Materials in Contact with Water: Certified according to NSF 61 and NSF 372. D. Fabricator Qualifications: Factories, including mills, foundries, factories and machine shops, which hold a current ISO 9001 Certificate of Quality System Registration. Furnish documentation necessary to verify Supplier's certification and registration. E. Furnish work in new and unused condition. Include products and services from Suppliers having a successful record of manufacturing and servicing Work specified herein for a minimum of 10 years prior to Effective Date of Agreement. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years' experience. B. Welders: AWS or ASME qualified within previous 12 months for employed weld types. 1.8 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 2 City of Fort Worth 0515-294565 April 2024 A. Minimum Conditions: Do not store or handle uninstalled lined pipes or fittings at temperatures below zero degrees F. PART 2 - PRODUCTS 2.1 STAINLESS -STEEL PIPE AND FITTINGS A. General Service Piping: Type: a) Welded or Seamless; comply with ASTM A813/A813M. b) Class: SW; comply with ASTM A814/A814M. 2. Schedule: 10S. 3. Grade: Type 304L(water service); 316L (air service). 4. Dimensions: Comply with ASTM A312/A312M. B. Seamless Stainless Steel Alloy Pipe: Type: Billet -pierce and manufacture seamless (SMLS) stainless steel alloy pipe, 1/4 inch to 48 inch diameter to ASME B36.19 from the following alloys ("L" suffix stands for low alloy, suitable for welding). Furnish SMLS stainless steel pipe in one of the following alloys as designated on Drawings. Specific material designation indicated on Drawings is indicated in parentheses. P-Numbers for base metal classification in ASME BPVC Section IX are also provided below: a) ASTM A312, Grade TP304L (304L) austenitic stainless steel; ASME P-8. b) ASTM A312, Grade TP316L (316L) austenitic stainless steel; ASME P-8. 2. Provide 2D factory finish on SMLS stainless steel pipe, having a wall thickness of 0.010 inch or less. 3. Provide a 2E factory finish on seamless stainless -steel pipe, having a wall thickness 0.010 inch to 0.25 inch when delivered to mill. 4. Provide a 1D factory finish on seamless stainless -steel pipe, having a wall thickness greater in 0.25. C. Electric -Resistance -Welded Stainless Steel Alloy Pipe: Type: Install electric -resistance -welded (ERW) stainless steel alloy pipe, 1/4 inch to 48 inch diameter, manufactured to ASME B36.19, where scheduled and indicated on Drawings. ("L" suffix stands for low alloy, suitable for welding). Furnish ERW stainless steel pipe in one of the following alloys as designated on Drawings. specific material designation indicated on Drawings is indicated in parentheses. P-Numbers for base metal classification in ASME BPVC Section IX are also provided below. 2. Provide a 2D factory finish on ERW pipe, having a wall thickness of 0.010 inch or less Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 3 City of Fort Worth 0515-294565 April 2024 3. Provide a 2E factory finish on ERW pipe, having a wall thickness 0.010 inch to 0.25 inch when delivered to mill. 4. Provide a 1D factory finish on welded pipe, having a wall thickness greater than 0.25 inch or less. 5. Provide cold drawn ERW pipe manufactured from the following alloys (P-Numbers for base metal classification in ASME BPVC Section IX are included in parenthesis): a) ASTM A312, Grade TP304L (304L) austenitic stainless steel; ASME P-8. b) ASTM A312, Grade TP316L (316L) austenitic stainless steel; ASME P-8. D. Fittings: Type: a) Piping 2 inches and Smaller: Socket welding. b) Piping 2-1/2 inches and Larger: Butt welding. 2. Dimensions: Comply with ASTM A312/A312M . 3. Threaded Fittings: a) Comply with ASME B16.11 and ASTM Al82/. b) Grade: Same as connected piping. c) Threads: Comply with ASME B 1.20.1. 4. Butt -Welding Fittings: a) Comply with ASTM A403/A403M. b) Grade: Same as connected piping. c) Class: CR; comply with ASME B16.9. Socket -Welding Fittings: a) Comply with ASTM A403/A403M. b) Grade: Same as connected piping. c) Class: WP-S or WP-W; comply with ASME B 16.11. 6. Flanged Fittings: a) Type: Slip on. b) Class:150. c) Comply with ASTM Al82/A182M. d) Grade: Same as connecting piping. e) Facing and Drilling: Comply with ASME B 16.5, with flat face. 7. Low -Pressure Cast Stainless Steel Threaded Fittings: a) Provide castings of one of the following alloys for fittings for use with ERW stainless steel pipe, 1/4 inch to 2'/2 inch: 1) ASTM A351, Grade CF8 for pipe manufactured from ASTM A312, Grade TP304L austenitic stainless steel. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 4 City of Fort Worth 0515-294565 April 2024 2) ASTM A351 Grade CFBM for pipe manufactured from ASTM A312, Grade TP316L austenitic stainless steel b) Provide low-pressure stainless steel threaded fittings meeting requirements of ASME B 16.3 for dimensional, material, and pressure Class 150 in accordance with scheduled piping system pressure requirements. Provide bushings and plugs meeting requirements of ASME B 16.14. Provide thread form meeting ASME B1.20.1. 8. High -Pressure Stainless Steel Pipe Fittings: a) Provide forged and machined high-pressure stainless steel fittings for use with SMLS pipe, 1/4 inch to 2%2 inch, with socket -weld joints to dimensions of ASME B16.11; ASME B1.20.1 (thread form); and, MSS SP-79 (inserts) and marking. b) Provide forgings of one of the following alloys: 1) ASTM A182, Grade F304L (ASME P-8) for pipes manufactured from ASTM A312 Type 304L austenitic stainless steel. 2) ASTM A182, Grade F316L (ASME P-8) for pipes manufactured from ASTM A312 Type 316L austenitic stainless steel. 9. Precision High -Pressure Stainless Steel Instrument Pipe Fittings: a) Install with one of the following joint configurations as indicated on Drawings: 1) Pipe thread form in accordance with ASME B1.20.1. 2) Pipe thread in accordance with ASME 131.1 for SAE J514 O-ring Boss (ORB) Outlets b) Provide forgings of one of the following alloys as indicated on Drawings: 1) ASTM A182, Grade F304L (ASME P-8) for pipes manufactured from ASTM A312 Type 304L austenitic stainless steel. 2) ASTM A182, Grade F316L (ASME P-8) for pipes manufactured from ASTM A312 Type 316L austenitic stainless steel. c) Provide fittings by one of the following manufacturers: 1) Swagelok, Solon, Ohio. 2) Hoke, Spartanburg, South Carolina. 3) Parker Hannifin Corporation, Columbus, Ohio. 4) Brennan Industries, Solon, Ohio. 10. High -Pressure Integrally Reinforced Branch Fittings a) Verify integrally reinforced forged stainless steel branch fittings for seamless stainless steel pipe have butt -welding, socket welded or female NPT threaded ends. b) Provide thread form in accordance with ASME B 1.20.1. c) Join branch outlets to pipe by full penetration welds suitable for radiographic inspection. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 5 City of Fort Worth 0515-294565 April 2024 d) Provide outlets manufactured in accordance with MSS-SP-97. e) Provide forged reinforced branch fittings constructed of the following alloys: 1) ASTM A182, Grade F304L (ASME P-8) for pipes manufactured from ASTM A312 Type 304L austenitic stainless steel. 2) ASTM A182, Grade F316L (ASME P-8) for pipes manufactured from ASTM A312 Type 316L austenitic stainless steel. f) Provide high-pressure forged carbon steel butt -welding branch outlets for seamless stainless steel pipe having a minimum pressure rating equal to connecting pipe or better. g) Join outlets to pipe by full penetration welds suitable for radiographic inspection. h) Provide branch outlets manufactured in accordance with MSS-SP-97. i) Provide one of the following butt -welding branch outlets for use with seamless stainless steel pipe: 1) Weldolet® branch connections manufactured by WFI International division of Bonney Forge Corporation, Houston, Texas. 2) WOL butt -weld outlets manufactured by Penn Machine, Aston, Pennsylvania. 3) Trans-O-Con butt -weld outlets manufactured by Phoenix Forge Group, Crowley, Louisiana. 4) Butt -Weld Branchette® outlets manufactured by Welding Outlets, Inc., Houston, Texas. j) Provide high-pressure forged stainless steel socket -welding branch outlets having socket -welding branch dimensions in accordance with MSS-SP-97. Join outlets to branch pipe by fillet welds at socket. k) Provide branch outlet socket dimensions in accordance with ASME B 16.11. 1) Provide one of the following socket -weld branch outlets for use with seamless stainless steel pipe: 1) Sockolet® branch connections manufactured by WFI International division of Bonney Forge Corporation, Houston, Texas. 2) SOL socket weld branch outlets manufactured by Penn Machine, Aston, Pennsylvania. 3) Trans-O-Con Socket reducing outlets manufactured by Phoenix Forge Group, Crowley, Louisiana. 4) Socket -Weld Branchette® outlets manufactured by Welding Outlets, Inc., Houston. m) Provide high -Pressure forged threaded stainless steel threaded integrally reinforced branch outlets for seamless stainless steel pipe having female NPT threads meeting ASME B 1.20.1 on outlet. n) Join branch outlets to main line pipe or pressure vessel by full penetration welds suitable for radiographic inspection. o) Provide Class 3000 or 6000 outlets to meet scheduled piping system pressure requirements. p) Provide outlets manufactured in accordance with MSS-SP-97. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 6 City of Fort Worth 0515-294565 April 2024 q) Provide one of the following threaded integrally reinforced branch outlets for use with seamless stainless steel pipe: 1) Thredolet® manufactured by WFI International division of Bonney Forge Corporation, Houston, Texas. 2) TOL outlets manufactured by Penn Machine, Aston, Pennsylvania. 3) Trans-O-Con threaded outlets manufactured by Phoenix Forge Group, Crowley, Louisiana. 4) Threaded Branchette(T outlets manufactured by Welding Outlets, Inc., Houston 11. Wrought Stainless Steel Butt -Welding Fittings: a) Provide wrought carbon steel buttwelding fittings, 2 inch to 48 inch diameter for use with ERW and seamless carbon steel pipe where butt -welding fittings are indicated on Contract Drawings and approved Shop Drawings. b) Provide buttwelding fittings having a minimum wall thickness corresponding to wall schedule specified for connecting Piping; meeting requirements of ASME B 16.9. c) Provide wrought stainless steel buttwelding fittings for pipe 1/4 inch to 60 inch diameter conforming to ASME B 16.9. d) Provide fittings manufactured from the following alloys in accordance with designated ASTM standard: 1) ASTM A403, Grade WP304L (ASME P-8) for pipes manufactured from ASTM A312 Type 304/304L austenitic stainless steel; and ASTM A778 Type 304L extra -low carbon austenitic stainless steel. 2) ASTM A403, Grade WP316L (ASME P-8) for pipes manufactured from ASTM A312 Type 316/316L austenitic stainless steel; and ASTM A778 Type 316L extra -low carbon austenitic stainless steel. E. Flanged Connections: As required to connect stainless -steel piping to fittings and equipment. 1. Forged Stainless Steel Pipe Flanges a) Provide forged stainless steel flanges for pipe %2 inch to 60 inch diameter and larger of raised -face type in slip-on configuration. b) Provide forged flange dimensions and tolerances manufactured in accordance with ASME B 16.5 and ASME B 16.47. c) Cut flange gaskets from sheet stock in flat ring configuration in accordance with ASME B 16.21, in non -insulating and insulating materials specified below. d) Construct forged flanges of the following alloys: 1) ASTM A182, Grade F304L (ASME P-8) for pipes manufactured from ASTM A312 Type 304L austenitic stainless steel. 2) ASTM A182, Grade F316L (ASME P-8) for pipes manufactured from ASTM A312 Type 316L austenitic stainless steel. F. Unions: 1. Low -Pressure Cast Stainless Steel Threaded Unions: Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 7 City of Fort Worth 0515-294565 April 2024 a) Manufacture low-pressure stainless steel threaded unions for use with ERW stainless steel pipe, 1/4 inch to 2%2 inch diameter, to requirements of MSS SP-114 for heat treating, material thickness, dimensions and marking. b) Provide low-pressure threaded unions of castings of one of the following alloys: 1) ASTM A351, Grade CF8 for pipe manufactured from ASTM A312, Grade TP304L austenitic stainless steel. 2) ASTM A351 Grade CFBM for pipe manufactured from ASTM A312, Grade TP316L austenitic stainless steel c) Provide low-pressure stainless steel threaded unions meeting requirements of ASME B16.39 for dimensional, material, and pressure Class 150 in accordance with scheduled piping system pressure requirements; thread form meeting ASME B1.20.1. 2. High -Pressure Forged Stainless Steel Unions: a) Forge and machine high-pressure stainless steel unions for SMLS stainless steel pipe, 1/4 inch to 2%2 inch, with socket -weld joints to dimensions of ASME B16.11; and MSS SP-83 (unions and marking). b) Provide high-pressure stainless steel union forgings of one of the following alloys: 1) ASTM A182, Grade F304L (ASME P-8) for pipes manufactured from ASTM A312 Type 304L austenitic stainless steel. 2) ASTM A182, Grade F316L (ASME P-8) for pipes manufactured from ASTM A312 Type 316L austenitic stainless steel. 2.2 STAINLESS -STEEL TUBE AND FITTINGS A. Tube: 1. Type: Seamless. 2. Comply with ASTM A269/A269M. 3. Grade: Type 304L. B. Seamless Stainless Steel Alloy Tube: 1. Provide seamless tube manufactured from the following alloys in accordance with designated ASTM standard: a) ASTM A269, Grade 530403, (304L) austenitic stainless steel (ASME P-8), ID and OD; mechanically polished to a No. 2B finish, as a minimum. b) Provide seamless annealed stainless steel alloy tube manufactured and/or distributed by: 1) Tioga Pipe Supply Company, Philadelphia, Pennsylvania. 2) Outokumpu Piping Products, Wildwood, Florida. 3) Rath Gibson, Janesville, Wisconsin. 4) Swagelok, Solon, Ohio. 5) Plymouth Tube, Warrenville, Illinois. 6) Bristol Metals (Brismet), Bristol, Tennessee. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 8 City of Fort Worth 0515-294565 April 2024 7) Alaskan Copper Works, Seattle, Washington. C. Fittings: 1. Compression Fittings: a) Material: Stainless steel. b) Comply with ASTM A479/A479M. c) Grade: Type 316. d) Pressure Rating: 150 psi. 2. Compression Tube Fittings and Adapters a) Use compression fittings and adapters constructed of same material as connecting tube, 1/4-inch to 2'/2-inch diameter, on stainless steel tube where specified and indicated on drawings. b) Provide all threaded joints for medium pressure oil hydraulic tube fittings of SAE straight -thread O-ring end -seal type. c) Provide compression type couplings between tubes, bends and adapters for oil hydraulics. d) Provide one of the following compression fittings for stainless steel tube: 1) Tube fittings and adapters manufactured by Swagelok, Solon, Ohio. 2) Gyrolok fittings manufactured by Hoke, Spartanburg, South Carolina. 3) Tube fittings manufacture by Tube Fittings Division, Parker Hannifin Corporation, Columbus, Ohio. 4) Tube fittings manufactured by Brennan Industries, Solon, Ohio. 3. Flared 37 Degree Tube Fittings and Adapters a) Provide dimensions in accordance with SAE J514 and threads in accordance with ASME B 1.20.1. b) Meet the following material standards: 1) ASTM A182, Grade 17304/17304L (ASME P-8) (L — low alloy for welded fabrication) Austenitic for tubes manufactured from ASTM A269, Type 304/304L. c) Provide flared fittings manufactured by one of the following: 1) Parker Hannifin Corporation, Columbus, Ohio. 2) Brennan Industries, Solon, Ohio. 3) Swagelok, Solon, Ohio. 4. Flared 45 Degree Tube Fittings and Adapters a) Provide dimensions in accordance with SAE J513 or SAE J512 with threads in accordance with ASME 131.20.1 and bodies forged to ASTM A182. b) Meet the following material standards: Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 9 City of Fort Worth 0515-294565 April 2024 1) ASTM A182, Grade F304/F304L (ASME P-8) (L — low alloy for welded fabrication) Austenitic for tubes manufactured from ASTM A269, Type 304/304L. c) Provide flared 45 degree fittings from one of the following manufacturers: 1) Parker Hannifin Corporation, Columbus, Ohio. 2) Brennan Industries, Solon, Ohio. 3) Mueller Industries, Covington, Tennessee. D. Mechanical Couplings for Joining Stainless Steel Pipe: 1. Stainless Steel Mechanical Couplings: Manufactured in two or more segments of cast stainless steel, conforming to ASTM A-351, A-743, and A-744. 2. Provide pressure -responsive synthetic rubber gaskets, graded to suit intended service, conforming to ASTM D-2000. a) Provide UL rated gaskets where used on potable water systems classified in accordance with ANSI/NSF-61 for potable water service, with stainless steel, type 316, mechanical coupling bolts meeting physical properties of ASTM A-193, grade BBM, Class2. b) Rigid Type: Cast with key designed to clamp bottom of groove to provide an essentially rigid joint. Victaulic Series 489 or equal. c) Flexible Type: Use in locations where vibration attenuation and stress relief are required. Victaulic Series 77S or equal. A. Pipe -Thread Tape: 1. Material: PTFE. 2. Comply with ASTM D3308. B. O-Ring Seals: EPDM. C. Flange Gaskets: 1. Comply with ASME B 16.5. 2. Nonmetallic Gaskets: a) Material: EPDM. b) Comply with ASME B 16.21. 3. Metallic Ring Joint Gaskets: a) Material: EPDM. b) Comply with ASME B 16.20. 4. Type: a) Raised -Face Flanges: Flat ring. b) Flat -Face Flanges: Full face. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 10 City of Fort Worth 0515-294565 April 2024 D. Anti -seize Bolting Lubricants: 1. Install flange bolts using a nickel anti -seize lubricant capable of achieving required bolt torque and sealing stress and permitting future disassembly with minimal manual input. 2. Remove excess anti -seize compound by degreasing solvent prior to finish painting piping. 3. Anti -Seize Compound: a) Never-Seez Pure Nickel Special Lubricant manufactured by Bostik, Wauwatosa, Wisconsin. b) Loctite Heavy Duty Anti -Seize Lubricant Manufactured by Henkel Technologies, Rocky Hill, Connecticut. c) Chesterton 772 Premium Nickel Anti -Seize Compound manufactured by Chesterton Technical Products, Stoneham, Massachusetts. 4. Flange Bolts: Adequately degreased of all corrosion inhibiting slush oil and excess anti - seize lubricant prior to field application of prime and finish coatings. 2.4 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of completed assembly. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that field dimensions are as indicated on Drawings. B. Inspect existing flanges for nonstandard bolt hole configurations or design, and verify that new pipe and flange mate properly. 3.2 PREPARATION A. Ream pipe and tube ends and remove burrs. B. Bevel plain -end pipe if required. C. Thoroughly clean pipe and fittings before installation. 3.3 INSTALLATION A. Comply with ASME B31.3. Install pipe, fittings and specials true to alignment and rigidly supported. Do not exceed deflection at pipe joints recommended by Supplier. Support all pipe and appurtenances connected to equipment to prevent any strain on equipment and valves nozzles, and adjoining pipe flanges. B. Run piping straight along alignment as indicated on Drawings, with minimum number of joints. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 11 City of Fort Worth 0515-294565 April 2024 C. Fittings: I. 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. Install piping with sufficient slopes for venting or drainage of liquids and condensate to low points. E. Provide expansion joints to compensate for pipe expansion due to temperature differences. F. Disinfection: Disinfect water piping as specified in accordance with AWWA C651. G. Dielectric Fittings: Provide between dissimilar metals. H. Joining preparation and finished welds: Under no circumstances may permanent backer -rings or other consumable inserts be used for field or shop welding of steel pipe. Non -consumable refractory inserts are allowed with Engineer's approval. I. Assemble joints between straight lengths of stainless steel pipe with full -penetration groove welds. Join socket -welded fittings, used with seamless mill grade stainless steel piping, by fillet welding. Use socket welded fittings only on oil fluid power system piping. K. Prepare pipe joints by a machining process without damage to pipe exterior. Cut ends smooth and at a right angle to axis of pipe and beveled where required in accordance with approved welding procedure specifications. Deburr pipe and tube as part of preparation of all joint configurations. L. Rust spots and corrosion pits on new stainless steel pipe and fittings are not allowed. Verify pipe, tube and fittings are inspected upon delivery and stored in a location that will prevent entry of contaminants prior to installation. M. Protect pipe, tube, fittings and valves, and adhere to the following mandatory requirements, and others specified in paragraphs below: 1. Protect stainless steel materials from contact with carbon steel including but not limited to hoisting and rigging equipment, steel tables, storage racks and hand tools. 2. Do not bundle pipe and fittings using ferrous metal banding at factory or MFSS's facility. 3. Do not allow contact between wear surfaces of tools used for carbon steel fabrication and surfaces of stainless steel pipe, tubes and fittings. These tools include abrasive grinding and cutting wheels, wheel cutters and rollers, threading taps and dies, tube bending equipment and all other bearing edge tools. 4. Use manual or powered wire brush tools for surface repair and joint preparation manufactured from stainless steel. Brushes with carbon steel wire cannot be used for fabrication of stainless steel. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 12 City of Fort Worth 0515-294565 April 2024 5. Shield stainless steel pipe, tube and fittings from all on -site carbon steel pipe and structural steel cutting and blasting operations. 6. Remove all exterior surface scratches; surface contamination by ferrous metal grinding kerf, contamination by paint markers and crayons etc.; and labels after installation. N. Examine exterior surfaces of pipe, tube and fittings at site of fabrication/assembly for free iron contamination by ferroxyl test or other method. Clean all contaminated surfaces at Site by pickling using a lean spray -applied pickling cleaner suitable for large surfaces system. Follow pickling with passivation of entire treated surface by a neutralizing rinse. Provide one of the following spray -applied pickling solutions: 1. Avesta Classic Cleaner 4019, manufactured by Avesta Finishing Chemicals, Orchard Park, New York. 2. Antox® 75E Pickling Cleaner, manufactured by Chemetall US, New Providence, New Jersey. 3. Kytex® Brightener 123, manufactured/distributed by Harvard Chemical Research, Atlanta, Georgia. O. Perform cutting of stainless -steel pipe by mechanical wheel cutter or abrasive saw, leaving a smooth cut at right angles to axis of pipe. Use new abrasive cutting wheels for stainless steel pipe and tube designed to prevent iron, sulfur or chlorine contamination to surface under preparation or repair, and surfaces of adjacent piping. Deburr pipe and tube as part of preparation for all joint configurations. Abrasive cutting wheels acceptable for use on stainless steel pipe and tube as follows: 1. Charger® cutting wheels manufactured by Norton/Saint-Gobain Abrasives, Worcester, Massachusetts. 2. Saitech Z-Tech® cutting wheels manufactured by United Abrasives/SAIT, Windham, Connecticut. 3. Specialist® cutting wheels manufactured by Flexovite, Angola, New York. P. Perform grinding of stainless -steel pipe and tube, including root pass and enter -pass weld grinding using new grinding wheels. Use grinding wheels designed to prevent iron, sulfur or chlorine contamination to surface under repair or surfaces of adjacent piping. Abrasive grinding wheels acceptable for use on stainless steel pipe and tube as follows: 1. Norzon Plus® grinding wheels manufactured by Norton/Saint-Gobain Abrasives, Worcester, Massachusetts. 2. Saitech Pipeline® grinding wheels manufactured by United Abrasives/SAIT, Windham, Connecticut. 3. Flexon® ZA24S grinding wheels manufactured by Flexovite, Angola, New York. Q. Use wire wheels, to remove defects on pipe surface after installation, constructed of same material as pipe wall. Verify surface finish on pipe meets specified mill -applied surface finish or better. R. Installation of Grooved Joint Couplings and Fittings: Assemble steel grooved joint couplings on piping systems in accordance with latest version of Manual I-100 "Field Installation Handbook" published by Victaulic Company, Easton, Pennsylvania. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 13 City of Fort Worth 0515-294565 April 2024 2. Install coupling gaskets using Supplier's standard lubricant compatible with elastomer gaskets. Complete lubrication of gasket exterior, gasket sealing lips, housings, and pipe ends prior to joining to prevent gasket pinching. 3. Tighten coupling nuts evenly by alternating sides until metal -to -metal contact occurs at bolt pads. For angle -bolt -pad couplings, even offsets must be present at bolt pads to obtain pipe joint rigidity. S. Bolting Procedure for Flanged Joints: 1. Assemble flanged pipe joints in accordance with gasket Supplier's instructions and as specified herein. Utilize calibrated bolting equipment capable of applying a measured torque to flange bolts during assembly. 2. Use hydraulic cassette wrenches for assembly of flanged pipe joints requiring greater than 900 ft-lbs of assembly torque. 3. Visually inspect and clean flange bolts, stud -bolts, nuts and washers prior to bolting. Lubricate bolts and nuts; if hardened washers are not used, lubricate flange surface around bolt holes. Remove excess lubricant on surfaces to receive protective coatings by cleaning and degreasing solvent prior to applying a coating system. 4. Hand -tighten all nuts and bolts, then tighten them to 10 to 20% of target torque. Do not exceed 20% of target torque, for initial torque. Tightened bolts according to pattern recommended by gasket Supplier. Do not reuse nuts removed during disassembly of existing or newly assembled joints. Dispose of used nuts in presence of Engineer. 5. Perform three rounds of bolt tightening on flanges having 4 to 8 bolts following hand tightening, first to 30 percent; then 60 percent; and finally, 100 percent of target torque. 6. Perform four rounds of bolt tightening for flanges having 12 bolts or more, following hand tightening, first to 20 percent; then 40 percent; then 80 percent, and then 100 percent of target torque. 7. Measure gap between flanges following application of 100 percent of target at every other bolt to confirm uniformity. Perform a final re -tightening to 100% of target torque 24-hours after 100 percent tightening at end of initial bolting sequence. Verify every bolt and stud -bolt has a minimum of three full threads exposed beyond nut following final tightening. T. Installation of Stainless -Steel Tube: Install tubing using compression fittings and adapters or by welding. a) Tubing to be Used with Compression Fittings: Bright annealed and electro- polished as specified above and protected from scratches and deformation during shipping, storage on site and assembly. 2. Minimize use of fittings by tube bending. Perform tube bending using manual or mechanized dies designed for use with annealed stainless steel tube. 3. Cut stainless steel tube to length using cutter -wheel type tube cutters. Debur cut tube ends prior to swaging or welding. For all edge tool components used for installation of stainless -steel tube use only new or dedicated for use with stainless steel equipment. U. Installation of Compression Tube Fittings Install compression fittings for annealed stainless steel tubing in accordance with manufacturer's instructions. Remove all markings applied to tube and fittings during Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 14 City of Fort Worth 0515-294565 April 2024 assembly by solvent cleaning after installation. General installation requirements below are based upon use of Swagelok tubing and serve as minimum requirement. Adhere to manufacturer's instructions during installation. Do not mix nuts and ferrules from different tube fitting manufacturers. 2. Swage compression fittings 1-inch diameter and smaller manually. Hand -tighten nut, and then turn another 1 and '/4 turns by a manual wrench to engage ferrule to tube wall. Compression ferrules for fittings larger than 1 inch diameter hydraulically swaged to tube by a hydraulic swaging tool in accordance with manufacturer's instructions. Apply manufacturer's standard lubricant to body threads and back of ferrule prior to swaging. Verify Engineer inspects fittings after initial assembly for proper pull-up with gap inspection gauges. 3. Install adapter fittings in accordance with requirements below for type of connecting joint, including SAE straight thread O-ring joints, standard tapered threaded joints, SAE hydraulic flanges and welded joints. 4. Do not use thread sealant with SAE straight O-ring threaded joints. 5. Do not use standard tapered threaded joints adapters or liquid thread sealants used for oil operated hydraulic fluid lines. In addition, do not use NPTF Dryseal threads for any adapters for use with any service. 6. Disassemble welded adapters prior to tack welding and re -lubricate prior to hydraulic swaging after welding. Remove all adjacent O-rings and other heat sensitive materials prior to welding and/or protected with heat sinks during welding. 7. Avoid disassembly of compression fittings after initial assembly as much as possible. If a compression joint must be disassembled, mark nut and fitting nut flats to use as a guide for proper pull-up after reassembly. 3.4 FIELD QUALITY CONTROL A. After installation, clean completed lines with Oakite deoxidizer or similar deoxidizer as recommended by manufacturer to remove all foreign matter, construction stains or shop markings. Rinse cleaned lines with steam or hot water. Verify all cleaning chemicals are NSF 60 approved. B. Inspection: 1. Inspect for damage to piping or tubing that may be detrimental. 2. Repair damaged piping, or provide new, undamaged pipe. 3. After installation, inspect for required supports and anchoring, interferences, and damage to pipe, tube, or fittings. C. Pressure Testing: 1. Test Pressure: Not less than 150 psig or 50 psi in excess of maximum static pressure, whichever is greater. 2. Conduct hydrostatic test for minimum two hours. 3. Filling: a) Fill section to be tested with water slowly and expel air from piping at high points. b) Install corporation cocks at high points. c) Close air vents and corporation cocks after air is expelled. d) Raise pressure to specified test pressure. Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 15 City of Fort Worth 0515-294565 April 2024 4. Observe joints, fittings, and valves under test. 5. Remove and renew cracked pipe, joints, fittings, and valves showing visible leakage and retest. 6. Leakage: a) Correct visible deficiencies and continue testing at same test pressure for additional two hours to determine leakage rate. b) Maintain pressure within plus or minus 5 psi of test pressure. c) Allowable leakage is zero. d) If test of pipe indicates leakage, locate source of leakage, make corrections, and retest until leakage is zero. 3.5 CLEANING A. Keep pipe interior clean as installation progresses. B. After installation, clean pipe interior of soil, grit, and other debris. END OF SECTION 400523 Eagle Mountain WTP — Phase IV Expansion Stainless Steel Process Pipe and Tubing Membrane Pre -Selection 40 05 23 - 16 City of Fort Worth 0515-294565 April 2024 SECTION 40 05 31 - THERMOPLASTIC PROCESS PIPE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 1.2 SUMMARY A. Section Includes: 1. PVC pipe. 2. CPVC pipe. 3. Polyethylene (PE) pipe. 4. Fittings. 5. Accessories for plastic piping. B. Related Requirements: 1. Section 05 50 00 "Metal Fabrications". 2. Section 40 70 00 for Instruments. 3. Section 43 23 41 "End Suction Process Pumps". 4. Section 43 4145 "Fiberglass Reinforced Plastic Tanks". 5. Section 46 6173 "Automatic Straining Equipment". f�c�K�Z� : � 1► : I�1 [phi A. Coordinate Work of this Section with piping and equipment connections specified in other Sections [and indicated on Drawings]. 1.4 SUBMITTALS A. Section 0133 00 "Submittal Procedures": Requirements for submittals. B. Product Data: Submit manufacturer's catalog information regarding pipe and fittings. C. Shop Drawings: Indicate layout of piping systems, including equipment, critical dimensions, sizes, materials lists, location of all fittings, valves, and in -line accessories. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. Eagle Mountain WTP — Phase IV Expansion Thermoplastic Process Pipe Membrane Pre -Selection 40 05 31 - 1 City of Fort Worth 1.5 1.6 1.7 0515-294565 April 2024 E. Manufacturer's recommended butt fusion welding procedures identifying all quality control checks during the fusion procedure including the minimum and maximum allowable bead formation during the heat soak process and the final weld roll back process for the various size pipes. F. Manufacturer to provide a sample joint for each size pipe to be supplied that is 12-in long and has two heat fusion welds that identifies the manufacturer's minimum and maximum allowable bead thicknesses. Provide documentation that the sample was pressure tested to 150 psi or the specified pressure. G. Delegated Design Submittals: Submit signed and sealed Shop Drawings with design calculations and assumptions for pipe sizes and sizing methods. H. Source Quality -Control Submittals: Indicate results of factory tests and inspections. I. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. J. Qualifications Statements: 1. Submit qualifications for manufacturer, installer, and licensed professional. 2. Submit manufacturer's approval of installer. QUALITY ASSURANCE A. Permanently mark each length of pipe with manufacturer's name or trademark and indicate conformance to standards. B. Materials in Contact with Potable Water: Certified according to NSF 61. QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years' documented experience. DELIVERY, STORAGE, AND HANDLING A. Section 0160 00 "Product Requirements": Requirements for transporting, handling, storing, and protecting products. B. Manufacturer's Packaging: Comply with ASTM D3892. C. Storage: Store materials according to manufacturer instructions. Eagle Mountain WTP — Phase IV Expansion Thermoplastic Process Pipe Membrane Pre -Selection 40 05 31 - 2 City of Fort Worth 0515-294565 April 2024 PART2-PRODUCTS 2.1 GENERAL A. Van Stone flanges shall not be used with pinch valves, industrial butterfly valves; elastomer bellows style expansion joints or other piping system components having an elastomer liner (rubber seat) that is used as a gasket. 2.2 PVC PIPE AND FITTINGS A. PVC Pipe and Fittings: 1. Pipe and Fittings: a. Comply with ASTM D1785, Class 12454. b. Schedule: 80. C. Fittings: ASTM D2464, Schedule 80 threaded. 2. Fittings: ASTM D2464, Schedule 80, threaded. 3. Joints: ASTM D2855, socket, solvent welded. 4. Flanges: Comply with ASME B 16.5, rated for maximum 150 psig working pressure. 2.3 CPVC PIPE AND FITTINGS A. Description: 1. Pipe: a. Comply with ASTM F441. b. Schedule: 80. 2. Fittings: a. Flanges: Comply with ASME B16.5; rated for a maximum 150 psig working pressure. b. Socket Type: Comply with ASTM F439, Schedule 80. C. Threaded: Comply with ASTM F437 and ASME B 1.20.2M. 3. Joints: Socket welded. 4. Materials: a. Comply with ASTM D1784. b. Minimum Cell Classification: 23447. 2.4 PE PIPE AND FITTINGS A. HDPE Pipe and Fittings: Eagle Mountain WTP — Phase IV Expansion Thermoplastic Process Pipe Membrane Pre -Selection 40 05 31 -3 City of Fort Worth 0515-294565 April 2024 1. Pipe: ASTM D3035 / AWWA C901 for sizes up to 3" and ASTM F714 / AWWA C906 for sizes 4" and greater. 2. SDR: As calculated according to ASTM D3035. 3. Fittings: a. Type: Molded to comply with ASTM D3261. b. Minimum pressure rating equal to or greater than the pipe to which they are joined. 4. Joints: Flanged. 2.5 FINISHES A. Coat machined faces of metallic flanges with temporary rust -inhibitive coating. 2.6 ACCESSORIES A. PVC Piping: 1. Solvent Cement: a. Comply with ASTM F493. b. Formulated for use with sodium hypochlorite and other caustic solutions. B. CPVC Piping: 1. Solvent Cement: a. Comply with ASTM F493. b. Formulated for use with sodium hypochlorite and other caustic solutions. C. Primers: Manufactured by the solvent weld cement manufacturer. C. PE Piping: 1. Insert Fittings: Comply with ASTM D2609. 2. Couplings: Comply with ASTM F1055. 3. Flange Gaskets: a. Type: Full faced. b. Material: EPDM. C. Comply with ASME B 16.21. 2.7 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of completed pipe sections. B. Owner Witnessing: 1. Allow witnessing of factory inspections and test at manufacturer's test facility. Eagle Mountain WTP — Phase IV Expansion Thermoplastic Process Pipe Membrane Pre -Selection 40 05 31 -4 City of Fort Worth 0515-294565 April 2024 C. 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. 2. Specified shop tests are not required for Work performed by approved manufacturer. PART 3 - EXECUTION 3.1 INSTALLATION A. Installation and field testing will be done by Contractor. B. Provide manufacturer installation instruction. Comply with ASME B31.3 and B31.9. END OF SECTION 400531 Eagle Mountain WTP — Phase IV Expansion Thermoplastic Process Pipe Membrane Pre -Selection 40 05 31 - 5 City of Fort Worth 0515-294565 April 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. B. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 1.2 SUMMARY A. Section Includes: 1. Common requirements for valves. 2. Common requirements for valve actuators. 3. Valve tags requirements. 4. Delegated design. 1. Section 05 50 00 "Metal Fabrications" for miscellaneous metalwork and fasteners specified by this Section. Q2. for product and execution requirements for painting specified by this Section. 3. Section 40 05 57 "Actuators for Process Valves and Gates." 4. 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. Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Membrane Pre -Selection 40 05 51 - 1 City of Fort Worth 0515-294565 April 2024 4. Valve tag lettering provided with Valve Schedule above. C. Power Actuator Data: 1. Sizing calculations a. Provide fluid pressure and velocity sizing basis. b. Provide maximum valve torque based on disc shape and flow direction. C. Clearly indicate safety factors and mechanical ratios of any intermediate gearing. 2. Maximum output torque of actuator and intermediate gearing. 3. Details of actuator mounting, including orientation of actuator and intermediate gearing. 4. Dimensional drawing of actuator assembled on valve. 5. Pneumatic/Hydraulic pressure requirements, electrical power supply, plumbing connection sizes and locations. 6. Wiring diagram, control wiring and protocol. 7. Valve cavitation limits for positioning, modulating and control valves mated to power actuator. 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. The MFSS has responsibility for providing design, quantity, and locations for valves needed for a fully operations membrane filtration system. 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 Q2 A. Section "01 78 39 "Project Record Documents" record actual locations of valves and a a or Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Membrane Pre -Selection 40 05 51 - 2 City of Fort Worth 1.7 1.8 1.9 0515-294565 April 2024 QUALITY ASSURANCE A. Maintain clearances as recommended by the MFSS. B. Ensure that materials of construction of wetted parts are compatible with process liquid. C. Mate valves to actuators at manufacturer's and 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. Refer to Section Ol 90 00 "Warranties." Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Membrane Pre -Selection 40 05 51 - 3 City of Fort Worth 0515-294565 April 2024 PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 "Quality Requirements," to design valves. 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. 2.3 VALVE ACTUATORS A. Provide actuators in accordance with the valve schedule compiled and provided by the MFSS. B. Provide mechanical position indicators for power actuated and gearbox actuated valves. Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Membrane Pre -Selection 40 05 51 - 4 City of Fort Worth 0515-294565 April 2024 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. E. Gear and Power actuators as specified in Section 40 05 57 "Actuators for Process Valves and Gates". 2.4 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. 2.5 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. Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Membrane Pre -Selection 40 05 51 - 5 City of Fort Worth 0515-294565 April 2024 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. 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. Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Membrane Pre -Selection 40 05 51 - 6 City of Fort Worth 0515-294565 April 2024 1. Adjust elevation of the box top to conform to the elevation of the finished floor surface or grade at the completion of the Contract. 2. Support boxes and stem guides during concrete placement to maintain vertical alignment. R. Install brass male adapters on each side of valves in copper -piped system and solder adapters to pipe. S. Unless indicated otherwise by the MFSS, 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. V. Comply with Division 40 - Process Interconnections for piping materials applying to various Qsystem types. 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. 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 Membrane Pre -Selection 40 05 51 - 7 City of Fort Worth 0515-294565 April 2024 Eagle Mountain WTP — Phase IV Expansion Common Requirements for Process Valves Membrane Pre -Selection 40 05 51 - 8 City of Fort Worth 0515-294565 April 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. B. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 1.2 SUMMARY A. Not all equipment may be required as part of this job. Provide equipment as directed and coordinated by the MFSS. Section Includes: Following types of actuators for linear, multi -turn, and quarter turn valves and gates: 1. Manual actuators. 2. Pneumatic actuators. a. Rotary vane. b. Rack and pinion. C. Pneumatic cylinder. d. Diaphragm. 3. Electric motor actuators. 110 1. Section 05 50 00 "Metal Fabrications" for miscellaneous metalwork and fasteners as required. 2. Section 22 15 00 "General Service Compressed -Air Systems" for air supply for Qpneumatic actuators. 3. Section 40 05 51 "Common Requirements for Process Valves" for common product requirements for valves for placement by this Section. 1.3 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. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Membrane Pre -Selection 40 05 57 - 1 City of Fort Worth 0515-294565 April 2024 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. 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. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Membrane Pre -Selection 40 05 57 - 2 City of Fort Worth 0515-294565 April 2024 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. 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. Refer to Section 0190 00 "Warranties." 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. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Membrane Pre -Selection 40 05 57 - 3 City of Fort Worth 0515-294565 April 2024 C. Supply chain actuators for manual valves located 7 feet or higher above finished floor. 2.2 ACCESSORIES A. Floor Stands: Materials: a. Stand: Stainless steel. 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. 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: Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Membrane Pre -Selection 40 05 57 - 4 City of Fort Worth 0515-294565 April 2024 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. 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: 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. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Membrane Pre -Selection 40 05 57 - 5 City of Fort Worth 2.4 2.5 0515-294565 April 2024 6. Chain Wall Hooks: Include where feasible to prevent chain from impeding personnel egress. PNEUMATIC ACTUATORS A. Unless otherwise noted all powered actuators shall utilize worm gear or helical gearing for all size valves. B. Air operated valves shall be equipped with double acting, pneumatic cylinder operators. C. Cylinder operators shall be rack and gear type. Gearing shall be sealed in a semi -steel housing and run in a lubricant. The operator shall clearly indicate valve position. An adjustable stop shall be provided to set closing torque. Cylinders shall be corrosion resistant and provided with rod wipers. D. Provision shall be made for manual operation of the air operated valves for operation by a wrench. E. Actuators shall be as manufactured by Bray, or equal. F. Air Supply Requirements for Pneumatic Actuators: 1. Instrument Quality as specified in ANSI/ISA-70.01. a. Dew point less than 39 Deg F at line pressure. b. Maximum 40 micrometer particle size. C. Less than 1 PPM w/w lubricant quantity. d. Free of contaminants. 2. Operation as recommended by MFSS. 3. Regulators: Adjustable. 4. Filter: Replaceable; 1.575 mils. 5. Isolating valves. 6. Needle valves for regulation of air flow and speed of closure. 7. Condensate drains. 8. Lubricators where required by the actuator. 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. Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Membrane Pre -Selection 40 05 57 - 6 City of Fort Worth 0515-294565 April 2024 e. Stall torque. f. Test voltage and frequency. g. Flash test voltage. h. Actuator output speed. B. Certificate of Compliance: 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 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. END OF SECTION 40 05 57 Eagle Mountain WTP - Phase IV Expansion Actuators for Process Valves and Gates Membrane Pre -Selection 40 05 57 - 7 City of Fort Worth 0515-294565 April 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. B. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 1.2 SUMMARY A. Not all specified products may be required for this job. Provide equipment as applicable and as indicated and coordinated by the MFSS. Section Includes: 1. General service butterfly valves on membrane racks. B. Related Requirements: 1. Section 40 05 51 "Common Requirements for Process Valves": Basic materials and methods related to valves commonly used for process systems. 1.3 SUBMITTALS A. As specified in Section 40 05 51 "Common Requirements for Process Valves": Submittal requirements for compliance with this Section. 1.4 QUALITY ASSURANCE A. Test valves in accordance with AWWA C504. B. Provide Installation Inspection and Operator Training per Division 1. C. Provide testing and inspection certificates. PART 2 - PRODUCTS 2.1 AWWA BUTTERFLY VALVES- Tag Type BFV1 A. General: Eagle Mountain WTP - Phase IV Expansion Butterfly Valves Membrane Pre -Selection 40 05 64 - 1 City of Fort Worth 0515-294565 April 2024 1. 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. B. Manufacturers: 1. Bray, 2. Or Equal. C. Description: 1. Working Pressure and Temperature: As recommended by the MFSS. 2. Body Style: Unless otherwise directed by the MFSS, provide wafer for valves 8-inches and smaller, and lugged for valves larger than 8 inches. 3. Shaft: One or two-piece, mechanically secured to disc, capable for mechanical separation from disc without damage to shaft or disc. 4. Bearings: Self-lubricating. 5. Seats and Seals: EPDM for water service; teflon-PTFE for compressed air service and Viton or RTFE or EPDM for process air. D. Actuator: 1. Gear Actuators for Manual Valves: Comply with AWWA C504. E. Materials: As recommended by the MFSS for best compatibility and performance. F. Finishes: 1. As specified in Section 40 05 51 "Common Requirements for Process Valves". 2. Manufacturers standard epoxy. G. Unless otherwise specified, all valves shall be left hand to open (counterclockwise). Each valve body or actuator shall have cast thereon the word OPEN and an arrow indicating the direction to open. H. All ferrous metal surfaces of valves and accessories shall be shop painted for corrosion protection. 2.2 SOURCE QUALITY CONTROL A. As specified in Section 40 05 51 "Common Requirements for Process Valves". B. Testing: Test butterfly valves according to AWWA C504. C. Submit an affidavit of compliance stating that the valves have been manufactured and tested in accordance with AWWA C504 and specifically list all exceptions. Eagle Mountain WTP - Phase IV Expansion Butterfly Valves Membrane Pre -Selection 40 05 64 - 2 City of Fort Worth 0515-294565 April 2024 PART 3 - EXECUTION 3.1 INSTALLATION A. As specified in Section 40 05 51 "Common Requirements for Process Valves." B. According to Manufacturer's Instructions. END OF SECTION 40 05 64 Eagle Mountain WTP - Phase IV Expansion Butterfly Valves Membrane Pre -Selection 40 05 64 - 3 City of Fort Worth 0515-294565 April 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. 2. Section applies to all motors furnished with MFSS-supplied equipment. B. The manufacturer of the driven equipment shall provide the associated motor. e to Iv, q re 11e ts: 1. Division 0 for general project requirements. 2. Section 01 1100 "Summary of Work." 3. Section 01 25 00 Substitution Procedures." 4. Section 01 31 20 "Project Meetings." 5. Section 0133 00 "Submittals." 6. Section 01 60 00 "Product Requirements." 7. Section 0166 00 "Product Storage and Handling Requirements." 8. Section 0178 23 "Operation and Maintenance Data." 9. Section 0178 39 "Project Record Documents." Q 10. Section 0190 00 "Warranties." 11. Section 05 50 00 "Metal Fabrications." 12. Section 40 05 51 `Common Requirements for Process Valves." 13. Section 40 05 57 "Actuators for Process Valves and Gates." 14. Section 40 05 64 "Butterfly Valves." 15. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." 16. Section 40 6121.20 "Process Control System Testing." 17. Section 40 6126 "Process Control System Training." 18. Section 40 63 43 "Programmable Logic Controllers." 19. Section 40 67 17 "Industrial Enclosures." 20. Section 40 70 00 "Instrumentation for Process Systems." 21. Section 46 6133 "Microfiltration and Ultrafiltration Membrane Equipment." 1.3 DEFINITIONS A. NETA ATS: Acceptance Testing Specification. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Membrane Pre -Selection 40 05 93.23 - 1 City of Fort Worth 0515-294565 April 2024 B. VFC: Variable -frequency motor controller. See VFD. C. VFD: Variable -frequency drive. Used interchangeably with the term VFC. 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''/z, 3/4 and full load. 4. Power factor at 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: Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Membrane Pre -Selection 40 05 93.23 - 2 City of Fort Worth 0515-294565 April 2024 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. 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. Refer to Section 0190 00 "Warranties." 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: 2. IEEE 841 for TEFC motors where driven equipment specification indicates equipment 3 requires motors to be severe -duty, chemical duty, or mill duty. 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, Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Membrane Pre -Selection 40 05 93.23 - 3 City of Fort Worth 0515-294565 April 2024 three-phase, 60 Hertz; and motors below 1/2 horsepower shall be rated 115/230 Volt, single phase, 60 Hertz A.C. 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. J. 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. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Membrane Pre -Selection 40 05 93.23 - 4 City of Fort Worth 0515-294565 April 2024 2. Motors Smaller Than 15 HP: Manufacturer's standard starting characteristic. 7. Accessories: Where specified herein, or under process mechanical specification. Q 8. All motors shall be IEEE 841 rated. 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 e drawings. 11. Corrosion resistant mill and chemical dut paint. 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 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. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Membrane Pre -Selection 40 05 93.23 - 5 City of Fort Worth C. D. E. F 0515-294565 April 2024 Motor Leads: Non -wicking type, minimum Class F temperature rating and permanently numbered for identification. 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. Rotor: 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. 5. 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. 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. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Membrane Pre -Selection 40 05 93.23 - 6 City of Fort Worth 0515-294565 April 2024 Comply with ABMA and refer to process equipment specification for stricter or additional requirements. G. Vertical Bearings: per manufacturer, thrust type. 1. 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. 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 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. Winding Temperature Switch: Three embedded bi-metallic temperature thermostat switches with form C normally closed contacts and leads terminating in the main conduit box. C. Motor Shaft Currents: For variable speed motors smaller than 100 hp, insulate the ODE bearing and provide a shaft grounding strap. Insulate bearing probes to prevent shorting out bearing insulation. D. Shaft Grounding Rings: For variable speed motors 100 hp and larger, provide maintenance free, Qcircumferential micro fiber type, AEGISTM SGR by electro Static Technology or equal to discharge shaft currents to ground. E. 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. Refer to ANSI/HI 9.6.4. for vibration protection requirements. Coordinate with Qe supplier of the machine monitoring equipment. 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. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Membrane Pre -Selection 40 05 93.23 - 7 City of Fort Worth 0515-294565 April 2024 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. D. PFCCs shall be provided for motors rated 100 HP and larger that are not VFD controlled. 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 nonnal use, furnished with shaft slinger. 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. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Membrane Pre -Selection 40 05 93.23 - 8 City of Fort Worth 0515-294565 April 2024 2.7 SOURCE QUALITY CONTROL A. Section 01 60 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. 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. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Membrane Pre -Selection 40 05 93.23 - 9 City of Fort Worth 0515-294565 April 2024 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 11 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. 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. Eagle Mountain WTP - Phase IV Expansion Low -Voltage Motor Requirements for Process Equipment Membrane Pre -Selection 40 05 93.23 - 10 City of Fort Worth 0515-294565 April 2024 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 Membrane Pre -Selection 40 05 93.23 - 11 City of Fort Worth 0515-294565 April 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 Membrane Filtration System Supplier (MFSS) 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 MFSS 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 40 70 00 "Instrumentation for Process Systems." 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 MFSS. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Membrane Pre -Selection 40 61 00 - 1 City of Fort Worth 0515-294565 April 2024 B. Membrane Filtration System Supplier (MFSS): 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 Membrane Pre -Selection 40 61 00 - 2 City of Fort Worth 0515-294565 April 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 MFSS 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 MFSS, then it is acknowledged that no exceptions are taken. 3. Component and Wiring Identification and Tagging Plan: a. All components provided by MFSS 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 (I/O) 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 1/0 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 I/O points on the I/O list. Add points to accommodate spare I/O's 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 Membrane Pre -Selection 40 61 00 - 3 City of Fort Worth 0515-294565 April 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 "L" 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 be 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 Membrane Pre -Selection 40 61 00 - 4 City of Fort Worth 0515-294565 April 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. MFSS to provide complete wiring diagrams showing all wiring connections in the I/O system where direct hardwired interfaces exist between the MFSS 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 MFSS. Wiring labeling used on the drawings match that shown on the Contract Documents or as developed by the MFSS 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 Membrane Pre -Selection 40 61 00 - 5 City of Fort Worth 0515-294565 April 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 MFSS, 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 MFSS 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 Membrane Pre -Selection 40 61 00 - 6 City of Fort Worth 0515-294565 April 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- TR20.00.01-200 I (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 MFSS. 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 Membrane Pre -Selection 40 61 00 - 7 City of Fort Worth 0515-294565 April 2024 7. System Configuration Section: a. Include a printout (or screen capture) of all configuration screens for every device requiring MFSS 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 Membrane Pre -Selection 40 61 00 - 8 City of Fort Worth 0515-294565 April 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 Membrane Pre -Selection 40 61 00 - 9 City of Fort Worth 0515-294565 April 2024 C. Responsible for the technical supervision of the installation by providing on -site supervision to the installers of the various components. D. The Membrane Filtration System Supplier (MFSS) may 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. Al This can also be accomplished by the MFSS's internal staff. In either case, the following requirements apply: 2. Q 3. 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. 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 MFSS. Potential references for projects where the MFSS's contract was of similar size to this project. Has been actively engaged in the type of work specified in this Section for a minimum of five years. 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. 1.11 WARRANTY A. Refer to Section 0190 00 "Warranties" Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Membrane Pre -Selection 40 61 00 - 10 City of Fort Worth 0515-294565 April 2024 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 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. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Membrane Pre -Selection 40 61 00 - 11 City of Fort Worth 0515-294565 April 2024 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. 3.2 IDENTIFICATION A. Provide identification system for all MFSS provided hardware, instrumentation, and communication cabling. 3.3 FIELD QUALITY CONTROL A. Refer to individual hardware and instrument specification sections. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Membrane Pre -Selection 40 61 00 - 12 City of Fort Worth 0515-294565 April 2024 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 MFSS 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 MFSS 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. 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. Eagle Mountain WTP - Phase IV Expansion Process Control and Enterprise Management Systems General Provisions Membrane Pre -Selection 40 61 00 - 13 City of Fort Worth 0515-294565 April 2024 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 Membrane Pre -Selection 40 61 00 - 14 City of Fort Worth 0515-294565 April 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 MFSS. B. Human Machine Interface (HMI): A software -based user interface with supervisory level control and of machine level equipment. C. Membrane Filtration System Supplier (MFSS): 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] Membrane Pre -Selection 40 6121.20 - 1 City of Fort Worth 0515-294565 April 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 MFSS. 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: Upon completion of each required test, document the test by submitting a copy of the signed off Testing Status forms. Testing is not be 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] Membrane Pre -Selection 40 6121.20 - 2 City of Fort Worth 0515-294565 April 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." iN�4[6111we] 0117\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 MFSS is responsible for maintaining the sheet. Appendix of this Section has an example template for this sheet. C. Tests the MFSS 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] Membrane Pre -Selection 40 6121.20 - 3 City of Fort Worth 0515-294565 April 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. MFSS 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 MFSS 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 MFSS. 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] Membrane Pre -Selection 40 6121.20 - 4 City of Fort Worth 0515-294565 April 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, UO 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] Membrane Pre -Selection 40 6121.20 - 5 City of Fort Worth 0515-294565 April 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, MFSS 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 MFSS and conducted at MFSS'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 MFSS 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: 1. 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, MFSS 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 components are ready to monitor and control the processes. This test determines if equipment is ready for operation. Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Membrane Pre -Selection 40 6121.20 - 6 City of Fort Worth 0515-294565 April 2024 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 MFSS 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 MFSS prior to commencement of Functional Demonstration Test. E. MFSS 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, I/O Module Address, Manufacturer, Model Number/Serial Number, Output Range and Calibrated Value. 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). 4) For 1/0 Modules: Dip switch settings, module configuration (if not documented in native programming documentation). Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Membrane Pre -Selection 40 6121.20 - 7 City of Fort Worth H I. 0515-294565 April 2024 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." 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 I/O checkout. 2. MFSS 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, MFSS may test using a simulation method and make a note on sign -off form. 3. Perform the following I/O 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. Testing of Automatic Control Strategies: 1. 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. 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. Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Membrane Pre -Selection 40 6121.20 - 8 City of Fort Worth 0515-294565 April 2024 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, MFSS 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 MFSS developed field testing signoff forms. 5. Testing procedures. 6. Copy of completed calibration forms. 7. One copy of all O & M Manuals for MFSS 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, MFSS to perform repairs, replacement, and/or retest within 10 days. G. Upon successful completion of the FDT, MFSS 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. 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. Eagle Mountain WTP - Phase IV Expansion Process Control System Testing [contractor Performs Programming] Membrane Pre -Selection 40 6121.20 - 9 City of Fort Worth 0515-294565 April 2024 C. During this test, MFSS personnel to be present as required to address any potential issues that would impact system operation. MFSS is expected to provide personnel for this test who have an intimate knowledge of hardware and software of system. When MFSS personnel are not on - site, MFSS 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. MFSS to analyze and correct any malfunctions during test. In event of rejection of any part or function, MFSS 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] Membrane Pre -Selection 40 6121.20 - 10 City of Fort Worth 0515-294565 April 2024 APPENDIX 40 61 21-A: EXAMPLE INPUT/OUTPUT (I/O) STATUS SIGN OFF FORM An example template for PO Status signoff form to be used for documenting testing results to Owner is attached. MFSS is required, prior to testing, to create a project specific I/O Status signoff form based on attached template or approved equal. MFSS 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. MFSS is required, prior to testing, to create a project specific Automatic Control Strategies signoff form based on attached template or approved equal. MFSS 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] Membrane Pre -Selection 40 6121.20 - 11 City of Fort Worth 5 O O O N rn n O O N h 4Jun-14 I PLG I PLCSC I PLCSC PLC -SC PLC -SC I PLC -SC I PLCSC PLC -SC PLC -SC PLC -SC PLC -SC PLC -SC PLC -.SC PLCSC PLC -SC PLC -SC PLC -SC PLC -SC PLC -SC PLC -SC PLC -SC PLC -SC PLCSC PLC -SC PLC -SC PLCSC PLC -SC PLCSC PLCSC PLC -SC PLC -SC PLCSC PLO -SC PLC -SC PLC -SC PLC -SC PLC -SC PLC -SC PLC -SC PLC -SC PLC -SC PLCSC PLC -SC PLO -SC PLCSC PLC -SC Q_nal Ta1 LIT-4010-3 9I4100-1 S•4fO0.4 FIT4102-1 5W 110o WA SC-4100-1 SC-4100-2 SC-41003 SC-4110-1 rCe T3H-4000-1 XAJ000-1 WAH-40aD-1 WAHH44)00-1 YRI-4WUQ-1 YCI1 YFI-4100-1 FAL•4100.1 �Ai9fe YR 00-t YCI-4100-1 YFI-Al10-11 FAL-4110.1 YR 110-1 YCI.4118.1 HS8.4000.2 (e H00-2 HSS-70D0-2 H5531005 M� �E 105-1 H55�110-2 71150•FOI.I sq�fe HSS-I115.2 HA 17-2 HSC-7117.2 HSS-7120-2 Sam [Project Name] Appendix A De --ion $Bcpr Glerifiar No. 1 Slu%�e Level 34"r, Clank." No. 3 SluJ: La4e1 t4S Pump No 1 Speed Feedddd6666e& iA3 PuD1 No. 4 §, a Feedback iA5 Fl"o p VAB Pyrnp 1,1 Speed FeOKk 9 Slol Pum� No. 1 Speed Sg) cant iA5 Pumpl o. 2Soead ipoint tAS PumD No. SD"d Se{j�Ink 4A9 Pump No. 1 Speed S.♦pgint ere InputfCiutput QUO) Status Sign -Off Farr 1 411Ha�y bjap�rMJ v t pui���ppp�d to he filled out by PCk1jt of Field Te9tlnq. lnt for aalar r Il�`nds men A arm � ooip� ms r7 rry pttq C�Jpnplete - Sgnel vd m i If! tesiei • Signal tes ed In, Tield de�lce , Inetru- calibrate, Tlslin Range or mere co g AcPwe Slate SYgn Chan Wlrin Alarm and Wrring � 'PCSS I+0 the whenclesed PSID M Rack Slat nel Sexpoird complete D,q tq lino Rate HMI tea!/ /yJ 0-10 Q 8 Al 2 1 0 _ l ti 0-10It 8 AI 2 1 1 0.100% 16 At 2 1 3 J \ \ 1 0.1900 GPM 14 AI 2 1 4 f •. f J 0-t00% 14 ,v 2 1 5 WA NIA S 1 2 5 WA 0-100% 14 2 7 0 � \ \ ✓ J 0-110% 14 AO 2 7 \ \ 0-12 14 AO 2 7 0-100% NIA 14 WA AD AO 2 7 2 7 �\ WA NIA AO 2 7 1 1 N r cond -C.-.r No.It l��ala,1h TLL��m((�t Normal 8 ■pt� t► 1 0 \ Secor>��Clerdier No.l Motor Over�gad aeca Iardler ND.1 hT,�r��le Normal 8 �DI \ 1I :ecp nr r 1 p HHp Toroue Nprmal 8 n0pp �, Glsllf r�a t �Af On 8 '.eco ary C Iai9fer No. 1 In Remote In 1, 3 5,N �i tAS Pump No 1VFD Feua pe—N, 14 DI \ l tA3 Pump No. 1 Law Flow al DI �1 50 GPM prm Z4 I ump No. 1 Runninq pnl ¢AS Pumn No. 1 In Remote n f0. \nJj NAS Pump N. 1 VFD Fault a ! % DI 1� VAS Pump No. 1 Low Flows J 61 3 12 I / 11 13 3 Pump Na. 1 Rumin Run ni DI 3 1 14 AS Pum No. 1 In Yiem� In Remc d {y�1}�' DI 3 1 15 woondarv�ri6er No. 2 Start deW nd t l Start I '-p81 DO 4 6 O iAS PP Q. 2 Start ��4 Smrt -� 14 oP a 6 2 'lue{t�,^rrp�ollQyjp I n d No. 2 Start Co rd �44 17 DO 4 6 3 tAs PumpFFllp rt n 15 DO 4 6 d iipare �� VA DO 4 6 5 ordanr Sc)) P%"7 7 Start 15 DO 4 6 8 AS Pumphla.�oh�-y Start 15 DO 4 6 7 I eat Laaddl L lm no 1 ca r Pt�y�na 17 DO 4 6 8 te��pp P % NlA NfA DO 4 6 9 ll," Holdlna Tank (xhlL . 2 cI f / Start 17 DO 4 6 10 {I ¢ \ ♦ NIA NIA DO 4 6 11 ,fu�J7e Hol q Tank DiScharq Iva Nq�17 DO 4 6 12 ?{ ae Halo Tank Uiscn�rq a y�' 2 lase C�h1d Cfese 17 DO 4 6 19 ansfer Pump I4o. 2 Stad�ommend Start 17 DO 4 6 14 are NIA WA 00 4 6 1S Page 1 of 1 Motet RUM 1211S120fi JAS IZ2V201f MIC 1212912011 gxamole Completed lrne 5 H m 4-Jun-14 [Project Name] Appendix B - Automatic Control Strategies Sign -Off Form All Sections below are required to be f' ed t by PCSS as part of Testing Auto. Control Strategies. - Loop operati mal i uto tic as defined in Control Stateqies Auto. Control Strategies Loop Control # Control StrateUy Description P&ID Strategy �e ote LOOP 281 - 284 LOW FLOW PUMPS S LOOP 290 LOW ED CHANNEL FLOW NOA S r 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 CONTROL1 LOOP 371, 372 SLUDGE HOLDING TANK NOA AND NO. 2 LEVEL (( 14 LOOP 381, 382 SLUDGE TRANSFER PUMPS 1 \ N, SLUDGE TRANSFER PUMPS REMOTE STARTISTOP \ LOOP 385 COMMAND _ 14 LOOP 700 EFFLUENT PUMPING STATION LEVEL 4 1 LOOP 701, 702, 703 EFFLUENT PUMP NO.1 LOOP 840 POST AERATION CHANNEL AIR FLOW Nf LOOP 900 SLUDGE TRANSFER PUMPS DISCHAR E ' LOOP 971 CENTRIFUGE SLUDGE FE NO,1 $ LOOP 1001 CENTRIFUGE NO11 SLUD QED CON L 8 LOOP 1411, 1412 SODIUM HYPOCHLOki i i T PW"E L 8 LOOP 1421, 1422 SODIUM HYPOCH ORITE P M� 8 SODIUM HYPO RITE ST R E LOOP 1430 CONTAINMENT R HIGH L EL ET TIO 14 LOOP 2051, 2052, 2053 DIESEL ENGINE E ORATOR YAT 14 LOOP2055 `rRA E � H `TATUS 14 LOOP 2060 GPO �IL 4 JINNI RI 14 ER LOSS WITH APPENDIX ONE GENERATO R 14 E UIP NT RE A P WER RESTORED APPENDIX T FT A OWER S 14 NIA �LING CA �)TIESS RVERO F NETWORK NIA ANTFAILOVER AND NIACN/A \—,-X Page 1 of 1 0515-294565 April 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 Membrane Pre -Selection 40 61 26 - 1 City of Fort Worth 0515-294565 April 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 Membrane Pre -Selection 40 61 26 - 2 City of Fort Worth 0515-294565 April 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. 3.3 MANUFACTURER'S TRAINING 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 Membrane Pre -Selection 40 61 26 - 3 City of Fort Worth 0515-294565 April 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 Membrane Pre -Selection 40 61 26 - 4 City of Fort Worth 0515-294565 April 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: 1. 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 indicates, and method used to retrieve any operator information from transmitter, Eagle Mountain WTP - Phase IV Expansion Process Control System Training Membrane Pre -Selection 40 61 26 - 5 City of Fort Worth 0515-294565 April 2024 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 Membrane Pre -Selection 40 61 26 - 6 City of Fort Worth 0515-294565 April 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. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration 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." 2. Section 40 70 00 "Instrumentation for Process Systems." 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 Membrane Pre -Selection 40 63 43 - 1 City of Fort Worth 0515-294565 April 2024 I. Programmable Logic Controller (PLC): A ruggedized programmable computer used for indus- trial automation. J. Remote 1/0 (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 6 100 "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 01 33 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 0178 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 Membrane Pre -Selection 40 63 43 - 2 City of Fort Worth 0515-294565 April 2024 1.8 QUALITY ASSURANCE A. Provide components compatible with functions required to form complete working system. B. Comply with ISO9001 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. Refer to Section 01 90 00 "Warranties." 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. 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. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 3 City of Fort Worth 0515-294565 April 2024 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. 2.3 CHASSIS BASED PLC SYSTEM A. Manufacturers: Manufacturers and their products are subject to compliance with requirements. Provide the following: Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 4 City of Fort Worth 0515-294565 April 2024 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 46113, 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 1 (IP20). 10. All products have corrosion protection. 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. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 5 City of Fort Worth 0515-294565 April 2024 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. 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: Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 6 City of Fort Worth 0515-294565 April 2024 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. 5. 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 VO 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. e. 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: Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 7 City of Fort Worth 0515-294565 April 2024 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 1/0 points maintain its last position until either communication is re-established, or the remote 1/0 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. f. 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 2AV 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 l 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. 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. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 8 City of Fort Worth IC H. 0515-294565 April 2024 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: 1. 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: 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 1/0 is not associated with a particular motor starter). b. Output Voltage Range: 74 - 265 VAC, 47 - 63 Hz. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 9 City of Fort Worth 0515-294565 April 2024 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: 1. 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. 2) Module health. 3) Input/output devices. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 10 City of Fort Worth 0515-294565 April 2024 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. e. 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. Communication Interfaces: Supported protocols: Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 11 City of Fort Worth 0515-294565 April 2024 a. EtherNet/IP. b. Modbus TCP/IP. C. PROFINET. 2. Ports: a. Two (2) 1 OOMB/ 1 G Ethernet. b. USB. Utilizing in -chassis communication modules or built-in ports on the PLC is acceptable to meet communication interface requirements. K. Required Accessories: 1. Include all necessary cables as specified by the manufacturer. Assemble and install cables per manufacturer recommendations. 2.4 PLC SOFTWARE A. Manufacturers: 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. 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. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 12 City of Fort Worth 0515-294565 April 2024 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. 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. Eagle Mountain WTP - Phase IV Expansion Programmable Logic Controllers Membrane Pre -Selection 40 63 43 - 13 City of Fort Worth 0515-294565 April 2024 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 1/0 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 MFSS 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 Membrane Pre -Selection 40 63 43 - 14 City of Fort Worth 0515-294565 April 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. B. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 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 Q A. Refer to Section 40 6100 "Process Control and Enterprise Management System General Provisions." iasic ivivuiitaiii vv it - ruabc iv uApaubivu uiuubtiiai i,ucivbuica Membrane Pre -Selection 40 67 17 - 1 City of Fort Worth 0515-294565 April 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. Refer to Section 0190 00 "Warranties." 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: Hoffman. b. Rittal. C. Saginaw. d. Or equal. B. Structure and Enclosure: 1. Panels in indoor, dry, non -corrosive environments: a. NEMA 12, powder -coated steel. Eagle Mountain WTP - Phase IV Expansion Industrial Enclosures Membrane Pre -Selection 40 67 17 - 2 City of Fort Worth 0515-294565 April 2024 2. Panels in outdoor, wet, or chemically corrosive environments: Al a. NEMA 4 or NEMA 4X, 6 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. 8. Panel suitable for top and bottom conduit entry as required. Eagle Mountain WTP - Phase IV Expansion Industrial Enclosures Membrane Pre -Selection 40 67 17 - 3 City of Fort Worth 0515-294565 April 2024 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 Membrane Pre -Selection 40 67 17 - 4 City of Fort Worth 0515-294565 April 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 Membrane Pre -Selection 40 67 17 - 5 City of Fort Worth 0515-294565 April 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 Membrane Pre -Selection 40 67 17 - 6 City of Fort Worth 0515-294565 April 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 Membrane Pre -Selection 40 67 17 - 7 City of Fort Worth 0515-294565 April 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 Membrane Pre -Selection 40 67 17 - 8 City of Fort Worth 0515-294565 April 2024 SECTION 40 70 00 - INSTRUMENTATION FOR PROCESS SYSTEMS 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. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 1.2 SUMMARY A A. Section includes the general requirements to furnishing, installing, and servicing MFSS provided instruments. 1. Division 0 for general project requirements. 2. Section 01 1100 "Summary of Work." 3. Section 0125 00 Substitution Procedures." 4. Section 01 31 20 "Project Meetings." 5. Section 0133 00 "Submittals." 6. Section 0160 00 "Product Requirements." 7. Section 0166 00 "Product Storage and Handling Requirements." 8. Section 0178 23 "Operation and Maintenance Data." 9. Section 0178 39 "Project Record Documents." 10. Section 0190 00 "Warranties." 11. Section 05 50 00 "Metal Fabrications." 12. Section 40 05 51 `Common Requirements for Process Valves." 13. Section 40 05 57 "Actuators for Process Valves and Gates." 14. Section 40 05 64 "Butterfly Valves." 15. Section 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment" for electric motors. 16. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." 17. Section 40 6121.20 "Process Control System Testing." 18. Section 40 6126 "Process Control System Training." 19. Section 40 63 43 "Programmable Logic Controllers." 20. Section 40 67 17 "Industrial Enclosures." 21. Section 46 6133 "Microfiltration and Ultrafiltration Membrane Equipment." Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 1 City of Fort Worth 0515-294565 April 2024 1.3 DEFINITIONS A. Membrane Filtration System Supplier (MFSS): 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 ACTION SUBMITTALS A. Submit complete documentation for all field instruments in one comprehensive submittal. Use ISA-TR20.00.01-2007 data sheet format as a cover sheet for each instrument prior to data sheets. Submit a complete Bill of Materials (BOM) or Index that lists all instrumentation equipment, sorted by Loop Number. B. Submit separate data sheets for each instrument type: 1. Plant Equipment Number and ISA tag number per the Drawings. 2. Product (item) name used herein and on the Drawings. 3. Manufacturer's complete model number. 4. Location of the device. 5. Input - output characteristics. 6. Range, size, and graduations in engineering units. C. Submit the following information for each instrument type: 1. Include construction details, material descriptions, dimensions of individual components and profiles. 2. Sizing calculations where applicable. 3. Indicate which instruments will be provided with certified calibration data (i.e., all flow metering devices) as part of O&M manual. 4. Include rated capacities, operating characteristics, electrical characteristics and furnished specialties and accessories. 5. Two -wire or four -wire device type as applicable. 6. Indicate which instruments will be provided with manufacturer's maintenance services if specified. D. Submit catalog cuts for all instruments. Submit descriptive literature for each hardware component, which fully describes the units being provided. E. Submit index and data sheets <in electronic format as well> <as hard copies> on 8-1/2" x 11" formats. Submit electronic copies in Microsoft Excel or Word format on DVD disk or USB thumb drive. 1.5 INFORMATIONAL SUBMITTALS A. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 2 City of Fort Worth 0515-294565 April 2024 1.6 CLOSEOUT SUBMITTALS A. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions" for MFSS requirements regarding submission of maintenance materials. 1.8 QUALITY ASSURANCE A. Refer to individual instrument specifications for quality assurance requirements as well as which specific instruments require manufacturer's start-up and training services. B. Provide components compatible with functions required to form complete working system. C. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions" for overall quality assurance requirements for MFSS scope of work. 1.9 WARRANTY A. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." B. Refer to Section 0190 00 "Warranties." PART 2 - PRODUCTS 2.1 INSTRUMENT TAGS A. Permanent stainless steel or other non -corrosive material tag firmly attached and indelibly marked with the instrument tag number, as indicated in the Drawings. Tag equipment before shipping to the site. B. Provide 1/8-inch by 3/8-inch, Type 316 stainless -steel button head machine screws. C. All supplied instrument transmitters and instrument transmitter elements require a stainless -steel identification tag. Attach tag via stainless steel chain or stainless -steel wire (24-gauge min) to a non -removable part of the device. Stamp the ISA alphanumeric instrument number as indicated on the P&ID, loop, or detail drawings into the tag. Minimum tag size is 1" H x 3" W with 3/16" high alphanumeric characters. 2.2 MAGNETIC FLOW METER A. Flow Element: Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 3 City of Fort Worth 0515-294565 April 2024 Manufacturers: a. 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: 1) ABB 2) Rosemount 3) Al 4) aa-Dpproved 5) equal. 2. General: a. Low -frequency, electromagnetic induction -type flow meter, producing a linear signal directly proportional to flow rate, consisting of flow tube, signal cable, and transmitter. Type: a. Between -flange mounting. b. Comply with AWWA M33. 4. Performance and Design Criteria: a. Accuracy: Plus or minus 0.5 percent of actual flow rate over a 30:1 range, within velocity limits of 0.1 to 10 ft/sec. b. Size: As shown on Drawings in Appendix B. C. Flow Tubes 1) Body Material: Type 304 stainless steel or equivalent d. Liner: Polyurethane or composite elastomer unless otherwise indicated on the Drawings e. Flanges: ANSI 150 lb. or DIN PN 16 carbon steel, as required by the piping system, unless otherwise indicated. ANSI 150 lb. or DIN PN 16 stainless steel flanges shall be used on all SS process pipes. f. Environment: For meters with remote mounted transmitters, meters below grade to Q be suitabl il. V-19V-4c ° r up to 48 hours to a depth of 30 feet. Meters above grade to YyNEMA 4 or 4X ( 65). 5. Electrodes: a. 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. 6. Accessories: a. Provide automatic, nonmechanical electrode cleaning system without taking meter out of service. b. Provide manufacturer cable between transmitter and receiver. C. Furnish stainless -steel grounding rings, wires, and gaskets as recommended by the manufacturer. All materials must be suitable for the process and surrounding pipe. B. Transmitters: 1. Manufacturer: Same manufacturer as meter. 2. Transmitter Output: a. 4- to 20-mA DC analog signal. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 4 City of Fort Worth 0515-294565 April 2024 Al 3. Housing. EMA 4 or 4X (I 5), suitable for surface or pipe stand mounting. 4. Display: a. Touch -screen programming, functioning through enclosure window without opening enclosure. b. Size: Four lines by 16 characters. C. Type: Backlit digital display. d. User -selectable engineering units. e. Readout of diagnostic error messages. Control Power: a. 120VAC, single phase, 60 Hz. b. Provide local transformers as required. 6. Mounting: Integral mount or mounted remote from the flow tube as shown on the drawings or as required by the physical location. 7. Transmitter Communication Interface: 4-20 mA with HART protocol. 8. Required Accessories: a. A fully configurable and locally viewable totalizer integral to the transmitter. b. Current signal output simulation. C. Empty pipe detection. d. Self -diagnostics. e. Signal Cable: Provided by flow meter manufacturer. f. Automatic zero adjust. g. Provide bi-directional flow indication, and transmission by means of a relay output or a second analog output. h. For outdoor installations, provide sunshield of sturdy, corrosion- and UV -resistant material. 2.3 INSERTION THERMAL MASS FLOWMETER A. Flow Element: Manufacturers: a. 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: 1) Fluid Components International 2) Kurz 3) Magnetrol 4) Substitutions: Or approved equal. 2. Type: a. Single probe type insertion thermal mass flowmeter. b. Instrument measures current required to maintain a constant temperature difference between the reference source and process heated thermal sensors. Constant power anemometer type instruments are not permitted. Function/Performance: a. Flow Velocity Range: 200 ft/s (60.96 m/s) maximum. b. Process Operating Temperature: -40 to 500 degrees F. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 5 City of Fort Worth 0515-294565 April 2024 C. Process Maximum Operating Pressure: 300 PSIG. d. Operating Temperature for Electronics: -13 to 150 degrees F. 4. Physical: a. Wetted parts constructed of Type 316 stainless -steel. b. Process Connection: 3/4"-NPT, for installation in hot -tap assembly. C. Power Requirements: Sensor powered by transmitter Required Accessories: a. Hot tap assembly including a ball valve and packing gland that will allow removal of the sensor without shutdown of the process. Install welded fitting on pipe for the hot tap assembly. b. Provide a separate flow conditioning pipe section if flow element is installed in location with inadequate upstream straight runs. B. Transmitter: Type: a. Remotely mounted transmitter with interconnecting cable to flow element. b. Microprocessor -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 to 140 degrees F. e. Output: Two isolated 4-20 mA output, one for flow and one for temperature. 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. Totalizer: A fully configurable totalizer integral to the transmitter and displayed on the transmitter. 4. Display: Backlit LCD, displaying flow in engineering units. 5. Physical: Ala. Suitable for surface mounting. b. Power Requirements: 120VAC (60Hz) oE.Dsion C. Enclosure: Explosion proof approved for 1, Groups C and D. 2.4 INLINE THERMAL MASS FLOWMETER A. Flow Element: 1. Manufacturers: a. 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: 1) Fluid Components International 2) Kurz Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 6 City of Fort Worth 0515-294565 April 2024 3) Magnetrol 4) Substitutions: Or approved equal 2. Type: a. Thermal sensor with inline flow body. Heated probe and sensing probe each fitted with RTD temperature sensing. Function/Performance: a. Flow Velocity Range: 200 ft/s (60.96 m/s) maximum b. Process Operating Temperature: -40 to 500 degrees F. C. Process Maximum Operating Pressure: 300 PSIG. d. Operating Temperature for Electronics: -13 to 150 degrees F. 4. Physical: a. Inline flow body flanged and fabricated of Type 316 stainless steel. Thermal sensor factory mounted in the flow body. b. Flanges: Compatible with flanges of the piping system where the meters are installed. C. Built-in flow conditioner. d. Wetted parts constructed of Type 316 stainless -steel. e. Power Requirements: Sensor powered by transmitter. 5. Required Accessories: a. Cable as supplied or recommended by the manufacturer for connection of sensor to transmitter. Length as required by installation indicated on the Drawings. Coordinate with Electrical and General Contractor. b. For insertion type flow elements not provided with an in -line flow body, provide a separate flow conditioning pipe section with flanges upstream of where the flow element is to be installed. C. For insertion type flow elements into a pipe or in -line flow body, provide a hot tap assembly including a ball valve and packing gland that will allow removal of the sensor without shutdown of the process. Provide a welded fitting on the pipe for the hot tap assembly. B. Transmitter: Type: a. Remotely mounted transmitter with interconnecting cable to flow element. b. Microprocessor -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 to 140 degrees F. e. Output: Two isolated 4-20 mA output, one for flow and one for temperature. 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. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 7 City of Fort Worth 0515-294565 April 2024 3. Totalizer: Fully configurable totalizer integral to the transmitter and displayed on the transmitter. 4. Display: Backlit LCD, displaying flow in engineering units. 5. Physical: a. Suitable for surface mounting. b. Power Requirements: 120VAC (60Hz) C. Enclosure: Explosion proof approved for Class 1, Division 1, Groups C and D. 2.5 THERMAL DISPERSION FLOW SWITCH 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. ABB b. Dwyer Instruments, Inc. C. Magnetrol d. Substitutions: Or approved equal B. Type: 1. Thermal dispersion flow switch with integral electronics enclosure. 2. Inline with flow body or insertion type as indicated on the Drawings: C. Function/Performance: 1. Range: 1 to 125 ft/s in air. 2. Process Operating Temperature: -40 to 250 degrees F. 3. Operating Temperature for Electronics: -0 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 6A at 120VAC adjustable over the range of the instrument. D. Physical: 1. Wetted parts to be T - Q 2. Electronics head to b NEMA 4 =-oups r non -hazardous process gases and explosion proof appro C and D for hazardous process gases or where located in a hazardous area. E. Power Requirements: 1. 120 VAC powered instrument F. Accessories Required: 1. For insertion type flow elements provide a hot tap assembly including a ball valve and packing gland that will allow removal of the sensor without shutdown of the process. Provide welded fitting on the pipe for the hot tap assembly. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 8 City of Fort Worth 0515-294565 April 2024 2.6 VANE ACTUATED FLOW SWITCH 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. Ameritrol Inc. b. Dwyer C. Magnetrol d. Substitutions: Or approved equal B. Type: 1. Vane or disc actuated flow switch. 2. Switch magnetically linked to vane or disc actuated mechanism C. Function/Performance: 1. Output: Form 2C (DPDT) snap action, hermetically sealed switch, rated for 10 amps, 125/250 volts AC. D. Physical: 1. Provide flow body for switches for process pipe sizes of 3/4 to 1-1/2 inches (19 to 40 mm). Mount switches directly on process pipe for pipe sizes greater than 1-1/2 inch (40 mm). Provide mounting assembly for pipe. 2. Provide Type w body and all wetted parts. Q1 3. Switch housiint. INEMA 4 or 4X 65) and where installed in hazardous areas, approved for Class I, Di nd D. 2.7 MAGNETIC LEVEL GAUGE A. Manufacturers: 1. ABB 2. Substitutions: Or approved equal B. Indicator: 1. Type: a. Single chamber, bar graph indicator with graduated ruler with no process fluid in contact with the glass. 2. Function/Performance: a. Measuring Range: Scale marked in feet with 0.5-inch divisions and sized to measure the full height of the tank as indicated on the Drawings. b. Positioning: Indicator tube is positioned such that the scale zero when the tank is empty. 3. Physical: Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 9 City of Fort Worth 0515-294565 April 2024 a. Channel Material: Stainless. b. Tube Material: Hermetically Sealed Glass C. Color: Yellow/Black Magnetic Bargraph C. Chamber/Connection: Type: a. Single chamber, non-magnetic, hermetically sealed chamber with magnetic float. 2. Physical: a. The chamber and connections shall be constructed of materials that are chemically compatible with fluid which is being measured. b. Top connection: Blind flange with float stop spring. C. Process connections: Side mounted flanges at top and bottom process connection sized and fitted to match the tank fittings for the instrument. d. Bottom connection: Blind flange with Pipe Nipple and Flange. e. Appropriate mounting hardwired shall be provided. Flanges shall be two inch (150 mm) and resistant to attack by the medium being metered or, where required, shall be protected by corrosion- resistant coatings and facings. 3. Options/Accessories Required: a. Transducers located in areas where freezing condensation may occur shall be provided with special heaters or other type of transducer protection designed to prevent sensor icing. b. Signal cable as recommended by the manufacturer, for installation between the transducer(s) and the transmitter. Length, up to 1000 feet (300 m), shall be as required by installation indicated on the Drawings. D. Float: Type: a. Magnetic type float designed to float inside of chamber along a guide rod and magnetically couple with gauge. 2. Function/Performance: a. Magnetic Field: Engineered to create a 360-degree magnetic field coverage. b. Density/Specific Gravity: Engineered to match the specific gravity of the fluid being measured and maintain submergence of the float between 70 to 80%. Physical: a. Material: Floats shall be constructed of materials that are chemically compatible with the fluid being measured. E. Options/Accessories Required: 1. In applications where freezing condensation may occur, provide heat trace, insulation or other thermal protection method designed to prevent fluid within the chamber from freezing. 2. Provide isolation ball valves at each process connection and drain for maintenance of instrument as indicated on the Drawings. a. Valves shall be chemically compatible with the fluid being measured. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 10 City of Fort Worth 0515-294565 April 2024 b. Valves shall be fully ported and sized to match the process piping and flange connections. No reductions shall be accepted. Provide mounting hardware that is non-magnetic to avoid interfering with the level measurement. Hardware shall be designed in such as way as to allow: a. The draining of the process fluid, removal of the bottom chamber connection and remove the float. b. The removal of the top chamber connection to remove the float or service the chamber. 4. Ground the chamber, indicator, and any associated accessory according to Division 16 and any local and national standards. 5. Provision magnetic level switches and transmitter shall be of the same manufacturer and compatible with the magnetic level gauge. 2.8 MAGNETOSTRICTIVE LEVEL TRANSMITTER A. Manufacturers: 1. ABB 2. Substitutions: Or approved equal. B. Transducer: Type: a. Externally mounted magnetostrictive type designed for use magnetic level gauge systems. 2. Physical: a. Sensor Material: 316L Stainless Steel. b. Sensor Type: Rigid, 5/8-inch OD. C. Sensor Mounting: Externally mounted to magnetic level gauge chamber. d. Housing Material: Polye6 m luminuor 316 Stainless Steel. Al e. Housing Protection: IP16 , NEMA 4 £ Housing Mounting: Botto , C. Transmitter/Converter: Type: a. Microprocessor based transmitter compatible with the transducer(s) provided. 2. Function/Performance: a. Measuring Range: Transducer range shall be suitable for measuring the full height of the tank to which the gauge will be installed. b. System Accuracy: Plus or minus 0.01% of Full Scale or plus or minus 0.05-inches, whichever is greater. C. Update Rate: 10 measurement per second d. Damping: Field Adjustable up to 36 seconds. e. Temperature Range: -40 to 170 degrees Fahrenheit f. Relative Humidity: 0 to 100%, non -condensing. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 11 City of Fort Worth 0515-294565 April 2024 g. Output: Minimum one 4 to 20 mA analog output h. Communications: 4 to 20 mA HART i. Power: Loop powered up to 50 feet of probe length. 3. Physical: a. Housing Material: Polyes luminum or 316 Stainless Steel. Al b. Housing Protection: IP16 ,NEMA�or4Xc. Housing Mounting: Wallw Cover. D. Options/Accessories Required: 1. Transducers located in areas where freezing condensation may occur shall be provided with special heaters or other type of transducer protection designed to prevent sensor icing. 2. When installed in classified hazardous areas, provide certified transducers and transmitters suitable for the classified area or provide alternative protection methods (i.e. intrinsically safe barriers, etc.). 3. Provide non-magnetic mounting hardware for mounting the transducer. 4. Signal cable as recommended by the manufacturer, for installation between the transducer(s) and the transmitter. Length, up to 1000 feet (300 m), shall be as required by installation indicated on the Drawings. 2.9 MAGNETLIC LEVEL SWITCH A. Manufacturers: 1. ABB 2. Substitutions: Or approved equal B. Type: 1. Magnetic actuated switch designed for use magnetic level gauge systems. C. Function/Performance: 1. Deadband: Plus or minus 0.75-inches of float travel. 2. Contact Rating: 10A resistive, 1/4 HP at 125VAC or 250VAC. 3. Operating Temperature -40 to 257 degrees Fahrenheit D. Physical: l . Switch Type: DPDT, cam driven, snap action, bistable switch 2. Contact Material: Silver Alloy, AgNi 10. 3. Switch Action: Break -before -make. 4. Sensor Mounting: Externally mount. 5. Housing Material: Polyester inum or 316 Stainless Steel. Q6. Housing Protection: IP166/6 UNEMA 4 or 4X7. Housing Mounting: Magnetir mounted. E. Options/Accessories Required: Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 12 City of Fort Worth 0515-294565 April 2024 1. Switches located in areas where freezing condensation may occur shall be provided with special heaters or other type of transducer protection designed to prevent sensor icing. 2. When installed in classified hazardous areas, provide certified transducers and transmitters suitable for the classified area or provide alternative protection methods (i.e. intrinsically safe barriers or relay, etc.). 3. Provide non-magnetic mounting hardware for mounting the switch. 2.10 ULTRASONIC LEVEL METER A. Transducer: Manufacturers: a. 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: 1) Rosemount 2) Siemens asurements, Inc. Q4) Endres+Hauser approved equal 2. Type: a. Non -contact, ultrasonic level transducer. b. Remote mounted from transmitter. Function/Performance: a. Measuring Range: Suitable for the installation indicated on the Drawings, up to 50 feet. b. Temperature Range: -4 to 140 degrees F. C. Relative Humidity: Zero to 100 percent. d. Beam Angle: 6 degrees or less. e. Temperature Compensation: Integral temperature sensors for temperature compensation at above temperature ranges. 4. Physical: a. Potted/encapsulated in a Kynar or other chemical and corrosion -resistant housing. Where indicated on the Drawings, transducers approved for installation in Class I, Division 1, Groups C and D (Zone 0) environments. b. Teflon -coated where mounted on chemical tanks and exposed to vapors in the tanks that are not compatible with the transducer material. C. Capable of being completely submerged without damage. d. Suitable for surface, pipe, NPT fitting or flange mounting as indicated on the Drawings. Provide appropriate mounting hardware. Flanges: 6 inch and resistant to attack by the medium being metered or, where required, protected by corrosion - resistant coatings and facings. All tank or well mounted transducers flanges to match the flange provided by the tank manufacturer or general contractor. Options/Accessories Required: Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 13 City of Fort Worth 0515-294565 April 2024 a. Provide transducers with special heaters or other type of transducer protection designed to prevent sensor icing where transducers are located in areas where freezing condensation may occur. b. Provide signal cable as recommended by the manufacturer, for installation between the transducer and the transmitter. Length, up to 1000 feet, as required by installation indicated on the Drawings. B. Transmitter/Converter: Manufacturers: a. 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: 1) Endress & Hauser 2) Pulsar Process Measurements, Inc. 3) Substitutions: Or approved equal 2. Type: a. Microprocessor based compatible with the transducer(s) provided. b. Transmitter: Remotely mounted from transducer. Functional/Performance: a. Resolution (including transducer): Plus or minus 0.1 percent of range or 0.08 inches, whichever is greater. b. Accuracy (including transducer): Plus or minus 0.25 percent of range or 0.24 inches. C. Range: As required by the installation indicated on the Drawings. d. Temperature Range: -4 to 122 degrees F. e. Output: Minimum two isolated 4-20 mA outputs and minimum four alarm contacts (number of contacts above 4 required of each device to be determined by signals required as shown on the drawings adjustable to trip at any point in the instrument range. Output contacts rated 5 A at 230 VAC. f. Temperature Compensation: Compensation over the temperature range of the sensor. g. Display: Digital indicator displaying level/differential level or volume in engineering units or percent as indicated on the Drawings. h. Diagnostics: On -screen instructions and display of self- diagnostics. i. Loss of Signal to Transmitter: Ignore momentary loss -of -echo signals and indicate loss of echo on the transmitter unit. j. Configuration Protection: Protected programmable parameters using E2PROM. Battery backup protection is not acceptable. 4. Physical: a. Transmi ipe stand mounting. b. Enclosur NEMA 4 or 4X (IP65). C. A/C Powe . 5. Accessories Required: a. Hand-held programmer where required for configuration and calibration of the instrument. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 14 City of Fort Worth 0515-294565 April 2024 2.11 DIAPHRAGM SEAL — THREADED 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. Ashcroft b. Marquest Scientific C. Rosemount d. Substitutions: Or approved equal B. Type: 1. Threaded, mounted directly to pressure gauge socket. C. Physical: 1. Wetted Parts and Bolt Materials: Corrosion resistant to process fluid. 2. Provide fill/bleed screw for filling of diaphragm seal. 3. Instrument Connection: NPT, 1/4 inch. 4. Process Connection: NPT, 1/2 inch. 5. Flushing Connection: NPT, 1/4 inch. 6. Working Pressure Rating: Pipeline working pressure 7. Calibration: Provide cleanout ring to be removed for recalibration or cleaning, without loss of filling liquid or change in calibration. 2.12 PRESSURE GAUGE 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. Ametek US Gauge. b. Ashcroft. C. Omega Engineering, Inc. d. Substitutions: Or approved equal. B. Type: 1. Bourdon tube actuated dial face pressure gauge. C. Function/Performance: 1. Accuracy: Plus or minus 1.0 percent of full-scale range. 2. Provide for zero -reading adjustment. 3. Adjusting Screws: Accessible from rear of case without need for disassembly. 4. Comply with ASME B40.100. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 15 City of Fort Worth 0515-294565 April 2024 D. Physical: 1. Dial: a. Nominal Diameter: 4-1/2 inches. b. Face: White, laminated plastic dials with black graduations. C. Scale: Extend over arc not less than 200 and not more than 270 degrees. 2. Cases: a. Liquid filled. b. Material: Phenolic shock resistant or Type 316 stainless -steel C. Provide removable rear plate. d. For gauge pressure, vented case for temperature/atmospheric compensation e. Windows: 1) Material: Clear acrylic or shatterproof glass. 2) Thickness: 1/8 inch. 3) Provide gasket. 3. Bourdon Tubes: a. Material: Stainless steel, to brass socket. b. Provide welded, stress -relieved joints. 4. Connection: a. Location: Bottom. b. Socket: 1) 1/2-inch NPT male thread. 2) Material: Brass forging. 3) Extend minimum 1-1/4 inches below gage cases. 4) Provide wrench flats. C. Mounting: Stem or surface. E. Required Accessories: 1. Pressure Snubber: a. Material: Type 316 stainless steel. b. Provide isolation valve. 2. Shutoff Cocks: Furnished by gauge manufacturer. 3. Provide diaphragm seals as shown on the drawings. 4. Special scales: Engineer reserves the right to require special scales and/or calibration if the manufacturer's standard is not suitable for the application. 5. Liquid fill gauges at the factory. 6. For each differential pressure switch, provide a three -valve manifold. Manifold to be Type 316 stainless steel. Manifolds to be D/A Manufacturing or Anderson Greenwood. 2.13 PRESSURE TRANSMITTER A. Manufacturers: Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 16 City of Fort Worth C. C Type: 0515-294565 April 2024 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. ABB b. Foxboro C. Rosemount d. Substitutions: Or approved equal Microprocessor based, intelligent type. Function/Performance: 1. Accuracy: 0.075 percent of span. 2. Operating Temperature: -4 to 176 degrees F. 3. Temperature Effect: Combined temperature effects less than 0.2 percent of maximum span per 82 degrees F temperature change. 4. Output Signal: 4 to 20 mA DC linear with pressure, with HART protocol. 5. Output: Zero adjustable over the range of the instrument calibrated span is greater than the minimum calibrated span. 6. Stability: 0.05 percent of upper range limit for 1 year. 7. Response Time: Less than 1 ms. 8. Display: Digital indicator displaying pressure in the engineering units indicated on the Drawings. 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. d. Registers to record minimum and maximum pressure and temperatures transmitter has been exposed to be available. 10. Over Range Protection: Provide positive over range protection to 150 percent of the maximum pressure of the system being monitored. Physical: 1. Power Supply: 24 VDC loop power. 2Eric s e. Q a. NEMA 4 or 4X ( 66), explosion proof b. s I, Division 1, Groups C and D. C. Instruments for hazardous locations have Factory Mutual (FM), Canadian Standards Association (CSA), and CENELEC approvals and certifications a s specified herein and as indicated on the. Process Wetted Parts (except for ozone/oxygen service): a. Isolating diaphragm and other wetted metal parts: Type 316L stainless -steel. b. Gaskets and O-rings: Teflon. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 17 City of Fort Worth 0515-294565 April 2024 4. Sensor Fill Fluid (except for ozone/oxygen service): Silicone. E. Required Accessories: 1. Shutoff Cocks: Furnished by manufacturer. 2. Provide diaphragm seals as shown on the drawings. 2.14 THERMOMETER 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. Ametek/US Gauge. b. Ashcroft. C. Moeller Instrument Co. d. Weksler e. Substitutions: Or approved equal B. Type: 1. Bimetal type. 2. Manufactured to ANSI B 40.3 or equivalent standards. C. Function/Performance: 1. Accuracy: Plus or minus 1 percent of span. 2. Stem Length: Sized to penetrate the pipe where it is installed by approximately 1/3 to 1/2 of the pipe diameter. D. Physical: 1. Dial: Nominal 5 inches, white painted steel with black markings. 2. Case: All welded stainless -steel construction. 3. Window: Polycarbonate. 4. Element: Type 316 stainless -steel. E. Required Accessories: 1. Swivel Head: Provide adjustable gauge position for viewing from any angle. 2. Install thermometers in thermowells. 3. Provide extensions that clear the pipe insulation for thermometers being installed in insulated pipe. 2.15 TEMPERATURE SWITCH A. Manufacturers: Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 18 City of Fort Worth B. Type: 0515-294565 April 2024 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. Ashcroft Inc. b. Endress & Hauser C. Substitutions: Or approved equal. Bulb and capillary. C. Function/Performance: 1. Set Point: Field adjustable and set between 20 and 80 percent of the adjustable range. 2. Deadband: Fixed deadband unless noted otherwise. 3. Reset: Automatic reset type unless otherwise noted. 4. Over Range Protection: Over range protection to maximum process line temperature. 5. Switch Rating: 15A at 250 VAC. D. Physical: 1.=ardous motely mounted. Q2. 66) for non -hazardous locations. Where indicated on the Drawings to locations, provide explosion proof switch housing, approved for Class I, Division 1, Groups C and D. 3. Switching Arrangement: Single pole double throw (SPDT) unless double pole double throw (DPDT) switches are indicated. 4. Wetted Parts: Type 316 stainless -steel. 5. Bulb penetration into pipe of approximately 4 inches for pipe diameters less than or equal to 12 inches and approximately 7 inches for pipe diameters greater than 12 inches. E. Required Accessories: 1. Include thermowells for installation of bulbs. 2. Provide armored capillary tubing up to 15 feet in length as required by the installation indicated on the Drawings. 2.16 THERMOWELL A. Manufacturers: 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. Ametek/US Gauge. b. Ashcroft. C. Moeller Instrument Co. d. Weksler. e. Substitutions: Or approved equal. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 19 City of Fort Worth 0515-294565 April 2024 B. Type: 1. Lagged, threaded, and tapered. 2. Insertion length to suit application. C. 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. Installation: Pipe tap, threaded D. Physical: 1. Material: Stainless -steel Type 316L. Titanium for use with flanged thermowells. 2. Tip Length: 3.5-inch minimum. 3. Lagging Extension: 3-inch minimum. E. Required Accessories: 1. Provide threadolets when required for thermowells installed directly onto the process pipe. 2.17 pH ANALYZER 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. Foxboro — 871 pH. b. Honeywell International Inc. C. Rosemount — Model 389. d. Substitutions: Or approved equal B. Type: 1. pH -sensitive glass membrane electrode, double or triple junction reference electrode and ground electrode with integral preamplifier. 2. For submersion or flow -through application as indicated on the Drawings. C. Function/Performance: 1. Range: 0 to 14. 2. Temperature Compensation: Temperature element integral to sensor for temperature compensation. D. Physical: 1. Flat glass or shrouded pH electrode. 2. Sensor assembly constructed of PVDF, Tefzel, or similar material. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 20 City of Fort Worth 0515-294565 April 2024 Sealed electrodes. E. Required Accessories: 1. Manufacturer's cable for connection of sensor to transmitter. Length of cable as required by installation indicated on Drawings. 2. One year's supply of consumables for calibration. 3. Handrail mounting kit where indicated on the Drawings. F. Transmitter: Manufacturer: a. Same manufacturer as pH analyzer. 2.18 MOISTURE SENSORS AND TRANSMITTERS A. Manufacturers: 1. Endress & Hauser 2. Substitutions: Or approved equal. B. Sensors and Transmitters with Digital Display: Performance: a. Accuracy including non -linearity, hysteresis, and repeatability: Within 2 percent from zero to 90 percent relative humidity and within 2.5 percent from 90 to 100 percent relative humidity when operating between 60 to 77 deg F (16 to 25 deg Q. b. Relative Humidity Range: Zero to 100 percent. C. Factory calibrated and NIST traceable with certificate included. 2. Construction: a. Provide housing with integral sensor for room applications. b. Provide housing with remote sensor probe for ducted applications. 1) Duct Sensor Body: 300 series stainless steel or chrome -plated aluminum, at least 2 inches (50 mm) long for duct -mounted applications. 2) Provide sensor with cable for field installation in conduit. 3) For duct -mounted applications, thread the sensor assembly for connection to a threaded mounting flange. C. Provide general-purpose humidity sensor unless application requires special requirements. Provide sensor with sintered stainless -steel filter for duct applications. d. Housing shall be ABS/PC plastic or powder -coated aluminum. e. Housing Classification: NEMA 250, Type 4 or 4X. f. Provide housing with wall -mounting plate. 3. Output Signal: 2-wire, 4- to 20-mA output signal with a drive capacity of at least 500 ohms at 24-V dc. 4. Provide unit with a digital display of relative humidity in percent. C. Sensor and Transmitter without Display: Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 21 City of Fort Worth 0515-294565 April 2024 Performance: a. Accuracy including non -linearity, hysteresis, and repeatability: Within 2 percent from zero to 90 percent relative humidity and within 3 percent from 90 to 95 percent relative humidity when operating at 68 deg F (20 deg Q. b. Relative Humidity Range: 1) Duct: Zero to 100 percent. 2) Space: Zero to 95 percent relative. C. Factory calibrated and NIST traceable with certificate included. 2. Construction for Space Applications: a. Housing with integral sensor. b. Housing shall be ABS plastic or powder -coated aluminum. C. Enclosure: NEMA 250, Type 4. d. Provide housing with a wall -mounting plate. Construction for Duct and Equipment Applications: a. Housing with integral sensor. b. Duct Sensor Body: 300 series stainless steel. C. Provide sensor with sintered stainless -steel filter for duct applications. d. Housing shall be cast aluminum. e. Enclosure: NEMA 250, Type 4. 4. Output Signal: Two -wire, 4- to 20-mA output signal with drive capacity of at least 500 ohms at 24-V dc. D. Sensor and Transmitter without Display: Performance: a. Relative Humidity Range: Zero to 100 percent. b. Accuracy: Within 2 percent. C. Operating Temperatures: Minus 30 to 130 deg F (Minus 1 to 54 deg Q. d. Hysteresis: Within 1 percent. 2. Construction: a. Duct -type sensor for duct -mounted applications. Integral -type sensor for room or space applications. b. Sensor Body: 300 series stainless steel, 6 inches (150 mm) long for duct -mounted applications. C. For outdoor applications, install circuitry in a NEMA 250, Type 4 or 4X enclosure. E. Output Signal: 1. Two -wire, 4- to 20-mA output signal with a drive capacity of at least 600 ohms at 24-V dc. 2. Non -interacting zero and span adjustments. F. Combination Humidity and Temperature Sensor and Transmitter with Display: 1. Description: Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 22 City of Fort Worth 0515-294565 April 2024 a. Factory package consisting of humidity and temperature sensor, digital display, keypad user interface, installation hardware, interconnecting sensor cabling, installation instructions, and operating manual. b. Each transmitter shall be individually calibrated and provided with NIST traceable calibration certifications. C. Provide a service cable for connecting to a notebook computer and Microsoft Windows compatible software. 2. Display: a. Alphanumeric display of the following on the face of the enclosure: 1) Percent relative humidity. 2) Absolute humidity. 3) Mixing ratio. 4) Dry-bulb temperature. 5) Wet -bulb temperature. 6) Dew point temperature. 7) Enthalpy. b. Visual display of measurement trends, and minimum and maximum values over a one-year period. Electronics Enclosure: a. Integral to sensors for wall -mounted applications and remote from temperature and humidity sensors for duct and equipment applications. b. NEMA 250, Type 4 or 4X. C. Labeled terminal strip for field wiring connections. d. 5/8-inch (16-mm) trade size threaded conduit connection. 4. Programming: a. Transmitter parameters shall be field programmable through keypad on the face of the enclosure. b. Programmed parameters shall be stored in nonvolatile EEPROM. Output Signals: a. Three Analog Outputs: 4 to 20 mA or zero to 10-V do for each output. 6. Temperature Sensor: a. Temperature range matched to application, but not less than minus 40 to 140 deg F (minus 40 to 60 deg Q. b. Within 0.5 deg F (0.3 deg C) accuracy over the temperature range of 50 to 100 deg F (10 to 38 deg C) and within I deg F (0.6 deg C) over the remainder of the range. C. Provide duct installation kit for duct applications. 7. Humidity Sensor: a. Relative Humidity Measurement Range: Zero to 100 percent. b. Response time in still air within 40 seconds. C. Accuracy including non -linearity, hysteresis, and repeatability: 1) For Temperature Between 59 and 77 Deg F (15 to 25 Deg C) and Relative Humidity between Zero and 90 Percent: Within 1 percent. 2) For Temperature between 59 and 77 Deg F (15 to 25 Deg C) and Relative Humidity between 90 and 100 Percent: Within 1.7 percent. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 23 City of Fort Worth 0515-294565 April 2024 3) For Temperature between Minus 4 and 104 Deg F (Minus 20 to 40 Deg C): Within 1 percent plus 0.008 times relative humidity reading. 4) For Temperature between Minus 40 and 356 Deg F (Minus 40 to 180 Deg C): Within 1.5 percent plus 0.015 times the relative humidity reading. d. Sintered, stainless -steel filter, protecting sensor. e. Provide duct installation kit for duct applications. 8. Power Supply: a. Field Power: 120-V ac, 60 Hz unless otherwise required by the application. b. Internal Power: As required by transmitter. 2.19 ORP ANALYZER 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. Foxboro b. HACH C. Rosemount d. Substitutions: Or approved equal B. Type: 1. Platinum ORP electrode, double junction reference electrode, and ground electrode with integral preamplifier. 2. For submersion or flow -through application as indicated on the Drawings. C. Function/Performance: 1. Range: Plus or minus 1500 mV. D. Physical: 1. Shrouded electrode for physical protection. 2. Sensor assembly constructed of PVDF, Tefzel, or similar material. 3. Sealed electrodes. E. Required Accessories: 1. Manufacturer's cable for connection of sensor to transmitter. Length of cable as required by installation indicated on Drawings. 2.20 LOW -RANGE TURBIDIMETER A. Manufacturers: Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 24 City of Fort Worth 0515-294565 April 2024 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. Q b. HF Scientific c. Y Substitutions: Or approved equal B. Type: 1. Continuously flowing turbidimeter using white light technology. 2. Microprocessor -based electronic transmitter C. Function/Performance: Accuracy: a. Plus or minus 2 percent of reading from 0 to 40 NTU b. Plus or minus 5 percent of reading from 40 to 100 NTU. 2. Repeatability: Plus or minus �0.002 NTU or 1 % of reading; whichever is greater. 3. Resolution: 0.001 NTU. 4. Range: 0 to 100 NTU. 5. Environmental Conditions: 32 to 112 degrees F. 6. Relative humidity: 0 to 95 percent, non -condensing. 7. Analyzer Isolated Output: 4-20 mA outputs adjustable over the full instrument range, and at least two (2) SPDT alarm contacts rated 5A at 230 VAC, which can be adjusted to trip at any point in the instrument range. 8. Display: Digital indicator displaying turbidity in NTUs. 9. Instrument meets US EPA Method 180.1. D. Physical: 1. Suitable for surface or pipe stand mounting. 2. 60 Hz. Al 3. Y NEMA 4 or 4X ( 65) enclosure. E. Required Accessories: 1. A factory calibrated optical device for verification of calibration without the use of consumables. 2. All cables, connectors, tubing, and flow cell accessories required for a fully operational turbidimeter. 3. Supply all flow cell accessories as required by manufacturer. 4. For each low -range turbidimeter, provide one-year supply consumables for calibration as determined by the manufacturer. F. Transmitter: Manufacturer: a. Same manufacturer as turbidity analyzer. Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 25 City of Fort Worth 0515-294565 April 2024 PART 3 - EXECUTION 3.1 INSTALLATION A. See installation requirements in individual specification sections. B. Mount instrumentation on instrumentation racks or stands, unless otherwise indicated. Provide shutoff and drain valves on all instrumentation connections. 3.2 EXAMINATION A. Examine walls, floors, roofs, and process area for suitable conditions where INSTRUMENTATION 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. 3.3 INSTALLATION A. Comply with NECA 1. B. Wiring Method: 1. Conceal conductors and cables in accessible ceilings, walls, and floors where possible. C. Wiring within Enclosures: 1. Bundle, lace, and train conductors to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. END OF SECTION 40 70 00 Eagle Mountain WTP - Phase IV Expansion Instrumentation for Process Systems Membrane Pre -Selection 40 70 00 - 26 City of Fort Worth DIVISION 43 PROCESS GAS AND LIQUID HANDLING, PURIFICATION AND STORAGE 0515-294565 April 2024 SECTION 43 11 33 - ROTARY LOBE BLOWERS 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. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 1.2 SUMMARY A. Section includes: 1. Rotary Lobe Blowers. 2. The Membrane Filtration System Supplier (MFSS) is responsible for sizing, coordinating, and furnishing all labor, materials, equipment, and incidentals for the blowers listed and specified herein. 3. The MFSS is responsible for furnishing all necessary and desirable accessory equipment and auxiliaries whether specifically mentioned in this section or not, as required for the operation of the membrane filtration system. 4. Supervisory services during installation and field testing of each unit and instructing the regular operating personnel in the proper care, operation and maintenance of the equipment. B. Application: 1. Each blower to be furnished and installed with all necessary accessory equipment including but not limited to: a. Rotary positive displacement blower (driven by an electric motor through v-belt drives). b. Inlet combination air filter/silencer. C. Expansion joints. d. Discharge check valve. e. Discharge/shutoff valve. f. Coupling and common base for motor connection. g. Control panel; alternatively, the blower controls can be integrated with the central PCL panel. C. Related Requirements: 1. Division 0 for general project requirements. Q2. Section 01 1100 "Summary of Work." 3. Section 0125 00 Substitution Procedures." 4. Section 01 31 20 "Project Meetings." Membrane Pre -Selection 43 1133 - 1 City of Fort Worth 0515-294565 L2 1.3 /11 LUL4 5. Section 0133 00 "Submittals." 6. Section 0160 00 "Product Requirements." 7. Section 0166 00 "Product Storage and Handling Requirements." 8. Section 0178 23 "Operation and Maintenance Data." 9. Section 0178 39 "Project Record Documents." 10. Section 0190 00 "Warranties." 11. Section 05 50 00 "Metal Fabrications." 12. Section 40 05 51 `Common Requirements for Process Valves." 13. Section 40 05 57 "Actuators for Process Valves and Gates." 14. Section 40 05 64 "Butterfly Valves." 15. Section 40 05 93.13 "Medium -Voltage Motor Requirements for Process Equipment" and 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment" for electric motors. 16. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." 17. Section 40 6121.20 "Process Control System Testing." 18. Section 40 6126 "Process Control System Training." 19. Section 40 63 43 "Programmable Logic Controllers." 20. Section 40 67 17 "Industrial Enclosures." 21. Section 40 70 00 "Instrumentation for Process Systems." 22. Section 43 1133 "Rotary Screw Compressors." 23. Section 46 6133 "Microfiltration and Ultrafiltration Membrane Equipment." Product Data: Submit manufacturer's product data for Blowers and accessories including electrical characteristics. 2. Manufacturer's name and address. a. Size, type, dimensions, model number and generic description of equipment or instrumentation provided. b. Material of Construction. C. Bill of materials and Nameplate data for supplied equipment. d. List of required materials, not supplied, to complete installation of the supplied equipment. e. Equipment total weight, including weight of major items. f. Center of gravity and lifting point locations for free-standing equipment. g. Variations from Project Requirements: Highlight, note, and explain why variation is included in submittal. h. Rated Capacity i. Silencer Certification: Suitable for service within entire speed ranges specified herein for variable or multiple speed positive displacement blowers. (Where applicable) j. Pressure loss at rated flow (where applicable) 3. Complete description of surface preparation and shop prime painting. 4. Blower: Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 11 33 - 2 City of Fort Worth 0515-294565 April 2024 a. Bearing Information: Make, model number, dimensions, materials of construction, installation tolerances, and bearing life in hours. b. Speed at specified operating points, (rpm). C. Capacity: cfm. d. Discharge pressure. e. Maximum Gear Tip Speed: fpm. f. Rated maximum pressure rise of blowers. g. Maximum temperature rise across blower. h. Power Rating: hp required at rated capacity and pressure for entire package, per ISO-1217 (slip test not permitted). V-Belt Drives: a. Number and size of V-belts. b. Rated Capacity of V-Belt Drive: hp. C. Service factor. d. Size and rpm of driving and driven sheaves (for 3 air flow rates). 6. Electric Motors: a. Driven Equipment: Include motor nameplate data, and test characteristics in accordance with NEMA Standard MG1-12.54: 1) Data and information for motors under Section 40 05 93.13 "Medium - Voltage Motor Requirements for Process Equipment" and 40 05 93.23"Low-Voltage Motor Requirements for Process Equipment" for electric motors. 2) Enclosure type and list of accessories. (Where applicable) 7. Valve Data; All Valves: a. Manufacturer's name and address. b. Model number. C. Size, weight, and dimensions. d. Details and materials of construction. e. Headloss at rated flow for non -throttling valves 8. Shop and Installation Drawings: Including, but not limited to: a. Materials, details of construction, dimensions, and anchor bolt locations, types, sizes, with minimum edge distances, depth of embedment, and locations. b. Dimensioned and scaled general arrangement drawings: For blower unit assembly and acoustical enclosure (if applicable). C. Cross -sectional view drawings for blower unit assembly. d. Drawings cross-referenced to a replacement parts list that includes part number and material of construction information. e. Point-to-point wiring diagrams for blower unit assembly identifying all wire and terminal numbers uniquely. f. Motor outline drawings identifying location of all field wiring termination cabinets. g. Process and instrumentation diagram drawings. Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 1133 - 3 City of Fort Worth 0515-294565 April 2024 h. Bearing life calculations. 1.4 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificates: 1. Products meet or exceed specified requirements. 2. Certify dBA noise level for entire package which satisfies the noise level requirements specified. B. Shop surface preparation shop prime painting, and shop finish painting systems. C. Samples: Submit color samples of all available shop finish paint colors. D. Test and evaluation reports. E. Manufacturers' Instructions: Submit troubleshooting, maintenance, and manufacturer's instructions. F. Source Quality -Control Submittals: Indicate results of factory tests and inspections. G. Installation Manuals: Provide manuals as specified in H. Field Quality -Control Submittals: 1. Indicate results of Contractor furnished tests and inspections including field test reports for blower unit field acceptance tests. I. Manufacturer Reports: Submit test reports and certificates for the following tests: 1. Compressor performance tests in accordance with ISO 1217, Annex C. 2. Equipment installation certificates. 3. Impeller balance and overspeed tests. 4. Motor tests. 5. Certified blower performance curves and design point in accordance with this Specification and include the following: a. Discharge Air Flow: scfm. b. Inlet Pressure: psia. c. Discharge Pressure: psig. d. Discharge Temperature: degrees F. e. Brake Horsepower: HP. £ Bearing types and life. g. Speed: RPM. J. Qualifications Statements: 1. Submit qualifications for manufacturer and installer. 2. Submit manufacturer's approval of installer. Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 11 33 - 4 City of Fort Worth 0515-294565 April 2024 3. A manufacturer installation list of similar installations indicating discharge pressure, discharge air flow, motor horsepower, motor speed, and facility contact name and phone number. 4. Qualifications of service engineer for approval. 1.5 CLOSEOUT SUBMITTALS A. Operating and Maintenance Manuals: 1. Comply with Section 0178 23 "Operation and Maintenance Data". 2. Prepare specifically for this installation and include required cut sheets, drawings, equipment lists, descriptions, maintenance recommendations, troubleshooting recommendations, etc. required to instruct operating and maintenance personnel unfamiliar with such equipment. Include the following at a minimum: a. Step-by-step disassembly and reassembly instructions including tolerances and torque requirements. b. Dimensional drawings of provided equipment with component weights. C. Recommended frequency and duration of blower unit operation to prevent deterioration during long periods of disuse. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Special Tools and Appliances: Necessary to disassemble, service, repair, and adjust equipment and appurtenances, in a suitable steel lockable tool chest and duplicate keys. B. List of blower unit and blower unit motor repair facilities within the United States including addresses, contact names and phone numbers. C. Suitably package spare parts. Clearly identify with indelible mark on exterior of packaging, to indicate equipment for which tools are intended. D. Provide one complete set of recommended spare parts from the manufacturer. Minimum spare parts for the blowers: 1. Filtering media for inlet filter for each blower filter: Two sets. 2. Complete sets of gaskets, seals, O rings if applicable, etc., for each blower: One set. 3. Belts for each size of blower: Two sets. 4. One mechanical seal. 5. Two sets of drive v-belts. 6. Bearings for each blower: One set. 7. Special tools as required to perform maintenance. 8. Lubricants: One year supply. Include summer and winter grades. Provide reference to equivalent products of other manufacturers including lubricant specifications such as viscosity, AGMA numbers, etc. E. Spare and replacement parts and price list and their available locations. Pricing to remain in effect for a period not less than one year after startup and final acceptance. F. Furnish one quart of touch up paint for each color finished. Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 1133 - 5 City of Fort Worth 0515-294565 April 2024 1.7 QUALITY ASSURANCE A. Perform Work according to standards set by authorities having jurisdiction. B. Conform to applicable ANSI, ASME, ABMA, NEMA, OHA, AISC, AWS, and IEEE standards. C. Like items of materials/equipment are to be end products of one manufacturer to provide standardization for appearance, operation, maintenance, spare parts, and manufacturer's service. D. Blower Manufacturer: Responsible for blower package including accessory equipment, skid mounting and enclosure. E. Single Source Blower Manufacturer: 1. Obtain blowers, motors, intake air filters, silencers, enclosures, controls, and all appurtenances from a single manufacturer, as a complete and integrated package. 2. Fully responsible for blower package including accessory equipment. Responsible for location of silencers, and other appurtenances, with respect to blowers. F. Variable Speed Blower: Blower manufacturer must perform an analysis of the complete blower system for resonant frequency or harmonics over the entire specified speed ranges. 1. Submit a copy of the analysis with supporting calculations. 2. Blower Package: Accommodate resonant frequency or harmonics within the air system over the entire specified speed range. This includes providing supporting devices, unit mass or other means necessary to allow continuous operation at any speed within the specified speed ranges for each blower. 3. This paragraph does not apply to electrical harmonics. G. Equipment Warranty: Provide statement that blower package is intended and designed for continuous, problem -free operation at any speed within specified speed ranges for the specified application. H. Coordinate the VFD with the blower motor to ensure the entire blower system, including blowers, motors, VFDs and controls, meets performance requirements as specified. I. Routine Tests: Perform on representative motors and include information described on NEMA MG1-12.54 "Report of Test Form for Routine Tests on Induction Motors". Efficiency to be determined in accordance with IEEE Publication No. 112, Method B. 1.8 DELIVERY, STORAGE, AND HANDLING A. Equipment: Skid mounted or crated and delivered to protect against damage during shipment. B. Parts: Protect such that no damage or deterioration occurs due to prolonged storage from time of shipment until installation is completed and units/equipment are ready for operation. C. Ship equipment, material, and spare parts assembled and complete except where partial disassembly is required by transportation regulations or for protection of components. Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 11 33 - 6 City of Fort Worth 0515-294565 April 2024 D. Protection from Weather and Elements: Mechanical and electrical equipment to be coated, wrapped, and otherwise protected from snow, rain, drippings of any sort, dust, dirt, mud, flood, and condensed water vapor during shipment and while installed in place during construction. 1. Protective Covering: Remain in place until work areas are substantially free of construction dust and debris. 2. Submit full details of proposed protective measures to the Engineer for approval prior to shipment. 3. Follow manufacturer's instructions for long term storage and maintain warranty on equipment. E. Finished Surfaces of Exposed Flanges: Protected by wooden blank flanges, strongly built and securely bolted thereto. F. Finished, Unpainted Iron or Steel Surfaces: Protected to prevent rust and corrosion. G. Blower Motors: Refer to Section 40 05 93.13 "Medium -Voltage Motor Requirements for Process Equipment" and 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment" for delivery, handling and storage of electric motors. H. No shipment to be made until approved by the Engineer in writing. I. Inspection Upon Delivery: Note observed damage and immediately notify equipment manufacturer. 1.9 WARRANTY A. Blower Manufacturer: Provide warranty as specified in Section 01 90 00 "Warranties." PART 2 - PRODUCTS 2.1 EQUIPMENT A. Manufacturers: 1. Blowers: Supplied by one of the following manufacturers: a. Aerzen USA Corporation. b. Kaeser USA. C. Gardener Denver USA. 2. Furnish materials according to standards set by authorities having jurisdiction. B. Description: Equipment specified is intended to be standard equipment for use in low pressure air systems. C. Continuous duty, 24-hour service at all points within the defined operating range without surging, abnormal noise, excessive vibration or strain, hunting, overloading the main drive motor, or excessive heating of bearings. Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 11 33 - 7 City of Fort Worth 0515-294565 April 2024 D. Blowers: Rotary lobe positive displacement type, direct driven by an electric motor, factory mounted on a common base with required accessories for a complete system as designed and coordinated by the MFSS. Blower assembly includes: E. Blower Casing: 1. Material: Single piece of close -grained cast iron, ASTM A48, with flanged connections and suitably ribbed to prevent distortion. 2. Hydrostatic Test Pressure: 1.5 maximum continuous design pressure rating at operating temperatures. 3. Separate side plate, of same material, bolted and pinned to the housing. 4. Casing to incorporate a proven means of pulsation cancellation such that vibration is reduced 90% or greater. 5. For blowers that do not incorporate pulsation cancellation, provide design and sizing calculations of blower package components demonstrating compliance with this requirement over entire operating range of the blower. 6. Regardless of the operating pressures specified, the blowers themselves (excluding motors and belt drives), shall be designed to operate at a 10 psig pressure differential across the blower. F. Timing Gears: 1. Type & Material Single helical, steel timing gears with hardened and ground teeth manufactured to AGMA 12 standards: 2. Lubrication: Oil splash lubricated from an oil -tight housing 3. Service Factor: Minimum 1.7 per AGMA at maximum operating point. G. Bearings: 1. Type: Cylindrical roller. 2. B-10 Bearing Life Expectancy: 40,000 hours. As defined by the ABMA. 3. Lubrication: Oil splash lubricated from an oil -tight housing. H. Lubrication: 1. Grease lubrication is not allowed. 2. Oil Sight Glasses: Directly attached on each oil sump to observe oil level in reservoirs. 3. Mount oil drain valves on oil sump covers. 4. Blower Stage: Removable from its base without having to drain the oil. 5. Provide an oil fill and drain kit. I. Oil Seal: To prevent lubricant from contaminating the air stream. 1. Type: Double seal arrangement. May not utilize lip seal. a. Four rotary piston ring shaft seals, an oil slinger, and an O-ring seal provided at the point where shaft passes through the side plate. 2. Vent impeller side of oil seal to atmosphere to eliminate any possible carry-over of lubricant into the air stream. Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 1133 - 8 City of Fort Worth 0515-294565 April 2024 Drive Mechanism: V-Belt Drive Heavy duty, High -capacity type, oil and heat resistant. 1. Belt Tensioning: Incorporate means to easily adjust belt tension. Arrange to allow substitution of pulleys and belts to change blower speed. 2. Do not use side rails or adjustable spring. 3. Sheaves: Dynamically balanced for linear tip speeds greater than 6500 ft/min. 4. Belt Guard: Perforated galvanized steel per OSHA regulations. a. Removable for belt inspection and replacement. 5. Manufacturer responsible for coordinating the starting torque requirements of blower and motor. K. Base Frame: Blowers and ancillary equipment to be installed on a concrete slab without grouting. No special foundations required. Blower manufacturer to provide the following: 1. Material: Carbon Steel. 2. Vibration Isolators: To dampen and contain dynamic forces of the blower package from transmission to the building or piping. Vibration isolating feet and flexible pipe connectors with a minimum efficiency of 80 percent. 3. Special mounts for the specified seismic zone: Corresponding calculations supporting the selection of the mounts. 4. Anchor bolt sizing and templates for bolt installation. 5. Foundation Bolts, Plates, Nuts and Washers: Type 316 stainless steel. To facilitate installation of blower unit and control panel. 6. Lifting lugs for equipment weighing over 100 pounds. 7. Anchorage and Bearing Pads: As required to mount each blower on its independent concrete base. Provided by the equipment manufacturer as recommended by the blower manufacturer. L. Design anchorage embedded into supporting structure per ACI 318 Appendix D or the appropriate ICC ES Acceptance Criteria. 1. Anchorage to Concrete: Assume cracked condition. Assume existing concrete has a 28- day compressive strength of 3000 psi. M. Anchor Bolts: Adhesive anchor system, for fastening to solid concrete substrate. Refer to Equipment Anchorage Requirements, Design, and Engineering Calculations per Section 0160 00 "Product Requirements" 2.2 PERFORMANCE AND DESIGN CRITERIA: A. Each blower to be designed for the following conditions of service: Site Conditions: a. Blowers will be inside the membrane building in Fort Worth, Texas. 2. Design Criteria: Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 11 33 - 9 City of Fort Worth 0515-294565 April 2024 a. Number of units: As recommended by the MFSS. b. Design Air Flows, Pressures and Temperatures: As recommended by the MFSS. C. Blowers to installed at grade level. B. Vibration: 1. Refer to Vibration requirements established in Paragraph 2.11 of Section 01 60 00 "Product Requirements". 2.3 MOTORS A. Premium efficiency and in accordance with latest NEMA, IEEE, ANSI and ABMA standards where applicable. 2.4 CONTROLS A. Description: 1. Coordinate with the MFSS for control description to provide a complete and functional membrane filtration system. 2. Refer to other controls and instrumentation requirements within specification sections in Division 40. B. Local Blower Control Panel (LBCP): LBCP furnished by Blower supplier: a. Conform to Section 40 67 17 "Industrial Enclosures." b. Power wiring to comply with Section 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment." C. Mounting: Free Standing. d. Enclosure rating NEMA 4X, 316 SS. e. Provide a 120 V Circuit Breaker. f. Emergency Stop pushbutton mounted on front of LBCP. 2. LBCP contains controls for blower motor starting, valve positioning and monitoring, shut- down control and sequencing, alarm and emergency shut -down systems, oil or motor temperatures, blower vibration, and suction and discharge pressures. 3. LBCP supplier is responsible for programming the PLC controls for blower system. Provide a memory map showing all signals exchanged between PLCs and HMIs. Define any specific communication block memory addresses. 4. Communication with MFSS Master Control Panel. a. Refer to coordination with the MFSS and P&IDs for requirements for control panel layout requirements (i.e., lights, switches, indicators) and I/O signals to plant control system. C. Vibration Monitoring System: Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 11 33 - 10 City of Fort Worth 0515-294565 April 2024 A bearing vibration system to be provided for each anti -friction bearings of each blower. System to be mounted in each blower control panel and provide alarm and shut -down if excessive vibration is detected. Control to delay operation on blower start-up and screen out short duration transients. Control to indicate which bearing caused the shutdown condition and be connected to the MFSS and SCADA systems. Mount all necessary relays, terminal strips and alarm devices to the control panel. A. Provide a calibrated ammeter with dual scales for each blower to indicate the quantity od air being discharged. Indicate compressor surge point, design point, and maximum discharge point for each gauge. Furnish all fittings, adapters and relays required for a complete installation within the local control pane. B. Differential Pressure Switch: 1. Provide a differential pressure switch across inlet filter/silencer to measure pressure drop. 2. Refer to Section 40 73 76 "Pressure and Differential Pressure Switches" for differential pressure switch requirements. C. Pressure Gauges: 1. Supplied by Blower supplier to indicate pressure in the inlet and discharge line of each blower. 2. Connect to taps in inlet and discharge piping as close as possible to the expansion joint joining the blower. 3. Mount two gauges on LCP. 4. Furnish tubing to connect each gauge to its tap on the air piping, plus fittings, adaptors and shut-off and vent valves as required for a complete installation D. Pressure Switches: 1. Refer to Section 40 73 76 "Pressure and Differential Pressure Switches" for pressure switch requirements. 2. High discharge pressure switch: Blower shutdown if discharge pressure exceeds a preset amount. 3. Adjustable range as recommended by MFSS. 4. Normally open contacts. 5. Manual reset. 6. NEMA 12 enclosure and brass bourdon tube. 7. No mercury. E. Temperature Gauges and Switches: Supplied by Blower supplier to indicate discharge temperature of air. F. Blower mounted switches: Wired to a labeled terminal strip mounted on blower enclosure. Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 11 33 - 11 City of Fort Worth 0515-294565 April 2024 A. Provide check valves on the discharge of each blower. Design to be confirmed for application and compatibility with this application. B. Pressure Relief Valve: Provided on discharge of each blower to shut down blower if line exceeds recommended pressure. Type recommended by the blower manufacturer. 1. Supply blowers with a relief valve having the capacity of relieving the entire discharge flow of blower. 2. Adjustable pressure. 3. Housed in sound enclosure and relieves into a segmented section of the enclosure. 4. Permit the discharge of the relief valve to be piped away. C. Discharge Isolation Valve: 1. Supply blowers with a discharge butterfly valve for blower isolation. 2. Discharge butterfly valves: As specified in Section 40 05 64. 3. Manually actuated gear operator and either handwheel or chainwheel as specified in Section 40 05 64. 2.7 FINISHES A. Blowers and Discharge Piping Accessories: Factory finish with manufacturer's standard for high temperature paint. 1. Submit description of surface preparation and paint with shop drawings. 2.8 ACCESSORIES A. General: In addition to other items specified herein and recommended by the MFSS, provide blowers with the following accessory equipment, as a minimum: 1. Inlet combination air filter/silencer. 2. Flexible Connectors. 3. Blower Nameplate. 4. Coupling and common base for connection. B. Nameplates: Stainless steel with embossed lettering, for each major piece of equipment including compressor, main drive motor, valves, local control panels, etc. 1. Affix to equipment using stainless steel mechanical fasteners. 2. Include the following minimum information on each equipment information nameplate: a. Manufacturer's name, make, model number, serial number and date of manufacture. b. Motor nameplate: Electrical voltage requirements and ampere draw at rated voltage. 3. Blower Unit Nameplate Information: a. Rated capacity: scfm. b. Rated discharge pressure: psig. c. Rated impeller speed: rpm. Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 11 33 - 12 City of Fort Worth 0515-294565 April 2024 d. Impeller diameter: inches. e. Isentropic efficiency at rated capacity and discharge pressure. Percent. f. Brake horsepower requirement at rated capacity and discharge pressure: hp. g. Lubrication oil requirements: specify. 4. Blower Unit Main Drive Motor Nameplate: In addition to above, include the following information on its equipment information nameplate: a. All information required by NEMA MG1 20.60.1. b. Efficiency at rated horsepower output. c. Power factor at rated horsepower output. d. Winding insulation system designation and type. e. Power lead current transformer ratio. f. Bearing model and serial number. C. Inlet Filter/Silencer: Supplied with blowers. 1. Separate inlet filters and silencers is acceptable if they are standard design for the equipment furnished. 2. Heavy-duty, all welded steel construction. 3. Inlet Filter /Silencer: Suitable for indoor installation and mounted directly to inlet flange of the blower. 4. Filter Element: Washable by maintenance personnel. 5. Inlet Filter/Silencer Performance Losses: Included by blower vendor in the blower performance calculation. D. Flexible Connectors: Bellows or arch type with internal sleeves to connect inlet and outlet of each blower to silencers. 1. Place as directed by manufacturer to ensure blower isolation from connecting piping. 2. Standard flanged connections designed to withstand maximum temperature, pressure and vibration that may result from the operation of system. 3. Connector Size: Same as inlet and discharge silencer connections. 4. An arch type of flex coupling with back-up flanges will require a rigid flange on the connecting pipe. PART 3 - EXECUTION 3.1 INSTALLATION A. Installation: According to manufacturer's instructions. B. Blower Units and Appurtenances: Installed by Contractor in strict accordance with the blower manufacturer/ supplier's instructions and recommendations in the locations as shown on Drawings. 1. Make all necessary adjustments to provide complete and satisfactory operation upon completion of the Contract. 2. Field align by a qualified millwright to the blower manufacturer instructions and specifications. Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 11 33 - 13 City of Fort Worth 0515-294565 April 2024 C. Field Tests: Not to be conducted until entire installation is complete and ready for testing. 3.2 FIELD QUALITY CONTROL A. Testing: 1. Field acceptance test blower package system and appurtenances under actual operating conditions. 2. Operate systems for 24 hours. 3. A 7-day operating period of stable and vibration -free operation is required for blower units prior to final acceptance. 4. Demonstrate that under conditions of operation each unit: a. Has not been damaged by transportation or installation. b. Has been properly installed. C. Has no mechanical defects. d. Is in proper alignment. e. Has been properly connected. f. Is free of overheating of any parts. g. Is free of objectionable vibration and noise. h. Is free of overloading of any parts. B. Equipment Acceptance: 1. Take corrective measures and retest units. 2. Assure full compliance with Specifications. 3. Submit a revised written report to the Engineer. C. Noise and Vibration Tests: 1. Noise level in Blower Room: 85 dBA free field when measured 36 inches from equipment being tested. 2. No harmful vibrations in blower units or system piping. END OF SECTION 43 1133 Eagle Mountain WTP - Phase IV Expansion Rotary Lobe Blowers Membrane Pre -Selection 43 11 33 - 14 City of Fort Worth 0515-294565 April 2024 SECTION 43 12 51 — OIL -FREE SCROLL COMPRESSORS 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. Oil -free scroll air compressors. 2. Air receivers. 3. Desiccant compressed -air dryers. 1. Division 0 for general project requirements. 2. Section 01 1100 "Summary of Work." 3. Section 01 25 00 Substitution Procedures." 4. Section 01 3120 "Project Meetings." 5. Section 0133 00 "Submittals." 6. Section 01 60 00 "Product Requirements." 7. Section 0166 00 "Product Storage and Handling Requirements." 8. Section 0178 23 "Operation and Maintenance Data." 9. Section 0178 39 "Project Record Documents." ] 0. Section 0190 00 "Warranties." 11. Section 05 50 00 "Metal Fabrications." 12. Section 40 05 51 `Common Requirements for Process Valves." Q13. Section 40 05 57 "Actuators for Process Valves and Gates." 14. Section 40 05 64 `Butterfly Valves." 15. Section 40 05 93.13 "Medium -Voltage Motor Requirements for Process Equipment" and 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment" for electric motors. 16. Section 40 6100 "Process Control and Enterprise Management Systems General Provisions." 17. Section 40 6121.20 "Process Control System Testing." 18. Section 40 6126 "Process Control System Training." 19. Section 40 63 43 "Programmable Logic Controllers." 20. Section 40 67 17 "Industrial Enclosures." 21. Section 40 70 00 "Instrumentation for Process Systems." 22. Section 46 6133 "Microfiltration and Ultrafiltration Membrane Equipment." Eagle Mountain WTP - Phase IV Expansion Oil -Free Scroll Compressors Membrane Pre -Selection 43 12 51 - 1 City of Fort Worth 0515-294565 April 2024 1�c�K�Z� '7� �1:rIQ��►I A. Coordinate Work of this Section with Work of other Sections. 1.4 ACTION SUBMITTALS A. Section 0133 00 "Submittal Procedures" for submittals requirements. B. Qualifications Statements: C. Shop Drawings: 1. Certified shop and erection drawing showing details of construction and dimensions. 2. Equipment base drawing indicating size and location of bolt holes for anchorage, details of anchorage of the equipment to the foundation including anchor bolt type, size, materials, embedment depth, and minimum edge distance. 3. Certified performance data based on actual tests of similar units, showing specified requirements for discharge pressure, volume, and brake horsepower. 4. Total equipment weight and weight of largest component. 5. A total bill of materials for all equipment. 6. Parts arrangement drawing including materials of construction. 7. Descriptive literature, bulletins, and/or catalogs of the equipment. 8. Data for electric motors. reference Section 40 05 93.23. 9. Description of the performance and rating of the gear reducer. 10. Description of painting and protective coatings. 11. Noise Data. D. Submit the Following Data: 1. Compressor: a. Speed (rpm). b. Capacity (scfin). C. Pressure: (psi). d. Power (hp). 2. Air Receiver: a. Manufacturer. b. Volume/Dimensions. C. Pressure Rating (psi). 3. Desiccant compressed -air dryers: a. Manufacturer. b. Capacity (scfm). C. Pressure Rating (psi). 1.5 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Products meet or exceed specified requirements. Eagle Mountain WTP - Phase IV Expansion Oil -Free Scroll Compressors Membrane Pre -Selection 43 1251 -2 City of Fort Worth 0515-294565 April 2024 B. Manufacturer's Instructions: Detailed instructions on installation requirements, including storage and handling procedures. C. Source Quality -Control Submittals: Results of factory tests and inspections. D. Field Quality -Control Submittals: Results of Contractor -furnished tests and inspections. E. Manufacturer Reports: Equipment has been installed according to manufacturer's instructions. 1.6 CLOSEOUT SUBMITTALS A2 A. Section 0178 39 "Project Record Document for closeout procedures requirements. B. rojiec ecor ocuments: ecord actual ocations of compressors and components. C. Operation and Maintenance Data: Instructions for lubrication, motor and drive replacement, spare parts list, and wiring diagrams. 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Section 0178 23 "Operation and Maintenance Data" for maintenance materials requirements. B. Spare Parts: Furnish one set of manufacturer's recommended spare parts. C. Tools: Furnish any special tools and other devices required for Owner to maintain and calibrate equipment. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three years' documented experience. B. Installer: Company specializing in performing Work of this Section with minimum three years' documented experience and approved by manufacturer. 1.9 WARRANTY A. Section 0190 00 "Warranties" for warranties requirements. B. Furnish five year manufacturer's warranty for pumps and accessories. PART 2 - PRODUCTS 2.1 ROTARY -SCROLL AIR COMPRESSORS A. Manufacturers: Eagle Mountain WTP - Phase IV Expansion Oil -Free Scroll Compressors Membrane Pre -Selection 43 1251 - 3 City of Fort Worth 0515-294565 April 2024 Subject to compliance with requirements, provide products by one of these manufacturers: a. Gardner Denver b. Powerex. C. Werther. 2. Substitutions: Section 0125 00 "Substitution Procedures." B. Oil -free scroll compressor: One -stage, belt driven, twin scroll compressor. 1. Electric motor. 2. Inlet filter/silencer with maintenance indicator. 3. Discharge pressure sensor and high and low discharge pressure switches and shut -down device. 4. Discharge temperature sensor and high temperature switch and shut -down device. 5. Oil temperature and pressure sensors, high/low switches, and shut -down devices. 6. Full enclosure with vibration absorbers. C. Description: 1. Provide firm on-line standby compressed air capacity. 2. Size each air compressor such that any (1) compressor can meet the compressed air requirements of the membrane filtration system without operating more frequently than 50 percent of the time. 3. Mounting: As recommended by MFSS. 4. Seals: As recommended by MFSS. 5. Bearings: ABMA minimum life rating, B-10, 100,000 hours at operating conditions. 6. Compressor Base: As recommended by MFSS and compressor manufacturer. 7. Designed for continuous unattended service. 8. Air pressure actuated intake volumetric control valve: For modulating control of intake air maintaining discharge pressure at varying air flow demands from 0 to 100 percent capacity. 9. Discharge Air Connection: Threaded. D. Performance and Design Criteria: 1. Nominal Speed: As recommended by the MFSS. 2. Inlet Size: As recommended by the MFSS. 3. Discharge Size: As recommended by the MFSS. 4. Number of Stages: One. 5. Capacity: As recommended by the MFSS. 6. Performance Base: Elevation of —500 ft. 7. Maximum Discharge Pressure: As recommended by the MFSS. 8. Maximum Sound Level: 84 dBA, 3 feet from compressor unit. 9. Static and Dynamic Balance: Eliminate vibration or noise transmission to occupied areas. E. Motors: 1. As specified in Section 40 05 93.13 "Medium Voltage" and 40 05 73.23 "Low Voltage Motor Requirements for Process Equipment." 2. Premium efficiency. Eagle Mountain WTP - Phase IV Expansion Oil -Free Scroll Compressors Membrane Pre -Selection 43 12 51 - 4 City of Fort Worth 0515-294565 April 2024 F. Control Panels: 1. Factory mounted. 2. NEMA 250 Type 4X, 316 SS. 3. Built to UL — 508. 4. Single -point power connection and grounding lug. for a 480 VAC, 3 phase, 60 Hz power supply. 5. Fuse protected control power transformer sized for control functions. 6. Microprocessor controller with integral display and programming functions. G. Controls: 1. Hand -Off -Automatic selector switch. 2. Display: a. Power on. b. Discharge air temperature. C. Discharge pressure. d. Oil temperature. e. Oil pressure. f. Maintenance interval. g. Run time. h. Machine status. 3. Programming features: a. Load and unload set points. b. Lead/lag control. C. Restart after power failure. d. Input for remote start/stop. e. Continuous or automatic start/stop. 4. Dry contact outputs rated 10 Amp at 120 VAC single pole, double throw dry alarm contacts for remote status indication of the following: a. Compressor Running. b. Maintenance Required. 5. Alarms for each compressor (with shut -down, visual, with acknowledge/silencer/reset/test): a. High Discharge Temperature. b. High Discharge Pressure. C. High Discharge Pressure Shutdown. d. Low Discharge Pressure. e. Low Discharge Pressure Shutdown. f. Low Oil Pressure. g. Motor Overload. H. Belt Drive (If required by equipment design): 1. Multi V-Belt drive with 1.5 service factor based upon motor horsepower rating. 2. Sheaves keyed and locked to their respective shafts. Eagle Mountain WTP - Phase IV Expansion Oil -Free Scroll Compressors Membrane Pre -Selection 43 1251 -5 City of Fort Worth 0515-294565 April 2024 OSHA compliant fabricated steel or expanded metal belt guard, galvanized after fabrication. I. Accessories: 1. Safety Relief Valve: ASME approved. 2. Vibration Isolators: As specified in paragraph 2.11 in Section 01 60 00 , "Product Requirements." 3. Start and Stop Pressure Switch: a. Diaphragm actuated, snap action. b. Range: As recommended by the MFSS. C. Repeatability: 1.0 percent of full scale. d. Adjustable setting, adjustable dead band. e. Automatic reset. f. Contacts: Single pole, double throw, 10 Amperes, 120 Volts AC. g. Enclosure: NEMA 4X. h. Isolation valve and snubber. 4. Compressor high/low discharge pressure and oil pressure alarm/shut-down pressure switch (same details as above). 5. Compressor high discharge temperature and high oil temperature alarm/shut-down temperature switch: a. Bulb and capillary type, snap action. b. Scale range: Up to 300 degrees F. C. Adjustable Setting Range 100 to 250 degrees F. d. Adjustable or fixed dead -band. e. Repeatability: 1.0 percent of full scale. f. Automatic reset. g. Contacts: Single pole, double throw, 10 Amperes, 120 Volts AC. h. Enclosure: NEMA 4X. i. Thermowell: Type 316 stainless steel or bronze. 6. Oil pressure gage. 7. Water Cooling System: a. Solenoid valve, normally closed, energize to open, 120 Volt coil. b. Flow indicator. C. Flow regulator. 8. Moisture separator. Noise Limitation: Design air compressor system for a free field sound pressure level not to exceed 85 decibels over a frequency range of 37.8 to 9600 cycles per second at a distance of 3-ft from any portion of the equipment, under any load condition, when tested using standard equipment and methods. Noise level to include the noise from the motor. Utilize mufflers, baffles, or sound attenuating enclosure to reduce noise. Submit data on noise levels. Eagle Mountain WTP - Phase IV Expansion Oil -Free Scroll Compressors Membrane Pre -Selection 43 12 51 - 6 City of Fort Worth 0515-294565 April 2024 2.2 AIR RECEIVERS A. Manufacturers: 1. Substitutions: Section 0125 00 "Substitution Procedures." 2. Furnish materials according to standards set by authorities having jurisdiction. B. Performance and Design Criteria: As recommended by the MFSS. 2.3 COMPRESSED -AIR AFTERCOOLERS A. Manufacturers: 1. Substitutions: Section 0125 00 "Substitution Procedures." 2. Furnish materials according to standards set by authorities having jurisdiction. B. Description: 1. Removable tube nests of nonferrous metal tubes and corrosion -resistant tube plates. 2. Safety valves. 3. Pressure gage. 4. Moisture separator with automatic condensate trap and drain. 5. Water inlet piping with automatic water valve. C. Working Pressure: As recommended by the MFSS. D. Discharge Temperature: Cool air to within 12 degrees F of ambient air temperature at specified flow capacity. 2.4 DESICCANT COMPRESSED -AIR DRYERS A. Manufacturers: 1. Substitutions: Section 0125 00 "Substitution Procedures." 2. Furnish materials according to standards set by authorities having jurisdiction. B. Self-contained, dual tower, regenerative. 1. Containing absorbent desiccant. 2. Provide moisture separator with automatic (mechanical or microprocessor controlled) condensate trap, drain, and controls. C. Operation: Solid-state controller automatically switches operation between towers. 1. NEMA 250 Type 4 enclosure. D. Minimum Components: 1. Automatic float drain valve. 2. Particulate Prefilter. 3. Particulate After Filer. 4. Air -inlet temperature gage mounted on each tower. Eagle Mountain WTP - Phase IV Expansion Oil -Free Scroll Compressors Membrane Pre -Selection 43 1251 - 7 City of Fort Worth A 0515-294565 April 2024 5. Air -inlet pressure gage mounted on each tower. 6. ON -OFF switch. 7. Pressure gage mounted on each tower. 8. Pressure or safety relief valve mounted on each tower. 9. Adjustable air purge control. 10. Purge airflow indicator. 11. Purge muffler. E. Accessories: 1. Dew Point Control: Minus 40 degrees F. 2. Three -valve bypass. 3. Odor -removal filter. 4. Switching failure alarm. PART 3 - EXECUTION 3.1 PREPARATION A. Ream pipe and tube ends, and remove burrs. B. Remove scale and dirt on inside and outside of piping before assembly. C. Prepare piping connections to equipment with flanges or unions. D. Keep open ends of pipe free from scale and dirt by protecting open ends with temporary plugs or caps. 3.2 FIELD QUALITY CONTROL A. Compressed -Air Piping Leak Test: Prior to initial operation, clean and test compressed -air piping according to ASME B31.3. B. Verify for atmospheric pressure in piping systems, other than system under test. C. Test system with dry compressed air or dry nitrogen with test pressure in piping system at 80 psig. D. Manufacturer Services: Furnish services of manufacturer's representative experienced in installation of products furnished under this Section for installation, inspection, field testing, and instructing Owner's personnel in maintenance of equipment. E. Equipment Acceptance: 1. Adjust, repair, modify, or replace components failing to perform as specified, and rerun tests. 2. Make final adjustments to equipment under direction of manufacturer's representative. F. Furnish installation certificate from equipment manufacturer's representative attesting equipment has been properly installed and is ready for startup and testing. Eagle Mountain WTP - Phase IV Expansion Oil -Free Scroll Compressors Membrane Pre -Selection 43 12 51 - 8 City of Fort Worth 0515-294565 April 2024 U[cam_\D JAR I_Y_I►[4; A. Check control functions and adjust as required. Q( A. Blow systems clear of free moisture and foreign matter. Eagle Mountain WTP - Phase IV Expansion Oil -Free Scroll Compressors Membrane Pre -Selection 43 1251 - 9 City of Fort Worth 0515-294565 April 2024 SECTION 43 23 31.41 — VERTICAL IN -LINE MULTISTAGE CENTRIFUGAL PUMP 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. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 1.2 SUMMARY A. Section includes vertical in -line multistage centrifugal pumps for use in clean -in -place (CIP) and neutralization operations. 1. The MFSS is responsible for furnishing all necessary and desirable accessory equipment and auxiliaries whether specifically mentioned in this section or not, as required for the operation of the membrane filtration system. 2. Supervisory services during installation and field testing of each unit and instructing the regular operating personnel in the proper care, operation and maintenance of the equipment. B. Related Requirements: 1. Division 0 for General Project Requirements. 2. Section 01 1100 "Summary of Work." 3. Section 01 25 00 Substitution Procedures." 4. Section 01 3120 "Project Meetings." 5. Section 0133 00 "Submittals." 6. Section 01 60 00 "Product Requirements." 7. Section 0166 00 "Product Storage and Handling Requirements." 8. Section 0178 23 "Operation and Maintenance Data." 9. Q2 Section 0178 39 "Project Record Documents." "Warranties." 10. Section 0190 00 11. Section 05 50 00 "Metal Fabrications." 12. Section 40 05 51 `Common Requirements for Process Valves." 13. Section 40 05 57 "Actuators for Process Valves and Gates." 14. Section 40 05 64 `Butterfly Valves." 15. Section 40 05 93.13 "Medium -Voltage Motor Requirements for Process Equipment' and 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment' for electric motors. 16. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." 17. Section 40 6121.20 "Process Control System Testing." 18. Section 40 6126 "Process Control System Training." Eagle Membrane Pre -Selection 43 23 31.41 - 1 City of Fort Worth 1.3 0515-294565 April 2024 19. Section 40 63 43 "Programmable Logic Controllers." 20. Section 40 67 17 "Industrial Enclosures." 21. Section 40 70 00 "Instrumentation for Process Systems." 22. Section 46 6133 "Microfiltration and Ultrafiltration Membrane Equipment." ACTION SUBMITTALS A. See Section 0133 00 "Submittals" for submittals requirements. B. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for vertical in -line multistage centrifugal pump. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. 3. Manufacturer's rating curves showing pump characteristics of head, brake horsepower, discharge, efficiency and NPSH. This information shall be prepared specially for the pumps proposed. Catalog sheets showing a family of curves will not be acceptable. 4. Manufacturer's rating curves showing pump characteristics of head, break horsepower, discharge, efficiency and NPSH. This information shall be prepared specially for the pump proposed. Catalog sheets showing a d family of curves will not be acceptable. 5. Data on motors and power factor correction capacitors. 6. Descriptive literature, bulletins and/or catalogs of the equipment. 7. The total weight of equipment including the weight of the single largest item or component and including the maximum weight "wet". C. Shop Drawings: Shop and erection drawings showing materials, details of construction, dimensions and anchor bolt locations. Provide control panel showing clearly all safety switches, disconnects, wires, contacts, lights, buttons, switches, terminals, pressure gauges, devices etc. and complete wiring schematics. a. Completely illustrate the equipment to be supplied. b. Typical diagrams are not be acceptable. Each unit shall have its own wiring interconnection diagram and materials list. D. Control Narrative: Provide a brief control narrative description stating how the automated control and manual control of the pumps is achieved. Include references to alarms and monitoring signals as well as external devices, such as level transducers, to fully achieve the monitoring and control functions described herein. List all deviations where applicable. E. A complete total bill of materials for all equipment. F. A list of the manufacturer's recommended spare parts. G. Written confirmation that submitted system can be installed in location required. H. Description of surface preparation and shop painting. Eagle Mountain WTP — Phase IV Expansion Vertical In -Line Multistage Centrifugal Pump Membrane Pre -Selection 43 23 31.41 - 2 City of Fort Worth 0515-294565 April 2024 1.4 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificates: B. C. D. 1.5 Q2 A. 1.6 A2 A; 2 1.7 1. Products meet or exceed specified requirements. 2. Installation is completed according to manufacturer's instructions. Manufacturer's Instructions: Detailed instructions on installation requirements, including storage and handling procedures. Source Quality -Control Submittals: Results of factory tests and inspections. Field Quality -Control Submittals: Results of Contractor -furnished tests and inspections. CLOSEOUT SUBMITTALS See Section 0178 39 "Project Record Documents" r submittals requirements. MAINTENANCE MATERIAL SUBMITTALS Spare Parts: One set of manufacturer's recommended spare parts. QUALITY ASSURANCE A. The booster pumps shall be furnished by a manufacturer who is fully experienced, reputable and qualified in the manufacture of the equipment to be furnished. The system supplier shall be fully responsible for the proper operation and performance of the system. The system as a whole and the pumping units shall be designed, constructed and installed in accordance with the best practices and methods and shall operate satisfactorily when installed where indicated on the Drawings. B. Manufacturer Qualifications: At least 5 years of manufacturing specified products and at least 10 installations in Texas. C. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. 1.8 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in Manufacturer's original packaging and inspect for damage. As necessary, provide inspection report to Manufacturer identifying any damage and rework necessary prior to installation. B. Storage: Store pumps and all appurtenances according to Manufacturer's instructions. Eagle Mountain WTP — Phase IV Expansion Vertical In -Line Multistage Centrifugal Pump Membrane Pre -Selection 43 23 31.41 - 3 City of Fort Worth 0515-294565 April 2024 C. Do not disassemble factory assembled parts and components for shipment unless written permission received from Engineer. 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's instructions. 3. Protect unpainted finished iron and steel surfaces to prevent rust and corrosion. 4. Protect finished surfaces of exposed flanges with wood or equivalent blank flanges. 5. Protect bearings against formation of rust in accordance with bearing manufacturer's recommendations. Apply lubricant or corrosion inhibiting treatment during transportation, storage, handling, installation, and lapse of time prior to start-up. Intermittently manually rotate equipment prior to start-up to ensure distribution of lubricant/protection 1.9 SITE CONDITIONS A. Ambient Temperature Range: minus 10 to 50 degrees C.Field Measurements: As applicable confirm field measurements and interferences prior to fabrication. Indicate field measurements on Shop Drawings. 1.10 WARRANTY A. Refer to Section 0190 00 "Warranties." PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by the following: 1. Grundfos. 2. ITT Goulds Pump Company. 3. Bell and Gossett. 4. Or Equal. 2.2 PERFORMANCE REQUIREMENTS A. Design and proportion all parts as to have liberal strength, stability and stiffness and to be especially adapted for the work to be done. Provide the room and facilities for inspection, repairs and adjustment. B. Furnish a system complete with all pumps, motors, suction and discharge manifolds, shut-off valves, control valves, controls, control panel and motor starters required. Factory install all Eagle Mountain WTP — Phase IV Expansion Vertical In -Line Multistage Centrifugal Pump Membrane Pre -Selection 43 23 31.41 - 4 City of Fort Worth 0515-294565 April 2024 components on a steel skid base and wired, such that only external connections of piping and wiring shall be required in the field. C. Provide all necessary foundation bolts, plates, nuts, and washers by the equipment manufacturer. Provide items to be embedded in concrete for installation by others. Anchor Bolts: Type 304 stainless steel. D. Nameplates: Attach brass or stainless steel indicating the name of the manufacturer, the rated capacity, head, speed and all other pertinent data to each pump. E. Design and construct the pumps and motors to avoid the generation of objectionable noise or vibration. The noise limitations shall apply to the entire system, regardless of the number of pumps running. 2.3 PUMPS A. Type: In -line, non -self -priming, vertical multistage centrifugal pump coupled to a standard motor, with flow and head defined in the specification, manufactured according to the standards of the Hydraulic Institute and to ANSI B58.1. B. Pump Construction: Al I . Pump Body/Head: ASTM A4 , Type 316 stainless steel, apable of hydrostatic test at 150 percent of maximum dischar uction and hub replaceable wear ring. a. Mating Parts: Register fit to ensure alignment. Al 2. Pump Impeller: AI Type 316 stainless steel. 3. Pump Shaft: AISI Alt 4. Mechanical Seal: Silicon carbide, cartridge type. 5. Pump Base: Cast iron or aluminum as standard by manufacturer. C. Bolts: Zinc plated to retard corrosion. D. Motors: 1. Provide motors rated for operation on 480-volt, 3 phase and 60 hertz power. 2. Pump motors: United States manufacture, close -coupled, totally enclosed, fan cooled type with rodent screens on all ventilating passages. a. 1.15 service factor, and Class F insulation. b. Wound for the starting configuration as called out in the technical data sheet. C. Design pump brake horsepower at duty point shall not exceed 100 percent of motor horsepower exclusive of service factor, and service factor shall not be exceeded at any point on the pump head -capacity curve. d. Motor Shaft: High -strength steel protected by a bronze or stainless -steel shaft sleeve secured to the shaft to prevent rotation. Eagle Mountain WTP — Phase IV Expansion Vertical In -Line Multistage Centrifugal Pump Membrane Pre -Selection 43 23 31.41 - 5 City of Fort Worth 0515-294565 April 2024 e. Manufacturer: U.S. Electric or Baldor. 2.4 CONTROLS A. Coordinate with the MFSS for control description to provide a complete and functional membrane filtration system. B. Refer to other controls and instrumentation requirements within specification sections in Division 40. 2.5 GENERAL FINISH REQUIREMENTS A. All surfaces prepared and prime painted in the manufacturer's shop. 1. Surface preparation and painting in accordance with the manufacturer's recommendations. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Finish products after assembly. PART 3 - EXECUTION 3.1 INSTALLATION A. Installation shall be in strict accordance with the manufacturer's instructions and recommendations in the locations indicated on the Drawings. Installation shall include furnishing the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. Anchor bolts shall be set in accordance with the Q( B. Comply with requirements for general -duty valves specified in Division 40. 3. A. Furnish the services of a factory representative for one day who has complete knowledge of proper installation, operation and maintenance to inspect the final installation and supervise a test run of the equipment. B. After pump has been completely installed, conduct in the presence of the Engineer, such tests as are necessary to indicate that the pump efficiency and discharge conform to the specifications. Field tests shall include all pumps included under this Section. Supply all electric power and water to complete the field tests. Eagle Mountain WTP — Phase IV Expansion Vertical In -Line Multistage Centrifugal Pump Membrane Pre -Selection 43 23 31.41 - 6 City of Fort Worth 0515-294565 April 2024 C. If the pump performance does not meet the requirements specified, corrective measures shall be taken or pumps shall be removed and replaced with pumps, which satisfy the conditions specified. A seven-day operating period of the pumps will be required before acceptance. During this seven- day operating period, supply all power necessary. D. Testing Agency: Engage a qualified testing agency to perform tests and inspections. E. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. F. Prepare test and inspection reports. U[cam_\D lily #I►[el A. Adjust hardware and moving parts to function smoothly and lubricate as recommended by manufacturer. 3.4 MANUFACTURER'S SERVICES Q2 A. Refer Section 00 52 43 "Special Engineering Services Agreement." END OF SECTION 43 23 31.41 Eagle Mountain WTP — Phase IV Expansion Vertical In -Line Multistage Centrifugal Pump Membrane Pre -Selection 43 23 31.41 - 7 City of Fort Worth A 0515-294565 April 2024 SECTION 43 23 41— END SUCTION PROCESS PUMPS 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. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 1.2 SUMMARY A. Section includes: :. G 1. Pumping system, including, but not limited to, overhung impeller rotodynamic end suction process pumps, electric motors, and all appurtenances. 2. Supervisory services during installation and field testing of each unit and instructing the regular operating personnel in the proper care, operation and maintenance of the equipment. Application: 1. Membrane system backwash. 2. CIP Pumps. 1. Division 0 for general project requirements. 2. Section 01 1100 "Summary of Work." 3. Section 01 25 00 Substitution Procedures." 4. Section 01 31 20 "Project Meetings." 5. Section 0133 00 "Submittals." 6. Section 0160 00 "Product Requirements." 7. Section 0166 00 "Product Storage and Handling Requirements." 8. Section 0178 23 "Operation and Maintenance Data." 9. Section 0178 39 "Project Record Documents." 10. Section 0190 00 "Warranties." 11. Section 05 50 00 "Metal Fabrications." 12. Section 40 05 51 `Common Requirements for Process Valves." 13. Section 40 05 57 "Actuators for Process Valves and Gates." 14. Section 40 05 64 "Butterfly Valves." 15. Section 40 05 93.13 "Medium -Voltage Motor Requirements for Process Equipment' and 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment' for electric motors. 16. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions." Eagle Mountain WTP - Phase IV Expansion Membrane Pre -Selection City of Fort Worth End Suction Process Pumps 432341-1 0515-294565 April 2024 17. Section 40 6121.20 "Process Control System Testing." 18. Section 40 6126 "Process Control System Training." 19. Section 40 63 43 "Programmable Logic Controllers." 20. Section 40 67 17 "Industrial Enclosures." 21. Section 40 70 00 "Instrumentation for Process Systems." 22. Section 46 6133 "Microfiltration and Ultrafiltration Membrane Equipment." 1.3 ACTION SUBMITTALS A. If manufacturing techniques differ, completely describe all aspects that do not conform to specifications. B. Refer to Section 0133 00 "Submittals." C. Shop Drawings and Product Data: 1. Manufacturer's literature, bulletins, and/or catalogs describing equipment in sufficient detail to indicate conformance with this Section. 2. Equipment total weight, including weight of single largest item. 3. Certified shop and erection drawing showing details of construction and dimensions. 4. Drawings showing installation of equipment in designated locations including dimensions and piping connections and based upon field measured dimensions. 5. Complete Bill of Materials. 6. Parts arrangement drawing including materials of construction of each part. 7. Equipment nameplate data. 8. Data on the characteristics and performance of each pump: a. Catalog sheets showing a family of curves covering full range selection of impeller diameter. b. Guaranteed Performance Curves: 1) Base on actual shop tests on similar units. 2) Show the specified requirements for head, capacity, efficiency, guaranteed maximum net positive suction head required (NPSHR), and brake horsepower. 3) Clearly identify Preferred Operating Region (POR) and Allowable Operating Region (AOR) (refer to ANSI/HI 9.6.3). 4) Plot curves on 8 'h-inch by 11-inch sheets at as large a scale as practical specifically for proposed pump from no flow at shut off head to pump capacity at minimum specified TDH. 5) Variable Speed Pumps: Include variable speed curves with five evenly spaced speeds plotted from maximum to minimum recommended speeds. 9. Equipment Base Drawing: a. Indicate size and location of bolt holes for anchorage plus details of anchorage of equipment to foundation including anchor bolt type, size, materials, embedment depth, and minimum edge distance. b. Submit manufacturer's specification and data including recommended design values and physical characteristics for the selected anchors to the concrete foundation. Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 2 City of Fort Worth 0515-294565 April 2024 10. Description of surface preparation, shop painting, and protective coatings. 11. Complete master wiring diagrams, elementary or control schematics, including coordination with electrical equipment and control devices, and suitable outline drawings showing such details as are necessary to locate conduit stub -ups and field wiring. 12. Data for electric motors in accordance with Section 40 05 93.23 "Low Voltage Motor Requirements for Process Equipment." 1.4 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificates: 1. Certify that products meet or exceed specified requirements. 2. Certify bearing life. 3. Certify setting plan, with tolerances, for anchor bolts. B. Test and Evaluation Reports: 1. Dynamic Vibration Analysis Report: a. Submit prior to manufacturing equipment. b. Include backup information and sufficient detail to confirm that the specified requirements have been met. C. Include a statement of guarantee that the required critical speed analyses were completed and the specified limitations met. C. Manufacturer Instructions: 1. Delivery, storage and handling instructions. 2. Installation instructions, including anchoring. D. Source Quality -Control Submittals: 1. Schedule including factory testing and anticipated delivery dates of equipment to job site. 2. Shop testing procedures, pump and piping set up, equipment to be used and testing tolerances. 3. Certified results of hydrostatic testing. 4. Certified shop hydraulic performance testing results. 5. Certified motor test data as described in Section 40 05 93.13 "Medium Voltage Motor Requirements for Process Equipment" or 40 05 93.23 "Low Voltage Motor Requirements for Process Equipment". E. Field Quality -Control Submittals: 1. Documentation from Manufacturer's representative attesting that equipment has been properly installed and is ready for startup and testing. 2. Field testing procedures, equipment to be used, and testing tolerances. 3. Field testing results. F. Qualifications Statement: Manufacturer Qualifications, as required by Article Quality Assurance. Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 3 City of Fort Worth 0515-294565 April 2024 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Manual: 1. Provide an Operating and Maintenance Manual for equipment specified herein, specifically prepared for this installation and including all required drawings, equipment and materials information, descriptions, complete bill of materials, etc., as required to instruct operating and maintenance personnel unfamiliar with such equipment. 2. Recommended summer and winter grades of lubricants including references to equal products of other manufacturers and recommended lubrication intervals. B. Warranty Documentation: Submit warranty complying with requirements. C. Project Record Documents: 1. Submit Project Record Documents recording actual locations and final orientation of all equipment and accessories. 2. Include field measured dimensions for actual equipment locations and all piping connections. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Manufacturer's Recommended Spare Parts List: 1. Include gaskets, packing, and related materials. 2. List all bearings by the bearing manufacturer's numbers only. 3. Include Manufacturer's current price for each item; pricing to remain in effect for not less than one year after Substantial Completion. B. Prepare spare parts for long term of storage and pack in containers that clearly identify contents with indelible markings. C. Provide the following spare parts: 1. One mechanical seal cartridge kit. 2. One complete set of wearing rings per pump. 3. One complete set of gaskets, "O"-rings, etc, per pump. 4. One shaft sleeve (if utilized). 5. One set of pump and motor radial and thrust bearings per pump. 1.7 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. Company specializing in manufacturing products specified in this Section with minimum five years of documented experience. 2. Minimum of five operating installations with pumps of the same size or larger and in the same service as specified herein. Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 4 City of Fort Worth 0515-294565 April 2024 B. The MFSS, along with the Pump Manufacturer has unit responsibility for providing and coordinating the pumping system, including, but not limited to, the pumps, motors, and supporting base. C. Manufacture pumps in accordance with Hydraulic Institute Standards, except where otherwise specified. 1.8 DELIVERY, STORAGE AND HANDLING A. Inspection: Accept materials on Site in Manufacturer's original packaging and inspect for damage. As necessary, provide inspection report to Manufacturer identifying any damage and rework necessary prior to installation. B. Storage: Store pumps and all appurtenances according to Manufacturer's instructions. C. Do not disassemble factory assembled parts and components for shipment unless written permission received from Engineer. D. Storage: 1. Follow Manufacturer's detailed recommendations. 2. Protect parts and materials from damage or deterioration, moisture and dust by storing in clean, dry location remote from construction operations areas. 3. Protect unpainted finished iron and steel surfaces from rust and corrosion. 4. Protect finished surfaces of exposed flanges with wood or equivalent blank flanges. 5. Protect bearings against formation of rust per bearing manufacturer's recommendations. For bearings that are not pre -lubricated, apply corrosion inhibiting treatment for protection during transportation, storage, handling, installation, and lapse of time prior to start-up. 6. Intermittently manually rotate equipment prior to start-up to ensure distribution of lubricant. 1.9 FIELD CONDITIONS A. Ambient temperature range: minus 10 to 112 degrees F. B. Elevation above sea level: 550 feet. 1.10 WARRANTY A. Refer to Section 0190 00 "Warranties." PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, provide products by one of these manufacturers: 1. Sulzer. Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 5 City of Fort Worth 0515-294565 April 2024 2. ITT — Goulds Pumps. 3. Flowserve Corp. 4. Griswold. 5. Peerless Pump. 6. Cornell Pump Co. 7. Grundfos — Paco Pump. 2.2 PERFORMANCE AND DESIGN CRITERIA A. Performance Standards: l . ANSI/HI 9.6.3 Rotodynamic Pumps — Guideline for Operating Regions. 2. ANSI/HI 9.6.4 Rotodynamic Pumps for Vibration Measurements and Allowable Values. 3. ANSI/HI 9.6.8 Rotodynamic Pumps — Guidelines for Dynamics of Pumping Machines. 4. ANSI/HI 14.1-14.2 Rotodynamic Pumps for Nomenclature and Definitions. 5. ANSI/HI 14.3 Rotodynamic Pumps for Design and Application. 6. ANSI/HI 14.6 Rotodynamic Pumps for Hydraulic Performance Acceptance Tests. B. Performance: 1. Pumps of same service type identical in every respect with all parts interchangeable. 2. Provide each pump for design conditions listed herein. 3. Head — Capacity Performance Curve: continuously rising from runout to shutoff with no points of inflection at any operational speed for stable operation within the AOR. 4. Operate throughout the specified range without excessive vibration. C. Anchor Bolts: 1. Pump and motor base(s) to be rigidly and accurately anchored into position, precisely leveled and aligned, so that completed installation is free from stress or distortion. 2. Sleeve type cast -in anchor bolts are strongly recommended due to the typical damp conditions. Select bracketed text associated with anchor bolt type selected. For high moisture conditions consider Type 316 stainless steel. 3. Furnish and install Type 316 stainless steel cast -in anchor bolts installed in sleeves, plates, nuts and washers under Section 055000 "Metal Fabrications". a. Bolt size, arrangement, embedment, and edge distance conforming to recommendations and instructions of Manufacturer. b. Anchor bolt configuration and installation in accordance with API RP 686 and ACI 318-08. C. Stainless Steel Anchor Bolt Nuts: Monel. d. Anchor Bolt Threads: Apply anti -seize compound of molybdenum disulfide base such as Molycoat G or approved equal. D. Design Criteria: As recommended by the MFSS. 1. Pump Equipment Tag Numbers: As shown in P&IDs. 2. Design Flow Minimum Efficiency: 75 percent. Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 6 City of Fort Worth 0515-294565 April 2024 2.3 PUMP CONSTRUCTION A. General: 1. Pump with base, motor, and shaft coupling with coupling guard, as applicable, fully factory assembled and delivered to the project site ready for installation. 2. Provide stainless steel nameplates giving the name of the manufacturer, rated capacity, lift, speed and other pertinent data permanently attached to each pump. 3. Provide lifting lugs on all major equipment/components. 4. All pump components interchangeable in pumps of same size. 5. Provide access for maintenance of all pump components. B. Casing: 1. Material: Close grain cast iron, ASTM A48, Class 30. 2. Design: End suction, back pull-out to permit removal of rotating assembly without disturbing piping connections. 3. End Connections: Flanged, ASME B16.1, Class 125. Centerline discharge. 4. Pressure tested to two times the head at pump discharge or 1.5 times shut-off head, whichever is greater. 5. Provide threaded casing drain with drain plug of same material as casing. C. Impeller: 1. Type: Enclosed, double -suction. 2. One-piece casting, statically and dynamically balanced. 3. Attachment: Threaded to shaft or attached to shaft with key and lock bolt. 4. Material: As recommended by the MFSS for this application. D. Shaft: 1. Shaft proportioned for operating thrusts and moments. 2. Material: Stainless Steel Type 316. 3. Sleeve: a. Removable. b. Internally ground to tolerance and positively secured to shaft to prevent relative rotation. Prevent passage of water between shaft and sleeve by use of O-rings or other approved means. E. Bearings (Radial and Thrust): 1. Type: Anti -friction. 2. Minimum L-10 Life: 17,500 hours at continuous maximum load and speed, according to ABMA B-10. 3. Lubrication: Oil or Grease. F. Bearing Housing: 1. Cast iron ASTM A48, Class 30 or better of sufficient thickness and suitably ribbed to withstand all stresses and strains of service at full operating pressure. Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 7 City of Fort Worth 0515-294565 April 2024 2. Arrange bearing housing to provide access to stuffing box. 3. Fully enclosed, dust and moisture proof. housing. 4. Oil Lubricated: Provide shaft oil seals, oil fill and drain taps, and oil level indication. 5. Grease lubricated: Provide grease seals and provision for re -greasing. G. Back Head and Stuffing Box: 1. Back head and stuffing box of sufficient thickness and ribbed to withstand all stresses and strains of service at full operating pressure. 2. Material: Cast Iron, ASTM A48, Class 30 or better. 3. Collect leakage in a reservoir with a 3/4-inch NPT tapped drain outlet. 4. Mechanical Seals: a. Single -cartridge type, self -aligning, balanced mechanical seal. b. Silicon carbide seal faces, ground and polished. Type 316 or 18-8 stainless steel housing and Hastelloy-C springs. C. Manufacturer: 1) John Crane Type 5610. 2) Chesterton Type 180. H. Pump Base: 1. Mount pump and motor assembly on a base of welded structural steel or cast iron to support all weight and operating loads of pump and motor. 2. Machine finish all pump, motor, and base mating surfaces. 3. Provide drip rim and drain connection. 4. Anchorage: a. Provide all foundation bolts, plates, nuts, washers and setting templates required for installation. b. Anchors: Type 316 stainless steel with silicon bronze or Monel nuts, conforming to the requirements of Section 05 50 00 "Metal Fabrications". I. Factory Coatings: 1. Prepare and shop prime all equipment surfaces as part of work of this Section. 2. Internal coatings on wetted surfaces certified to meet NSF 61 standard. 2.4 DRIVER A. Motor: 1. Comply with Section 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment". 2. Pump power not exceeding motor nameplate rating at 1.0 service factor at any point on pump characteristic curve. 3. Power Data: a. Horsepower: As indicated by the MFSS. b. Constant or Variable speed, as directed by the MFSS. Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 8 City of Fort Worth 0515-294565 April 2024 C. Service Factor: 1.15 for constant speed or 1.0 for inverter duty. d. Motor nameplate stamped Inverter Duty Rated when VFD driven. 4. Environmental Data: a. Load Type: Variable Torque. b. Continuous duty, 40 degrees C ambient, 550 feet maximum elevation. Physical Data: a. Construction and nameplate: comply with Section 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment". b. Orientation: Horizontal. C. Solid shaft. d. Speed: 1800 RPM. e. Enclosure: TEFC. f. Premium Efficiency. 6. Features and Accessories: a. Close -coupled construction: Motor bearings carry full operating radial and thrust loads of impeller. b. Winding Temperature Protection: PTC thermistors for constant speed and Resistance Temperature Detectors for variable speed. B. Direct Drive (Grid Coupling): Manufacturer List: a. Falk Division of Rexnord. b. Dodge Division of ABB Motors and Mechanical Inc. C. T. B. Woods Inc. d. Lovejoy Inc. 2. Pump directly connected to driver by grid type flexible shaft coupling to provide for angular, parallel, and axial misalignment, absorb torsional shock, and dampen torsional vibration. 3. Size coupling to transmit the motor nameplate driving speed and torque with 1.5 service factor and to accommodate unavoidable shaft misalignment. 4. Double flexing for application to four -bearing systems. 5. High strength tempered alloy steel grid. Alloy steel hubs. 6. Grease lubricated, fully closed and gasket sealed axial split housing. 7. OSHA compliant, fabricated steel or expanded metal coupling guard, galvanized after fabrication. C. Variable Frequency Drive Controller to be provided by Others. 2.5 CONTROLS A. Description: Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 9 City of Fort Worth 0515-294565 April 2024 1. Coordinate with the MFSS for control description to provide a complete and functional membrane filtration system. 2. Refer to other controls and instrumentation requirements within specification sections in Division 40. 2.6 ACCESSORIES A. Pressure Gauges: 1. Provide cartridge type pressure snubbers to reduce gauge pointer pulsations. 2. Install in tapped holes on piping adjacent to pump suction and discharge. 2.7 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of completed assembly. B. Shop Test: 1. Perform shop hydrostatic and performance tests of each pump furnished under this Section in accordance with ANSI/HI 14.6, American National Standard for Rotodynamic Pumps for Hydraulic Performance Acceptance Tests, Acceptance Grade IU. 2. Submit certified test results including pump performance curves showing head, flow, brake horsepower and pump efficiency for each pump. C. Motor shop testing in accordance with Section 40 05 93.23 "Low Voltage Motor Requirements for Process Equipment". PART 3 - EXECUTION 3.1 INSTALLATION A. Install pumping units as shown and according to Manufacturer's instructions. B. Install pumping units on concrete foundation to elevation to align with piping as shown. C. Equipment Base Anchorage: 1. Rigidly and accurately anchor equipment base into position on concrete foundation with cast -in -place anchors or post -installed adhesive anchors. 2. Use expansive, non -shrink low exothermic epoxy grout, Five Star DP Epoxy Grout or equal, mixed and applied according to manufacturer's directions. 3. Remove or back down jacking bolts prior to placing grout. 4. Protect all bolt threads during placement of grout. 5. Fill space between anchor bolts and bolt sleeves with expanding urethane foam. D. Connect piping accurately aligned with pump flanges, imposing no external loading on the pump. E. Provide and connect power and control conduit and wiring to make system operational and ready for startup. Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 10 City of Fort Worth 0515-294565 April 2024 F. Provide lubricants in accordance with Manufacturer's recommendations. G. Flush piping with clean water. 3.2 FIELD QUALITY CONTROL AND SYSTEM STARTUP A. Prior to system startup, submit installation documentation from equipment Manufacturer's representative attesting that equipment has been properly installed and is ready for startup and testing. B. Prior to operating system or components, perform the following: 1. Check pump and motor alignment. 2. Check for proper motor rotation. 3. Check pump and drive units for proper lubrication. 4. Prepare and submit field test data log sheet. 5. Flush pump and piping with clean water. 6. Hydrostatically test system piping. 7. Test all control interfaces. 8. Test all hardwired and software interlocks associated with the system. 9. Complete point to point I/O check. 10. Calibrate and test all instrument functions and settings. 11. Supply power necessary to complete the field tests via Project -installed power supply system or alternative sources provided by Contractor. C. Startup and Performance Testing: 1. Operate pump on clear water at design point for continuous period of two hours, under supervision of manufacturer's representative and in presence of Engineer. 2. Confirm pump operation at secondary design points, as applicable, with period of operation at Engineer's discretion. 3. For variable speed application, confirm pump performance at three reduced speeds: minimum speed and two intermediate speeds unless otherwise defined herein. Period of operation at Engineer's discretion. 4. Record operating performance data at 15 minute intervals: flow, head, pump speed and power required. Utilize approved field test data log sheets. 5. Flow Measurement: utilize timed-drawdown test or timed -fill test, installed flow meter, or temporary flow meter provided by Contractor. 6. Head (pressure) Measurement: Utilize installed or Contactor furnished pressure gauges on pump suction and pump discharge. 7. Pump Speed: utilize tachometer. 8. Power: Utilize volt and ampere (or kilowatt) meters. 9. Check pump and motor for high bearing temperature and excessive noise or vibration according to Manufacturer instructions. 10. Check for motor overload by taking ampere readings. 11. Under direction of Manufacturer's representative, adjust, repair, modify, or replace system components that fail to perform as specified and rerun tests. 12. Submit written report tabulating equipment tested, test results, problems encountered, and corrective action taken within two weeks after test completion. Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 11 City of Fort Worth D. If pump performance and replace pumps requirements. 0515-294565 April 2024 does not meet specified requirements, take corrective measures or remove and retest as necessary to demonstrate compliance with the specified END OF SECTION 43 23 41 Eagle Mountain WTP - Phase IV Expansion End Suction Process Pumps Membrane Pre -Selection 43 23 41 - 12 City of Fort Worth 0515-294565 April 2024 SECTION 43 4145 - FIBERGLASS REINFORCED PLASTIC TANKS 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. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 1.2 SUMMARY A. Section includes: 1. Vertical, cylindrical, shop fabricated fiberglass reinforced plastic tanks for chemical storage. 2. Tank accessories. 3. Tank anchoring hardware. B. Chemicals stored: Refer to Tank Table at end of this document. C. Related Requirements: 1. Section 05 50 00 "Metal Fabrications". 2. Section 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment". 3. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions". 4. Section 40 61 21.20 "Process Control System Testing (Contractor performs programming)" 5. Section 40 6126 "Process Control System Training". 6. Section 40 63 43 "Programmable Logic Controllers". 7. Section 40 67 17 "Industrial Enclosures". 8. Section 40 7100 "Instrumentation for Process Systems". 9. Section 40 70 00 for Instruments. 10. Section 43 1133 "Rotary Lobe Blowers". 11. Section 43 12 51 "Rotary -Screw Compressors". 12. Section 43 23 41 "End Suction Process Pumps". 13. Section 43 24 26.15 "Vertical Turbine Short -Set Pumps". 14. Section 46 6133 "Microfiltration and Ultrafiltration Membrane Equipment". 15. Section 46 6173 "Automatic Straining Equipment". 1.3 DEFINITIONS A. FRP: Fiberglass -reinforced plastic. Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 1 City of Fort Worth 0515-294565 April 2024 B. RTP-1: American Society of Mechanical Engineers (ASME), Standard for Reinforced Thermoset Plastic Corrosion Resistant Equipment. 1.4 COORDINATION A. Coordinate Work of this Section with location and placement of utilities and piping. 1.5 ACTION SUBMITTALS A. Section 0133 00 "Submittals" for submittals requirements. B. Product Data: 1. Ladder and ladder safety devices. 2. Information concerning materials of construction and fabrication. 3. Reinforcement product data. 4. Anchor bolt, fastening hardware, gasket and elastomer data. 5. Resin used, including a statement from the resin manufacturer that the materials used are suitable for the intended service, as determined by ASTM C581. 6. Heating element, insulation and jacket data. 7. Tank base padding material. C. Shop Drawings: 1. Wall thicknesses (shell, head and base) with laminate sequence. 2. Width, thickness and sequence of joint overlays. 3. Access openings/manways and cover size, orientation, fabrication details, materials and thickness. 4. Internal and external pipe/ladder/handrail/accessory support bracket quantity, locations and fabrication details. 5. Description of the post -curing procedure, where required, with the heating method and proposed time -temperature curve. 6. Complete plan, elevation, and sectional drawings showing critical dimensions. 7. Ladder and ladder safety device details. 8. Handrail details. 9. Anchoring system details including anchor bolt embedment length. 10. Tare weight of the tanks. 11. Tank labeling text, size, layout and locations. 12. Heating and insulating details including wiring diagrams and power requirements (if specified). 13. Letter confirming coordination between FRP supplier and membrane supplier. D. Samples: 1. Representative sample, at least 6-inch x 6-inch size showing exterior surface and finish color. 2. 6-inch x 6-inch segment of manway cutout. Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 2 City of Fort Worth 0515-294565 April 2024 1.6 DELEGATED DESIGN SUBMITTAL A. Signed and sealed Shop Drawings with design calculations stamped and sealed by a Professional Engineer registered in the State of Texas with a statement that design and engineering calculations are in accordance with this Section, ASME RTP-1 and the Texas State Building Code. B. Assumptions for determination of shell thickness, nozzle reinforcement, and special elements of vessel construction and support. Submit wall thicknesses calculations per ASTM D1998. C. Include structural design criteria used for the tank and anchorage design (including recommendations for anchor bolt size, strength and embedment depth per ACI 318) and a tabulation of all loads imparted on the foundation by the tank. D. Anchorage and/or hold down device calculations stamped by a professional civil or structural engineer registered in the State Texas demonstrating that each tank will adequately transfer seismic, wind and hydraulic forces from the vessels to the anchor bolts at the foundation. Submit with the calculations a tabulation of all loads imparted on the foundation by the tank. 1.7 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: 1. Products meet or exceed specified requirements. 2. Certified list of tank installations storing same liquid and concentration, in service for period of not less than five years. B. Manufacturer Instructions: Detailed instructions on installation requirements, including tank handling procedures, anchoring, and layout. C. Source Quality -Control Submittals: Results of shop tests and inspections. After fabrication and prior to shipping, submit Factory Quality Control Report prepared by fabricator's Inspector and Certifying Inspector for tanks to be RTP-1 stamped, with certification by signature, containing for each tank: 1. The type and quantity of materials used tank construction, in the form of as -built shop drawings. 2. Confirmation that dimension and laminate thicknesses match the structural design and approved shop drawings. 3. Results of visual inspections of components during and after assembly. 4. Results of Barcol Hardness tests per ASTM D2583. 5. Results of Acetone Sensitivity tests. 6. Actual time -temperature curve for post cure. 7. Results of laminate burn -out tests to measure glass content of the corrosion barrier and the structural layer per ASTM D2584. 8. Results of hydrostatic tests on the finished tank. Provide notice of any tank flaws observed during hydrostatic tests within 24 hours. 9. Representative laminate samples of both the cylindrical shell and the heads from nozzle cut-outs. Polish one edge of each cut-out to a high sheen to allow visual inspection of the Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 3 City of Fort Worth 0515-294565 April 2024 laminate. Tanks found to not meet the design specifications based upon examination of the samples, or comparison of submitted samples to the finished tanks; may be rejected. D. Field Quality -Control Submittals: 1. Results of Contractor -furnished tests and inspections. 2. Owner Installation Certificate: Signed and dated certificate from manufacturer's representative that tank has been properly installed and is ready for filling. E. Qualifications Statements: 1. Registered Professional Engineer in the state of Texas, and resume for tank design engineer. 2. Fabricator's Inspector (Quality Control Supervisor), with reporting relationship within the Fabricator's organization. 3. Certifying Inspector, for tank required to have ASME RTP-1 Certification. 1.8 A. B. C. 1.9 A. B. C. D. E. 1.10 A. CLOSEOUT SUBMITTALS See Section 0178 23 "Operation and Maintenance Data" for closeout procedures requirements. Manufacturer Reports: Certify that tank has been installed according to manufacturer instructions. Operation and Maintenance Data: For tanks, accessories, and appurtenances to include in emergency, operation, and maintenance manuals. QUALITY ASSURANCE Materials in Contact with Potable Water: Certified according to NSF 61 and 372. Perform Work according to State of Texas Department of Health standards and standards set by authorities having jurisdiction. Maintain a copy of each standard affecting Work of this Section on Site. Centrifugally cast tanks are not allowed under this Specification. Subcontracted tank or component fabrication is not allowed under this Specification. QUALIFICATIONS Manufacturer: Company specializing in manufacturing products specified in this Section with minimum three documented experience. Licensed Professional: Professional engineer with at least ten years of experience in design of specified Work and licensed in State of Texas. Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 4 City of Fort Worth 0515-294565 April 2024 1.11 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.12 WARRANTY A. See Section 0190 00 "Warranties" for warranties requirements. B. Furnish ten-year manufacturer's warranty for replacement due to breakage, yellowing, abrasion, loss of light transmission, or coating delamination. PART 2 - PRODUCTS 2.1 PERFORMANCE AND DESIGN CRITERIA A. Design Safety Factors: 1. Internal Pressure for Contact Molding: 10:1. 2. Strain Limit for Filament Winding: 0.001 inches/inch. 3. Vacuum Collapse: 5:1. B. Joint Strength: Equal to shell strength. C. Design for the most severe combinations of conditions in accordance with ASME RTP-1 requirements using Type II and X laminates, considering where applicable: 1. Internal positive and negative pressure requirements. 2. Temperature. 3. Static head. 4. Wind, seismic, snow and live loads. 5. Accessory loads (ladders, handrails, platforms, etc.). 6. Agitator static and dynamic loads. 7. Transportation and erection loads. 8. Stiffener rings. 9. Secondary bond overlays. 10. Flange thickness. 11. Lifting lugs, hold-down flanges, lugs, ring supports, legs, etc. 12. Knuckle radius of bottom. 13. Compressive loading. 14. Thermal expansion stresses. 15. Internal supports for pipes and baffles. D. Exclude the corrosion barrier, insulation layer and external jacket from the structural design calculations. E. Loads: Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 5 City of Fort Worth 0515-294565 April 2024 1. Design for the load forces resulting from expansion and contraction of the equipment due to temperature changes, including atmospheric, tank contents and heat tracing. 2. Design for all loads: dead loads, live loads, wind loads, seismic loads, impact loads, vibrations, thermal loads and internal liquid or solid loads as required by code and as specified herein. 3. Tank top heads: design to support a 250-lb point load on a 4-inch by 4-inch area with a maximum deflection of the lesser of/2 percent of the tank diameter or '/2-inch at the area where the load is applied, with no damage to the tank. 4. Dead loads: design for the weights of all materials of construction incorporated into the structure including, but not limited to fixed equipment and equipment bases, piping, machinery and all other items permanently affixed to the tank. 5. Snow loads: design per ASCE 7. Refer to parameters listed in the Tank Tables. 6. Wind loads: design per ASCE 7. Refer to parameters listed in the Tank Tables. 7. Seismic loads: design per ASCE 7. Refer to parameters listed in the Tank Tables. 8. Agitator loads. Refer to the Tank Tables for loads if the tank is required to be agitated. a. Unless a separate, freestanding agitator support structure is shown on the drawings, mount agitators from steel beams laid up integral to the tank structure, coordinate beam sizing with agitator manufacturer. b. Coordinate beam spacing with agitator shop drawings, mounting plate dimensions and shaft seal requirements at the tank top flange. C. Confirm that the diameter of the top entry flange is large enough to pass the agitator shaft and hub, with access via a side manway to bolt blades to the hub. d. Do not mount agitators directly to tank flanges. 2.2 FRP TANKS A. Manufacturers: 1. Augusta Fiberglass. 2. Plas-Tanks Industries, Inc., Hamilton, Ohio. 3. R.L. Industries, Fairfield, Ohio. 4. An-Cor Industrial Plastics, Inc., North Tonawanda, New York. B. Description: Construction Method: a. Filament Wound, chopped strand and hand layup. b. Comply with ASME/ANSI RTP-1. C. Comply with ASTM D3299 and D4097, and Acceptance Level II requirements of ASTM D2563. 2. Configuration: a. Orientation: Vertical. b. Bottom: Flat. C. Top: Integral and closed. Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 6 City of Fort Worth 0515-294565 April 2024 3. Materials: a. Use same resin throughout construction of each tank. b. Furnish Nexus or C-veil to meet requirements. 4. Minimum total laminate thickness excluding corrosion barrier regardless of theoretical design requirements. a. Shell:5/16-inch. b. Dished head: 5/16-inch. C. Floor:l/2'/2-inch. 2.3 LAMINATES A. Resin: 1. Premium -grade, corrosion -resistant bisphenol-A epoxy vinyl ester resin (Bis-A EVER) that has been evaluated in a laminate in accordance with ASTM C581 and has been determined by previous documented service to be acceptable for the service conditions. 2. Acceptable resins for tanks not requiring a flame spread rating: a. AOC Vipel FO10. b. Ashland Derakane 411. C. Ashland Hetron 922. d. Reichhold Dion 9100. e. Interplastic CoREZYN 8300. 3. Acceptable resins for tanks requiring a flame spread rate of less than or equal to 25 (Class 1 per ASTM E84) using brominated resins. Antimony oxide synergists may be used in the structural layer and outside surface, but not in the corrosion barrier: a. AOC Vipel K02c22. b. Ashland Derakane 510. C. Ashland Hetron FR922. d. Reichhold Dion VER9300FR. e. Interplastic CoREZYN 8440. 4. Resin Grade: Same resin throughout the entire tank. 5. Pigments, dyes, thixotropic agents, antimony oxides and fillers are not allowed in the corrosion barrier: 6. Exterior Surface: a. A thixotropic agent that does not interfere with visual inspection of laminate quality, or with the required corrosion resistance of the laminate, may be added for viscosity control. b. Confirm with the resin supplier prior to use that the thixotropic agent will not reduce the laminate resistance to the anticipated corrosive chemical environment, such as from splash exposure. Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 7 City of Fort Worth 0515-294565 April 2024 7. Resin pastes made from the same resin used for the corrosion barrier are permitted to fill crevices before overlay, provided the use is within the limitation set in ASME RTP-1. 8. Catalyst/Initiator System for all Layers: a. Methylethyl Ketone Peroxide/ Cobalt Naphthenate (MEKP/ CoNap), except where otherwise listed in Tank Tables where indicated to use Benzoyl Peroxide/N,N- dimethylanaline (BPO/DMA). b. Avoid excessive laminate exotherm. B. Reinforcement Materials: 1. All reinforcement treated with sizing chemically compatible with the resin system to ensure full wet -out. 2. Inner surface reinforcement per Tank Tables: a. C glass veils. b. Apertured polyester veils (Precision Fabrics 1.3 ounce/square yard, 100-0010-048 or approved equal). 3. Chopped Strand Mat for the Corrosion Barrier: ECR glass, Owens Corning Advantex or approved equal. 4. Chopped Strand Mat for Bedding the Structural Layer After Curing the Corrosion Barrier, and in the Structural Layer: Chopped E-type or ECR or equal glass fiber, 1.5 oz/sf, bonded together using a resinous binder. 5. Filament Glass for Winding the Structural Layer: E-type or ECR glass. 6. Woven Roving for the Structural Layer: E-type or ECR glass. 7. Outside Surface Reinforcement (outside the insulation): A -glass or C-glass veil. C. Fabrication: 1. Shop Fabricate Tanks: Field assembly is limited to mounting accessories. 2. Vertical Joints (in axial direction): Not allowed. 3. Apply catalyst, initiators and other ingredients using a volume or weight control mechanism. 4. Fully cure the corrosion barrier, and then promptly apply the structural layer, keeping within the time limit to avoid a need to roughen the exposed face of the corrosion barrier on the mandrel or mold. 5. Tank Heads (top and bottom): a. Fabricate by contact molding complete with the corrosion barrier structural layer and outside layer. b. Apply attachment and knuckle reinforcement overlays to secure the heads to the shell following RTP-1 requirements. 6. Cylindrical Shell: Fabricate by filament winding, chopped strand roving and woven roving as required by the structural design. 7. Shell to Head, Shell to Shell, and Nozzle Joints (secondary bonds): a. Fabricate per RTP-1 with overlapping layers of glass and resin. b. Finish with corrosion barrier and outside surface laminates as specified for the tank. Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 8 City of Fort Worth 0515-294565 April 2024 Use Type II laminates, except Type I laminates for the corrosion barrier. 8. Outside Layer: a. Fabricate with paraffinated resin containing an ultraviolet absorber which does not inhibit resin cure. b. Pigment may be added to the outside layer for additional ultraviolet protection and appearance, if so indicated in Tank Tables. 9. Exposed Edges or Ends of Fittings, Covers, Flanges, Nozzles, and Appurtenances: Fabricate with the same resin finish coat used in the inner corrosion barrier, containing paraffinated resin in the topcoat. 10. Sloped Bottoms: Where indicated in Tank Tables, fabricate with a 1/4-inch per foot internal slope using end -grain balsa wood or approved structural foam sandwiched between the internal corrosion barrier and its structural support layer, and the structural layer on the bottom of the tank under the balsa wood. 11. Visual Inspection: Refer to Tank Tables for required visual inspection level, referencing RTP-1 and limits to the size and number of pits, foreign inclusions, dry spots, air bubbles, pinholes, pimples and delaminations. 12. Grind and repair areas containing defects exceeding the allowable size and number. 2.4 NOZZLES, MANWAYS AND COVERS A. Design nozzles in accordance with ANSI/ASME RTP-1 for 50 psig. B. Fabricate nozzle necks and flange faces by the hand lay-up, Type II laminate, with the same corrosion barrier as the tank wall. 1. Compression molded and resin transfer molded fittings are prohibited. 2. Outer diameters and drilling: per ANSI 16.5. 3. Flange faces: Flat and true to plus/minus 1/32-inch. 4. Back of Flanges around each Bolt Hole: Spot face as needed for the diameter of a standard ANSI washer, flat and parallel to the flange face. C. Nozzle Fabrication: 1. 1/2-degree flange face angle tolerance from perpendicular with respect to tank vertical and radial centerlines. 2. Flush type, except penetrating, dip tube or siphon as listed in Tank Schedules. 3. With plate or conical gussets to the outside diameter of the flange for all nozzles 4-inch diameter and smaller. D. Blind Flange and Manways Fittings: 1. Fume tight, with full face gaskets. Refer to Tank Tables for gasket materials. 2. Bolting hardware materials of construction: refer to Tank Tables. Apply anti -seize paste to bolt threads. E. Fabricate top head removable inspection covers (for up to 18-inch diameter): Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 9 City of Fort Worth 0515-294565 April 2024 1. To mount on nozzle neck with no flange. 2. Include a drip lip around the perimeter on the underside of the cover, approximately 1/4- inch diameter less than the inside of the nozzle neck. 3. Include a FRP cover handle. 2.5 LADDERS, RAILINGS AND PLATFORMS A. Provide all necessary assembly and mounting hardware. B. Support ladder feet from the concrete floor, bolted thereto. C. Make all other connections to purpose -fabricated supports integral with the tank. Fittings and hardware penetrating the tank are not allowed. Avoid interference with tank nozzle access. D. Mounting hardware: Refer to Tank Tables. E. Ladder Requirements: 1. Refer to Tables for materials of construction. 2. Comply with applicable 29 CFR 1910.23, OSHA Standards and the building code, with a strength safety factor of 2.0. 3. Ladder Design: a. 18-inch clear width. b. 1.25-inch diameter fluted rungs spaced at 12-inches. C. 7 to 10-inch stand-off from the tank. d. Extend to tank -top railing height, with access from the tank top via self -closing safety gate. e. Pigmented safety yellow with polyurethane topcoat containing UV protection for outdoor exposure (except if unpainted galvanized ladder is specified). £ Manufactured with isophthalic polyester resin by pultrusion, except hand lay-up cage hoops may be used. F. Tank Top Perimeter Railings Requirements: 1. Refer to Tables for materials of construction. 2. Comply with applicable 29 CFR 1910.29 OSHA Standards and the local building code. 3. Railing design: a. Include top rail, mid rail and kick plate with curved or with octagonal perimeter to match the tank circumference. b. Pigmented safety yellow with polyurethane topcoat containing UV protection for outdoor exposure (except if unpainted galvanized railing is specified). 2.6 INSULATION AND JACKETS A. Complete attachment of nozzles, gussets, secondary bonds and other attachments to the tank prior to applying insulation. Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 10 City of Fort Worth 0515-294565 April 2024 B. Complete visual inspections and other quality control tests, repairs and post cure prior to applying insulation. C. For insulated tanks, enclose the entire side shell and top of the tank with insulation and FRP jacket. D. Insulation: 1. Refer to Tank Table for insulation thickness. 2. K factor of not less than 5.3 BTU-inch/hour/square foot/degree F per ASTM C518. 3. Water absorption of less than 0.7 percent by volume after 24 hours immersion per ASTM C272. 4. ITW Insulation Systems Trymer 200L polyisocyanurate foam or approved equal. E. Jacket over the Insulation: 1. Structural Layer: Type X on the shell and Type 11 on the top head, not less than 150 mils thick. 2. Outside Surface: 10-mil surfacing veil reinforced with C or A glass. Fabricate with paraffinated resin containing pigment and an ultraviolet absorber which does not inhibit resin cure. 2.7 ACCESSORIES A. Provide hold-down devices fabricated per the structural design and uniformly positioned around the perimeter to anchor the tank to a concrete pad. B. Provide lifting lugs designed and fabricated with a 5-time load safety factor. C. Tank Nameplate: 1. Install a permanent label laminated under a clear coat, or for insulated tanks, on a stand- off plate, with: a. Tank /tag or identification number if specified. b. Customer purchase order number. C. Capacity in gallons. d. Design product. e. Design specific gravity. f. Design pressure. g. Service temperature. h. Corrosion barrier resin. i. Corrosion barrier veil and thickness. j. Structural layer resin. k. Diameter and straight side height. 1. Fabricator, fabricators serial number and date of fabrication. D. Pipe and Conduit Supports: Fabricate supports and equipment clips by Type 2 lamination, with the same surface characteristics as the tank: corrosion barrier for interior supports and outside layer for external supports. Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 11 City of Fort Worth 0515-294565 April 2024 E. Anchors: 1. Furnish each storage tank with FRP hold-down lugs with stainless -steel anchor bolts. 2. Furnish minimum of eight lugs for each tank. F. Agitator Baffles (where specified on Tank Table): 1. At 1200 intervals around the perimeter of the tank. 2. Width at approximately 8 percent of the tank diameter and an offset from the wall of 15 percent of the baffle width. 3. Starting at approximately 6 inches above the bottom of the straight side and ending at 24 inches below the top of the straight side, with evenly spaced triangular support gussets at not more than 5-foot intervals. 4. With the same inner surface and inner layer corrosion barrier as required for the tanks. 5. Wrap all edges with 2 layers of inner surface veil and specified corrosion barrier resin. G. Liquid Level Sight Glass: Q1 1. Indication: 10 to 90 percent of tank capacity. 2.8 SOURCE QUALITY CONTROL A. Factory Inspection: 1. Certify through visual inspection of tanks after fabrication that Acceptance Level II requirements of ASTM D2563 are met. 2. Fabricate like items of the same materials at one shop to standardize quality and appearance. 3. Certify following during shop inspection: a. Compliance with Drawing dimensions. b. Surface cure by acetone wipe test; no surface tackiness is permitted. C. Glass content by ignition loss on three cutouts, including one from the inner surface and corrosion barrier, per ASTM D2584. B. Shop Hydrostatic Test: 1. Liquid tightness by minimum 24-hour hydrostatic test. 2. Observe the tank and fittings for leaks, cracking, weeping, and other flaws. a. Provide immediate notice of any tank exhibiting flaws. b. Tanks failing the hydrostatic test will be rejected. 3. Rinse the tank with potable water after the test and remove all standing water prior to shipment. 4. Include results of the hydrostatic tests in the final inspection report. 5. Owner Inspection: a. Make completed tank available for inspection at manufacturer's factory prior to packaging for shipment. Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 12 City of Fort Worth 0515-294565 April 2024 b. Notify Owner at least seven days before inspection is allowed. 6. Owner Witnessing: The Owner reserves the right to inspect tank fabrication and/or to hire an Inspector to provide inspection services at Owner's cost during tank fabrication and installation. a. Allow witnessing of factory inspections and tests at manufacturer's test facility. b. Notify Owner at least seven days before inspections and tests are scheduled. C. Post Cure: 1. Refer to the Tank Tables for tanks requiring post cure. In addition, the following tanks require post -cure: a. All tanks fabricated with a Benzoyl Peroxide/N,N-dimethylanaline (BPO/DMA) catalyst/initiator system. b. Inadequately cured tanks and/or repaired tanks. 2. Post cure manway covers and blind flanges loose from the tank (remove gaskets). 3. Post cure in a dry -heat convective oven with the time and temperature ramp and hold plan recommended by the resin supplier, considering the laminate volume and thickness, as documented in the approved shop drawings. 4. After post cure, document the inspections and tests. a. Visual inspection, including the entire internal corrosion barrier for cracking, crazing and other visual defects. b. Test secondary bonds and areas repaired for Acetone Sensitivity and Barcol Hardness. C. Report signature: By the Inspector (Fabricator's Quality Control Supervisor), and by the Certifying Inspector for tanks required to have RTP-1 Certification. D. Repairs: 1. Refer to RTP-1 Appendix M-7 for allowable repairs and procedures. 2. Grind out and repair flaws exceeding inspection criteria, and if necessary to meet cure requirements. 3. Retest repaired areas, cure and report results for: a. Acetone Sensitivity. b. Barcol hardness, to achieve at least 90 percent of resin manufacturer's standard. 4. For inadequately cured resin, post cure the tank, if approved in advance by the: a. Fabricator's Inspector. b. For tanks to be RTP-1 Certified also by the Certifying Inspector. C. Refer 3.02 for post cure requirement. E. Certificate of Compliance: Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 13 City of Fort Worth 0515-294565 April 2024 1. If manufacturer is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at manufacturer's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved manufacturer. F. Submit Factory Test Report, approved and signed by the Fabricator's Quality Control Supervisor which includes for each tank: 1. Inspection records. 2. Results of hydrostatic testing. 3. Test reports of physical properties of standard laminates. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify layout and orientation of tank accessories, utilities, and piping connections. 3.2 PREPARATION A. Preparation to be done by the Contractor. B. Thoroughly clean chemical storage tank pad, removing loose concrete, dust, and other debris. C. Place two layers of building paper on pad according to tank manufacturer instructions prior to placing tank. 3.3 INSTALLATION A. Installation to be done by the Contractor. B. Support Pad: Using templates furnished with tank, install anchor bolts and accessories for mounting and anchoring tank. C. Install FRP tanks as indicated on Drawings and according to manufacturer instructions. D. Connect piping to tank. E. Install tank accessories not factory mounted to complete installation. F. Install tanks on five layers of "30-pound roofing felt," ASTM D226 Type II (26 pounds per 100 square feet), or other resilient support as recommended by the Fabricator, on a level, smooth troweled concrete pad. Remove all debris and protrusions before installing felt. G. Install anchor bolts, accessories shipped loose, pipe connections, instruments, etc. H. Support pipes independently of the tank, except where pipe supports are specifically built into the tank. Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 14 City of Fort Worth 0515-294565 April 2024 I. Install permanent labels where directed by Owner with: 1. Tank chemical contents, in 6-inch-high block letters. 2. NFPA 704 four -diamond label, with 8-inch-high letters. 3.4 FIELD QUALITY CONTROL A. Field Testing: 1. Hydrostatically test each FRP tank by filling with water to the overflow pipe level. 2. Conduct test minimum 24 hours. 3. No leakage permitted. B. Manufacturer Services: Furnish services of manufacturer's representative experienced in installation of products supplied for not less than two days on Site for installation, inspection, startup, field testing, and instructing Owner's personnel in operation and maintenance of equipment. C. Equipment Acceptance: Adjust, repair, modify, or replace components failing to perform as specified and rerun tests. D. Furnish installation certificate from equipment manufacturer's representative attesting that equipment has been properly installed and is ready for startup and testing. 3.5 FINAL CLEANING A. Final cleaning to be done by the Contractor. B. After hydrostatic testing, clean the tank with a mild detergent. Do not use abrasives. C. Rinse with potable water spray and remove all standing water. END OF SECTION 43 4145 Eagle Mountain WTP - Phase IV Expansion Fiberglass Reinforced Plastic Tanks Membrane Pre -Selection 43 41 45 - 15 City of Fort Worth DIVISION 46 WATER AND WASTEWATER EQUIPMENT 0515-294565 April 2024 SECTION 46 33 44 - PERISTALTIC METERING PUMPS 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. MFSS to furnish all materials, equipment and incidentals required for the successful operation of the membrane filtration system as specified herein. 1.2 SUMMARY A. Section Includes: 1. Peristaltic -Type Metering Pumps and Drivers. 2. Valves and accessories. 3. Factory fabricated and tested complete piped and wired skid systems. B. Related Requirements: 1. Section 40 05 51 "Common Requirements for Process Valves." 2. Section 40 05 93.23 "Low -voltage Motor Requirements for Process Equipment." 3. Section 43 4145 "Fiberglass Reinforced Plastic Tanks." 4. Section 40 6100 "Process Control and Enterprise Management Systems General Provisions." 5. Section 40 6121.20 "Process Control System Testing." (Contractor performs Programming). 6. Section 40 67 17 "Industrial Enclosures." 7. Section 46 6133 "Microfiltration and Ultrafiltration Membrane Equipment." 1.3 DEFINITIONS A. AESS — Applications Engineering System Supplier. See Section 406100 "Process Control and Enterprise Management Systems General Provisions" for definition. B. LCP — Local Control Panel. C. I/O — Input/Output signals. D. PCSS — Process Control System Supplier. See Section 40 6100 "Process Control and Enterprise Management Systems General Provisions" for definition. E. P&ID — Process and Instrumentation Diagrams. F. Failsafe — Normally closed contacts that open on alarm condition. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 1 City of Fort Worth 0515-294565 April 2024 1.4 ACTION SUBMITTALS A. Furnish tabbed Scope of Supply which clearly indicates equipment, materials, and services included in submittal and provided by supplier/manufacturer. Include following items: 1. Listing of equipment, materials, and services provided by Manufacturer and/or supplier. 2. Specified scope items excluded from submittal, and reasons for exclusion. 3. Exceptions to Scope items and reasons for exception. 4. Clarifications to Scope items. B. Product Data: 1. Catalog Data Sheets including model numbers, capacity range, dimensions, connection sizes, materials of construction, and finishes. 2. Guaranteed Performance Curves: Showing pump speed (revolutions per minute or percent), volumetric output (gallons per hour or gallons per minute), and operating head (psi) for specified design conditions. 3. Standard Motor Data per Section 40 05 93.23 "Low -voltage Motor Requirements for Process Equipment" (where applicable). 4. Integral Pump/Motor Controllers Data: Enclosure, insulation, temperature limits, features, wiring diagram, and electrical connection requirements. 5. Wetted Materials Compatibility: Manufacturers chemical compatibility references with respective service chemicals at concentrations and temperature specified. 6. Complete Manufacturers Spare Parts List for pumps, motors, integral controllers and pump mounted accessories with current itemized pricing. 7. Valve, piping, tubing, fitting, anchor and accessory catalog data sheets indicating size, manufacturing standards and materials of construction. 8. Complete Lubricant List including type and grade and current itemized pricing. 9. List of Spare Parts. 10. Manufacturer's warranty, compliant with this Specification. C. Shop Drawings: 1. Manufacturer's fully dimensioned shop drawings of pump, motor and baseplate showing materials of construction, total weight, and anchorage. 2. Manufacturer's fully dimensioned shop drawings with minimum three views of pump skids showing proposed arrangement of skid mounted components, materials of construction, total weight, and anchorage. Reference components to materials table identifying component, quantity, equipment/part number or other pertinent information. 3. Unit Responsibility form or letter, signed by authorized representative and consistent with submitted Scope of Supply. 4. Manufacturer's fully dimensioned shop drawings of pump, motor, reducer, baseplate and anchorage locations. Indicate materials of construction, total weight, and anchorage. Reference components to materials table identifying component, quantity, equipment/part number or other pertinent information. 5. Range and settings for indicators, instruments, pressure regulating valves, back pressure valves, timers and other related devices. 6. Complete, dimensionally correct control panel drawings showing components, door mounted and internal, with complete wiring diagrams showing signals and adherence to failsafe wiring requirements specific for this project indicated on Electrical and Instrumentation Drawings. Reference panel components to materials table identifying component, quantity, equipment/part number or other pertinent information. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 2 City of Fort Worth 0515-294565 April 2024 7. Complete listing of I/O signals to/from plant control system. 8. Network interface/communication protocol used to communicate with plant control system. 1.5 INFORMATIONAL SUBMITTAL A. Provide complete description of surface preparation, shop prime painting and finish painting. B. Field Quality Control Submittals: 1. Proposed Testing and Training Plan identifying testing methods for field start-up testing and training to demonstrate compliance with contract requirements. Identify the Standard Methods or other industry best practices to be used, duration of the performance tests, and detailed test procedures. Provide procedure for testing of all functions/signals/communication/integration with associated systems identified on the P&IDs and control narratives in the Contract Documents. 2. Qualifications of Factory service representative who will perform installation inspection and operator training. 3. Qualifications of Factory service representative who will perform start-up, testing, and integration of any networked components with the plant control system. 4. Certificate of Installation, signed by Manufacturer's authorized representative stating that equipment has been installed according to manufacturer's instructions. 5. Signed performance test report including field pump curves, notes, corrections made. 6. Training services agenda and training materials no less than 30 days prior to proposed training date. 7. Certificate of Owner Personnel Training signed by instructor and Owners representative. 8. Documentation of controls revisions performed in the field during commissioning by manufacturer's representative. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: 1. Submit manufacturers Installation Operation and Maintenance literature for each product furnished. Label with manufacturer's name and model number. 2. Compile data in Operating and Maintenance Instruction Manual for equipment and accessories supplied specifically for this project. Include tables, drawings, graphics, equipment lists, descriptions, wiring diagrams, panel diagrams (as applicable). B. Project Record Documents: Record actual locations and final orientation of equipment and accessories. C. Testing Affidavits: Signed on supplier's letterhead by Authorized Factory Service Representative and Owner's witness, including testing of signals to plant control system in presence of control system programmer. D. Training and Evaluation Affidavits: Completed by Owner's staff attending training to demonstrate training was deemed satisfactory. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 3 City of Fort Worth 0515-294565 April 2024 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Spare Parts: Furnish following: 1. For Each Pair of Pumps: a. Two Tube replacement kits b. Two cover seal/gasket sets if not furnished with tube kit. C. Two roller or roller head replacement assemblies. d. Two replacement volumes each of gearbox oil or other lubricant as applicable e. Provide additional spare parts according to Section 0178 23 "Operation and Maintenance Data". 2. Accessories: Provide any accessories as required by the MFSS for operation of the membrane system. B. Tools: Furnish two sets of special tools and other devices required for Owner to maintain and calibrate equipment. Label tools as to their use. 1.8 QUALITY ASSURANCE A. Furnish pumping systems specified under this Section by single supplier (System Supplier). System Supplier bears sole responsibility for submittal preparation, equipment acquisition, fabrication, manufacturing, assembly, testing, documentation, shipping, delivery, inspection, training, installation and start up assistance, tuning and calibration, repair and warranty of equipment, controls, components, and appurtenances specified B. Demonstrate that materials of construction on pump liquid end are compatible with chemicals in pump schedule. C. Materials in contact with potable water or in contact with chemicals added to potable water: Certified according to NSF 61 and NSF 372. D. Equipment of same type: Products of single manufacturer. E. Equipment manufacturer experience under same name: Minimum 5 years. F. System supplier/fabricator in business performing similar work: Minimum 5 years. 1.9 WARRANTY A. Refer to Section 01 90 00 "Warranties" for product warranty requirements. PART 2 - PRODUCTS 2.1 SYSTEM DESCRIPTION: A. Factory assembled, wired and tested pump skid systems including control panels, motor controllers, pulsation dampeners, pressure gauges, pressure switches, flow switches, calibration Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 4 City of Fort Worth 0515-294565 April 2024 columns, Wye strainers, isolation valves, back pressure valves, pressure relief valves, check valves, and injection quills as indicated on Contract Drawings and as specified. B. Pumps and pump bases. C. Pump stands. D. Control panels, instrumentation, valves and accessories indicated under their related specification sections. E. Application Schedule: 1. Supply peristaltic metering pumps for following applications, or as recommended by the MFSS: a. Chemical: Sodium Hydroxide. 1) Chemical: Sodium Bisulfite. 2) Chemical: Citric Acid. 3) Chemical: Sodium Hypochlorite. 4) Chemical: Sodium Hydroxide. 2.2 PERISTALTIC METERING PUMPS A. Manufacturers: 1. Watson -Marlow. 2. ProMinent. 3. Blue -White. 4. Verder. B. Metering Pumps: Components: a. Positive displacement, peristaltic type utilizing flexible tube and roller, or track located in pump head. b. Suitable for metering service with variable speed control: 1) Dosage Control: within one percent variation from pump setting. C. Integral tube failure detection system. d. Roller revolution counter with user adjustable set -point. e. Dry self -priming. Capable of running dry without damaging effects to pump or tube. f. Suction Lift Capability: 30 feet vertical water column. g. No valves, diaphragms, springs, or dynamic seals in fluid path. h. Process Fluids: Contact the pump tubing assembly and connection fittings only. i. Flow: Direction of rotor rotation, and proportional to rotor speed. Rotor rotation is to be reversible. j. Pump Head: Single piece of molded thermoplastic or cast and machined metal with clear removable cover. k. Tube Failure Detection Sensors: Located in pump head. Process fluid waste ports or leak drains not needed. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 5 City of Fort Worth 0515-294565 April 2024 2. Squeeze Rollers: Encapsulated ball bearings directly coupled to one-piece thermo-plastic rotor. a. Four Rollers. Two squeeze rollers for tube compression located 180 degrees apart and two guide rollers that do not compress tubing located 180 degrees apart. 1) Roller Diameters and Occlusion Gap: Factory set providing optimum tubing compression. 2) Field Adjustment: Not required. 3. Install rotor assembly on D-shaped, chrome plated motor shaft and make removable without special tools. 4. Materials of Construction: a. Pump Head: Valox® (PBT) thermoplastic. b. Pump Head Rotor: Polyphenylene sulfide (PPS) or PA6. C. Roller Assembly: 1) Rollers: Nylon, Stainless steel, or Nylatron® as appropriate for application. 2) Roller Bearings: Stainless Steel Ball Bearings. d. O-rings: Viton. e. Drive: Epoxy coated pressure cast aluminum. £ Mounting Hardware: Type 316 stainless steel or Hastelloy C. g. Cover Screws: As recommended by manufacturer for chemical and process fluid and dosing chemical. h. Tubing: as appropriate for each chemical. 5. Controls: a. Description: 1) Pumps will be on/off controlled by Membrane Master Control Panel with flow set at pump face panel. 2) Refer to Control Logic per MFSS recommendation for coordination with plant control system. b. Control Circuitry: Integral to pump. 1) Pump Motor Speed Adjustment: 10,000: l turndown ratio. 2) Pump Output: a) Manually Controlled: Front panel user touchpad controls. 3) Automatically calculate pump motor speed required to achieve part per million dosing output proportional to fixed system flow rate. a) User Input: I. Dispensing chemical percentage concentration from 1 to 100.0 percent in 0.1 percent increments. II. Dispensing chemical specific gravity from 0.5 to 2.0 in 0.01 increments. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 6 City of Fort Worth 0515-294565 April 2024 4) Front Panel User Touchpad Control: a) Stop and start. b) Configuration menu access and navigation. c) Operating mode selection. d) Auto priming. e) Display options selection. f) Tube life data. g) Reverse direction. 5) LCD Display for Menu Driven Configuration Settings: a) Pump output value. b) Service alerts. c) Tube failure detection system. d) Flow verification system. e) Alarms status. f) Remote input signal values. g) Tubing life timer value. 6) Remote Stop/Start Pump: 6 to 30 VDC powered loop or non -powered contact closure loop. 7) Four Contact Closure Alarm Outputs: Each alarm output assignable to monitor up to 20 separate pump parameters. a) Three Rated: 1A-115VAC, 0.8A-30VDC. b) One Rated: 6A-250VAC, 5A-30VDC. 8) Roller Revolution Counter Display: Tube life indicator. User programmable alarm set -point from 1 to 999,999,999 revolutions. Can be assigned to any one of 4 contact closure alarm outputs. 9) User Programmable RPM (revolutions per minute): Set -point value from 0.1 to 100.0 RPM in 0.1 increments. 10) User Adjustable Response Delay Time: 0 to 999.9 seconds for remote start/stop input and four contact closure alarm outputs to facilitate closed - loop applications. 11) Power Interruption Pump Restart Option: User programmable to either automatically restart or require user re -start if AC mains power is interrupted. 12) Discrete and Analog Signal Interface Points: As shown on P&IDs. 13) SCADA Control: a) NEMA 4X rating on control and handheld keypad enclosures; Type 316 stainless steel. b) Display Output: GPH. c) ON/OFF switch. d) LED lights for pump running status and alarm conditions. e) Skid mounted and wired to pump motors. 14) Remote Signals to PLC: a) Running Status. b) Pump Alarm. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 7 City of Fort Worth 0515-294565 April 2024 c) Remote/Ready Status. 15) Remote Signals from PLC: a) Remote Start Command. 16) Full local control at pump and Local/Remote signal. 17) Control Panel Functions: a) Communicate to plant PLC via Modbus protocol without use of protocol converters. I. Display variables and setpoints. II. Pumps are duty/standby, when duty pump fails, then standby pump is brought online. III. Generates alarms and transmits failure signal to PLC. IV. Provides local power disconnect for pumps per NEC. 6. Motor/Drive Requirements: a. Comply with Section 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment'. b. Duty: Continuous, 50 degrees C ambient, Inverter duty, nameplate stamped. C. Safety Factor: 1.15. d. Voltage Rating: 120 V, single phase, 60 Hz. e. Reversible, brushless DC gear motor rated for continuous duty. f. Overload protection. g. Gear Motor RPM: 125 RPM maximum. h. Drive System: Each metering pump to be provided with following: 1) Factory installed totally enclosed in NEMA 4X, (IP66) wash -down enclosure. 2) Operating Power Supply: 110 VAC, 60 Hz single phase supply without user configuration or selection switches. 3) Integral variable speed drive. 4) Dedicated variable frequency drive controller. 5) Local disconnect and drive interface panel in NEMA 4X enclosure. 6) Tube Failure Detection (TFD) System and Leak Sensing System: Provide local and remote alarms. 7) Cables: 2-foot pump connecting cable with plug and 10-foot signal input cable. 8) Disconnect Switch: Factory mounted at equipment. 9) Enclosure: Pressure cast aluminum with acidic liquid iron phosphate three - stage clean and coat pretreatment and exterior grade corrosion resistant polyester polyurethane powder coat. a) Rated NEMA 4X (IP66). b) Floor and Shelf Level Mounting Brackets and Hardware: Type 316 stainless steel. c) Wiring compartment for connection of input/output signal wires and alarm output loads to un-pluggable type terminal block connectors. I. Terminal board positively secured to rear of pump housing by two polymeric screws and fully enclosed by wiring compartment cover. II. Not disturbed by removal of wiring compartment cover. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 8 City of Fort Worth 0515-294565 April 2024 III. Do not use ribbon cables in wiring compartment. IV. Size conduit hubs, liquid -tight connectors, connector through holes and tapped holes in U.S. inches. 2.3 PUMP MOUNTING SYSTEMS A. Furnish one factory assembled skid for each chemical listed in 2.1 E, housing 2x100% pumps, suction valves, discharge valves, piping, and appurtenances described in this section and as indicated in Contract Drawings. B. Skid: Polypropylene floor -mounted pump skid suitable to mount two (2) pumps per skid. 1. Integral spill containment and splash proof protective housing. 2. Secure mounted piping and tubing to skid per requirements specified in Division 40. 3. Mounting Hardware: Designed by skid manufacturer and furnished with skid. C. Furnish foundation bolts, nuts and washers of Type 316 stainless steel or titanium for sodium hypochlorite pumps. 2.4 ANCHOR BOLTS A. Skids and Individual Pumps More than 30 lbs in Weight: 1. Strong Acids: Hastelloy C. 2. Concentrated Sodium Hypochlorite: Hastelloy C or Titanium. 3. Other chemicals: Type 316 stainless steel. 4. Supply nuts and washers of same material. 5. Supply anchor bolt type as defined on Drawings - J type or insert/adhesive. B. Individual Pumps less than 30 lbs Weight: Vinyl Ester FRP bolts, nuts, and washers. Furnish vinyl ester epoxy adhesive for setting anchor bolts. 2.5 SURFACE PREPARATION AND COATINGS A. Factory coated with epoxy paint system compatible with chemical service to withstand product spills. 1. Submit paint system with shop submittals for Engineer approval. B. Do not paint stainless steel and thermoplastic pump components. 2.6 ACCESSORIES A. Pressure Gauge and Switch Assemblies: 1. Furnished on discharge side of pumps indicating pump discharge pressure. 2. Shuts down pump in event of excessive discharge pressure. 3. Transmits alarm signals to variable frequency drives. 4. Rated: 10 amp SPDT at 120 VAC. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 9 City of Fort Worth 0515-294565 April 2024 a. Adjustable deadband and trip setpoint. b. Repeatability of 1 percent of actual pressure. C. UL/CSA rated and housed in NEMA 4X enclosure. d. Automatically trips on pressure rise. e. Manual reset required after pressure fall. Pressure Gauge: Furnish as part of complete factory assembly, including gauge, snubber, diaphragm seal with flush/vent valve, liquid fill, isolation valve and interconnecting piping. a. Casing: 300 series stainless steel, 4-1/2-inch diameter with Type 316 stainless steel Bourdon tube and 300 series stainless steel movement. b. Dial Face: White background with black markings, sealed to prevent entrance of moist air. C. Liquid filled with glycerin with filler/breather cap. d. Socket: Type 316 stainless steel with bottom connection. 6. Equipped with isolation valve and diaphragm seals to protect gauge and switch from contact with fluid in pipeline. 7. Isolation Valve: Ball valve. 8. Valves and diaphragm seal housing constructed of same material as applicable chemical piping system and have either socket weld, socket fuse or flanged process connection. a. Diaphragm: Teflon. 9. Furnish mineral oil fill with unit for use between diaphragm seal and gauge and seal and switch. B. Calibration Chambers: Furnished with pumps for measuring pump output. Rigidly installed and not supported from piping system. Arrange pump suction and discharge piping so as not to interfere with location and use of calibration chambers. 1. Materials: Compatible with intended chemical use (e.g., Pyrex, plexiglass, acrylic, butyrate o Q3 2. Flanged%socket weld c nnection to suction piping. 3. End Cap1 valve for air venting, as indicated on Drawings. 4. Permanently calibrated and marked in milliliters. 5. Height and Diameter: Sized such that measurable capacity of chamber is 2 minutes of discharge of each pump at 50 percent maximum pumping capacity. C. Pulsation Dampeners: 1. Furnish and install in discharge line of each pump as indicated on Drawings. 2. Hydro -pneumatic type; vertical design. 3. Chambers: a. Upper Pressure Chamber: Charged with compressed air to pump manufacturer's recommended charging pressure. Construction to prevent charged air from being dissolved in process fluid. b. Lower Process Fluid Chamber. Inert plastic material to prevent corrosion by process fluid. Use materials suitable for intended service. C. Chambers are separated by flexible, elastomeric bladder, PTFE, EPDM, neoprene, butyl rubber, etc. bellow or diaphragm. 4. Minimum Safety Margin: Burst pressure to maximum working pressure of 4: 1. 5. Capable of handling pump's maximum stroke volume. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 10 City of Fort Worth 0515-294565 April 2024 6. Manufacturers: a. Pulsafeeder Engineered Products. b. Blacoh Industries. D. Backpressure/Anti-Siphon Valves: Installed in discharge line of each pump as required to ensure seating of ball check valves and preventing anti -siphoning. 1. Valve Material: PVC, CPVC, or Polypropylene suitable for intended chemical use with Teflon® PTFE diaphragm and EPDM or Viton O-rings and seals. 2. Working Pressure: 150 psig. 3. Field adjustable with initial setting set at factory. E. Pressure Relief Valves: Installed in discharge line of each pump, upstream of back -pressure valve as indicated on Drawings. 1. Valve Material: PVC, CPVC, or polypropylenesuitable for intended chemical use with Teflon diaphragm and EPDM or Viton O-rings and seals. 2. Sized to pass maximum pump capacity when set at 10 psig above back -pressure valve setting. 3. Working Pressure: 150 psig. 4. Field adjustable with initial setting set at factory. F. Inlet Strainers: Suction line Wye strainer on suction line as indicated on Drawings. 1. Wye Strainers: 1/32 inch perforations. One size larger than suction line they are installed. 2. Strainer Materials: Clear PVC body, solvent ends, PVC screen, and EPDM or Viton 0- rings. Manufacturer: a. ASAHI. b. George Fischer. C. Engineer approved equivalent. PART 3 - EXECUTION 3.1 INSTALLATION A. Installation: Install Work according to City of Fort Worth Department of Public Works standards. 3.2 IDENTIFICATION AND MARKING A. Prior to Substantial Completion: Mark and identify chemical pumping systems and applicable components for health, flammability, and reactivity of hazardous materials as required by applicable jurisdictional building codes, statues, standards, regulations, and laws. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 11 City of Fort Worth 0515-294565 April 2024 3.3 TESTING SAFETY REQUIREMENTS A. Provide services of manufacturer's certified factory trained service engineer, specifically trained on type and size of specified equipment. Listed man -day requirements are on -site hours, exclusive of travel or office preparation time. Installation Inspection and Start-up: Four 8-hour days, non-consecutive. Services include: a. Inspect installation of pumps and accessories. b. Inspect controller and instrument installation. C. Inspect instrument setpoints. d. Indicate deficiencies, assist in correcting. e. Operate pumps, make necessary adjustments. f. Perform, or direct and witness field tests. g. Prepare certified field performance curves. h. Provide Manufacturer's Certification of Proper Installation. B. Testing involving use of chemicals requires careful safety and handling procedures. Be responsible to be familiar with safety protocols and proper chemical handling procedures for chemicals listed herein. C. Successfully complete functional testing and clean water testing and fully commission eye wash/shower associated with this system to satisfaction of Owner, prior to initiating work with chemicals. D. Use of personal protective equipment (PPE) is necessary during full-scale testing and start-up. Prior to receiving dry sodium fluoride and initiating full-scale testing: 1. Confirm in advance names of attendees who will conduct or witness system testing involving this chemical, and necessary sizes for required PPE. 2. Furnish appropriate PPE for each and every person conducting and witnessing system testing, including Owner's staff as specified in Part 1. E. Conduct briefing regarding chemical and system hazards to persons conducting and witnessing system testing. F. Verify that parties are wearing appropriate clothing, footwear, and PPE. G. Furnish appropriate spill clean-up materials. 3.4 FIELD QUALITY CONTROL A. System Manufacturer Quality Control Procedures: Adequate to ensure fabrications comply with these Specifications. Final Inspection and Testing of System: By manufacturer prior to shipment; documented in writing and submitted as record of completion. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 12 City of Fort Worth 0515-294565 April 2024 B. Manufacturer Services: Manufacturer's representative experienced in installation of equipment and systems furnished per this Section for not less than four days on -site for installation, inspection, and field testing of supplied equipment and system package. C. Certificate of Installation: Signed by equipment manufacturer's authorized representative, attesting equipment is properly installed and ready for startup and testing. D. Water: Verify with Owner and Authorities Having Jurisdiction procedures for use and disposal of testing water. E. Start-up Testing: 1. Execute testing per approved Testing and Training Plan submittal. Be responsible for resolving any and integration issues at no additional cost to Owner. 2. Preoperational Check: Prior to operating system or components. a. System Functional Check: Per Section 46 6133 requirements. Confirm power and control wiring is correct. b. Vent air from system. C. Sufficiently sized reservoir of potable water for clean water testing. 3. Functional Testing: During commissioning of instrumentation and control system ensuring pumps respond as required to remote input. 4. Clean Water Testing: a. Performed using water for chemicals that do not react adversely with water. Run pumps dry (no water used) for chemicals that require dried piping systems or react adversely with water. b. Preliminary System Potable Water Test: After completion of installation, in presence of Engineer and qualified system supplier representative. 1) Verify functioning of component parts. 2) Approval does not constitute final approval or acceptance of system and equipment. Metering Pump Flow Rate: Test by measuring drawdown rate on suction side leaving discharge undisturbed in its normal, steady-state operating condition. 1) Compute capacities by measuring time to fill or by draining calibration column with potable water. d. Chemical Feed Systems: Operate on clean water for continuous period of four hours, under supervision of manufacturer's representative. e. System Piping: Hydrostatically test for leaks at 150 psig. f. Document issues and observations. g. Component Performance Failure: Adjust, repair, modify, and replace components of system failing to perform. 1) Repeat clean water tests. h. System and Component Adjustments: Under direction of manufacturer's representative. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 13 City of Fort Worth 0515-294565 April 2024 i. Test Rejection and Failure: Following items are sufficient cause to reject test. Successfully complete functional testing in five tries; otherwise, construction manager will reject System. 1) Mechanical or electrical breakdowns. 2) Unusual vibrations. 3) Control sequencing problems. j. System Rejection: Inability to complete functional testing in five attempts will be sufficient cause for Engineer to reject System. k. Post Test System Preparation: Purge water with high pressure dry air for systems designed for chemicals incompatible with water. Performance Testing: Conduct after installation is complete and ready for testing as demonstrated by successful completion of clean water (or dry) testing. a. Performed under direction of system supplier representative, and in presence of Engineer. b. Incidental Costs: Be responsible for costs other than labor provided by System Supplier, including calibrated testing and measurement instruments and waste disposal. Costs include water and power requirements. C. Chemical Metering Pumps Field Calibration: In presence of Engineer. 1) Include graphing of pump capacity curves for 25, 65 and 100 percent of rated capacity. 2) Develop curves for 25, 65 and 100 percent of motor speed. 3) Six calibration curves per each pump. d. Demonstrate pumps conform to service requirements and design conditions specified. 1) Continuous uninterrupted 24-hour operation of pumps will be required before acceptance. 2) Pump does not meet performance requirements: Take corrective measures or replace pumps and retest until performance requirements are met. Test Capacity: Data monitored at point of discharge at selected strokes and speeds to confirm repeatability of settlings. Record following items at 15-minute intervals during testing period: 1) Metering pump output flow rate. 2) Metering pump pressure. 3) Power draw at minimum, maximum and average operating design points. 4) Operate at maximum design condition for one continuous hour. f. Failure to Perform as Specified: Adjust, repair, modify, and replace components and repeat testing. 1) Adjust equipment under direction of manufacturer's representative. Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 14 City of Fort Worth 0515-294565 April 2024 g. System Performance and Functionality Evaluation: For modes of operation controlled by components provided by Package Supplier (e.g., control station, control panel) as required per Contract Documents. 1) Control functions. 2) Alarms. 3) Monitoring status. 6. Signatures on Completed Field Testing Forms: a. Manufacturer's representative. b. Engineer. C. Owner's witness. 7. Complete calculations and document performance within Contract requirements. 8. Signed Field Testing Report: Submit to Owner for approval. F. Equipment Acceptance: 1. Adjust, repair, modify, or replace components failing to perform as specified and rerun tests. 2. Make final adjustments to equipment under direction of manufacturer's representative. 3.5 DEMONSTRATION AND TRAINING A. See Section 46 6133, Part 3 for demonstration and training requirements. END OF SECTION 46 33 44 Eagle Mountain WTP — Phase IV Expansion Peristaltic Metering Pumps Membrane Pre -Selection 46 33 44 - 15 City of Fort Worth 0515-294565 April 2024 SECTION 46 6133 - MICROFILTRATION AND ULTRAFILTRATION MEMBRANE 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 membrane filtration systems that utilize microfiltration (MF) or ultrafiltration (UF) technology. B. Related Requirements: 1. Section 05 50 00 "Metal Fabrications". 2. Section 40 05 23 "Stainless Steel Process Pipe and Tubing". 3. Section 40 05 31 "Thermoplastic Process Pipe". 4. Section 40 05 51 "Common Requirements for Process Valves". 5. Section 40 05 57 "Actuators for Process Valves and Gates". 6. Section 40 05 64 `Butterfly Valves". 7. Section 40 05 93.23 "Low -Voltage Motor Requirements for Process Equipment". 8. Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions". 9. Section 40 6121.20 "Process Control System Testing". 10. Section 40 6126 "Process Control System Training". 11. Section 40 63 43 "Programmable Logic Controllers". 12. Section 40 67 17 "Industrial Enclosures". 13. Section 40 70 00 "Instrumentation for Process Systems". 14. Section 43 1133 "Rotary Lobe Blowers". 15. Section 43 12 51 "Scroll Compressors". 16. Section 43 23 41 "End Suction Process Pumps". 17. Section 43 4145 "Fiberglass Reinforced Plastic Tanks". 18. Section 46 6173 "Automatic Straining Equipment". 19. Appendices: a. Appendix A — Fort Worth EMWTP Membrane Pilot Study Report 2015. b. Appendix B — Fort Worth EMWTP Membrane System P&IDs. C. Appendix C — Fort Worth EMWTP TCEQ Correspondence. 1.3 DEFINITIONS A. Chemically Enhanced Backwash (CEB): Also called maintenance wash (MW) or enhanced flux maintenance (EFM). Periodic process utilizing a low -strength chemical solution(s) that are typically performed at an operational frequency of every 1 to 14 days with the process lasting Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 1 City of Fort Worth 0515-294565 April 2024 40 minutes or less. This definition is not intended to include routine water and/or air backwashes/reverse filtration procedures nor clean -in -place (CIP) procedures. B. Clean -in -Place (CIP): Also called recovery clean. Periodic process utilizing a high -strength chemical solution(s) that are typically performed at an operational frequency of every 30 to 60 days with the objective of removing foulants from the membrane fibers. C. Crossflow Operation: Operation with high -velocity flow applied tangential to the surface of the membrane to maintain contaminants in suspension. D. Deadend Operation: Operation with all flow is perpendicular to the membrane surface. During the filtration cycle, all incoming flow is filtered through the membrane. E. Flux: Rate of filtrate production of a membrane filtration system expressed as flow per unit of membrane area (e.g., gallons per square foot per day (gfd)). F. Instantaneous Flux: Instantaneous rate of filtrate production when operating in a filtrate production mode (gfd), calculated as follows: Net Filtrate Production per Day (gpd) + Filtrate used for backwash and chemical cleans (gpd) Total Membrane Area (s f) x System Uptime G. Membrane Filtration System Supplier (MFSS): Experienced supplier of membrane filtrations systems, as described herein, that is responsible for providing the membrane filtration system described under this Section. H. Membrane Module/Element: A grouping of hollow fiber membranes that are secured into a common potting compound. I. Membrane Train: A process increment of membrane filtration treatment capacity consisting of manifolded membrane modules, instruments, valves, and appurtenances that function as an independent unit. 1. A Membrane Train consists of a valve skid/rack and module skid/rack, configured as interconnected skids or as a single skid. 2. Membrane trains are units that can be operated independently, with shared backwashing and cleaning resources. Net Filtered Water: Total daily amount of filtered water produced less any amount of filtrate used for backwashing, chemical cleaning, chemically -enhanced backwashing and rinsing of the membrane filter. K. Net Flux: Net daily filtered water produced per unit of membrane area (gfd). L. NTU: Nephelometric turbidity unit. M. Recovery: Daily net filtered water divided by daily net feed times 100 percent. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 2 City of Fort Worth 0515-294565 April 2024 N. System Uptime: Out of a 24-hour period, the percentage of time that a system is in filtration mode and producing filtrate, considering time not producing filtrate due to system backwash and CEB/MW operations, but not including downtime due to CIP operations. O. TCEQ: Texas Commission on Environmental Quality P. TCF: Temperature Correction Factor calculated per the EPA Membrane Filtration Guidance Manual (MFGM) as follows: TCF = 1.784 — (0.0575 x T) + (0.0011 x T2) — (10 x Ta) Q. TSS: Total suspended solids. R. Transmembrane Pressure (TMP): Difference between the pressure in the feed and filtrate manifolds on a membrane train. TMP is the driving force for filtration. 1.4 ENGINEERING ASSISTANCE A. Task 1 (Part of Special Services Agreement) — Provide Technical Assistance to Complete Design of the membrane filtration system. This technical assistance consists of- 1. Designing Equipment to be provided by the MFSS, providing 3D models of all Equipment. 2. Submittal of Shop Drawings and samples, general arrangement of membrane units, installation manuals, and project coordination with the Owner during the design phase, including participation in progress design meetings. 3. Provide assistance to the Engineer and Owner and provide the information needed to coordinate the design of the membrane filtration system as well any ancillary equipment and supporting structures designed by the Contractor but not provided by the MFSS, including any temporary facilities needed for testing and commissioning the system. B. Task 2 (Part of Goods and Services Agreement): Equipment and Installation Oversight consists of furnishing the Equipment required for the membrane filtration system set forth in the Contract Documents. This task also consists of furnishing manufacturer trained personnel for installation oversight of specified Equipment. C. Task 3 (Part of Goods and Services Agreement): Start-up and Training consists of training, operation and maintenance manuals, start-up, commissioning, demonstration testing, and acceptance testing. 1.5 ACTION SUBMITTALS A. Product Data: Submit manufacturer product data for system materials and component equipment. B. Shop Drawings: 1. Schematic Drawings: Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 3 City of Fort Worth 0515-294565 April 2024 a. Process and Instrumentation Drawings (P&IDs): 1) P&IDs of membrane filtration system, including hydraulic and pneumatic schematics detailing the Equipment supplied by the MFSS. 2) Show equipment provided by others that will interface with the membrane filtration system. 3) Delineate battery limits of MFSS's scope of supply by hatching, line weight, etc. 4) MFSS must use Engineer -provided tag numbers shown in P&IDs. b. Electrical wiring diagrams including motor horsepower and other electrical load information and identification of external wiring connections to install and make operational the supplied equipment. 2. System Arrangement Drawings: a. Submit plan and elevation views of all major components and subsystems supplied by the MFSS, detailing orientation of equipment, piping, fittings and valves (including valve actuators) and necessary supports for Equipment. b. Submit arrangement drawings of the CIP and neutralization equipment including interconnecting pipework, valves, supports, and appurtenances for the membrane system. 1) Show chemical totes for a 30-day supply of each membrane cleaning and neutralization chemical required for the membrane filtration system with the exception of sodium hypochlorite, which will be drawn from the sodium hypochlorite bulk tank adjacent to the chemical feed area. C. Identify termination points for hydraulic, pneumatic and electrical connections where interfacing is required between the MFSS supplied equipment and equipment to be installed by the Contractor. d. Submit setting drawings, templates for installation of anchor bolts and other anchorages for the system. e. Submit electronic 3-Dimensional (3D) models of the MF/UF membrane trains and skid mounted pumping equipment in Revit format. 3. Submit a bill of material for all devices, components, and appurtenances, including component original part numbers identifying each furnished component. 4. Submit manufacturer's literature, illustrations, specifications, weights, pump curves, and engineering data for project equipment including dimensions, materials, sizes, and performance data. 5. Component Equipment: Submit technical information for approval in accordance with the specific technical Specifications and the general Specification requirements for all items of component equipment including pumps, compressed air equipment, air blower equipment, valves/actuators, CIP equipment, instrumentation, flow meters, and analyzers, showing all dimensions, materials of construction, performance ratings, set points, component parts, construction details, weight, factory finish system, mechanical and electrical drawings. 6. Membrane Modules: Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 4 City of Fort Worth 0515-294565 April 2024 a. Submit description of membrane modules, including element construction details (e.g., active membrane surface area), standard performance parameters, and storage and handling requirements. b. Include standard commercial part numbers and materials for elastomeric seals, where applicable. C. Submit standard operating and maintenance data, including storage solutions (concentration and volume) used during shipment and recommended rinsing solution and volume and long and short-term storage protocols. C. Design Calculations: 1. Submit design calculations related to sizing of key components, including the overall system, pumps, valves, pre -strainers, trains, air compressor system, backwash system, CIP system, chemical transfer pumps, CIP pumps, and electrical controls and instrumentation supplied by the MFSS. Submit calculations for the piping system to demonstrate that the system is hydraulically stable (balanced) under normal and backwash operation within the MFSS's and/or 'good engineering practice' limits. Submit calculations for pumps, throttling valves, and modulating valves to show that cavitation does not occur over the specified and/or proposed operating ranges. a. These calculations shall verify the operating criteria provided as part of the proposal submission and detailed in Section 00 21 13, 16.7.4 of this preselection package. Any variations from the previously provided calculations shall be highlighted with a detailed explanation of how the system will comply with TCEQ guidelines and the performance criteria of this preselection document. 2. Submit calculations that verify pump drive overload does not occur over the specified and/or proposed operating range. 3. Submit structural and seismic calculations for equipment anchorage and supports that are stamped by a professional engineer licensed in the State of Texas. D. Fabrication and Assembly Drawings for all MFSS Supplied System Piping: 1. Submit erection/installation drawings showing all fittings, valves, instruments, supports, and details for piping and structures elevation views of all major components and subsystems, detailing orientation of equipment, piping, fittings and valves (including valve actuators). Clearly indicate all piping terminations and points of connection with existing equipment or equipment to be installed. 2. Identify piping materials and fabrication details. 3. Identify each support by catalog number or shop drawing detail number. E. Process Instrumentation and Control System Submittals: Submit per Section 40 6100. 1.6 INFORMATIONAL SUBMITTALS A. Installation Instructions. B. Equipment manufacturers' maintenance requirements/ instructions in electronic format for direct upload into the Owner's computerized maintenance management system (Maximo). C. Membrane Module Certifications: Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 5 City of Fort Worth 0515-294565 April 2024 Submit prior to delivery of the membrane modules the following: a. Identify each membrane module by a unique serial number and indicate the membrane lot. Permanently mark the unique serial number on each membrane module. b. Provide the membrane specification sheets that specify the following for each membrane module. When this information is available only for lots of modules, supply the information above for each lot along with a list of all serial numbers of modules belonging to a given lot. 1) Normalized specific flux in gallons per minute filtrate per pound per square inch of transmembrane pressure (gpm/psi) at 20 degrees C. Provide the equation used to calculate specific flux at other temperatures. 2) Nominal pore size. 3) Nominal inside and outside surface area of the filter module. Certification of wet testing for each membrane module conducted at the Membrane Module manufacturer's facilities. 1) Identify membrane module serial number. 2) Certify that each membrane module has passed the quality assurance/quality control tests for membrane element integrity. 3) Acceptable quality assurance and quality control tests include bubble point or pressure hold tests above the minimum value recommended by the MFSS. 2. Quality Control Reports: a. Submit factory test and MFSS quality control reports for all equipment provided, including the factory test report for the PLC/HMI system functional performance test reports per Section 40 6121.20 "Process Control System Testing." b. Submit factory test reports for all control panels per Section 40 61 21.20 "Process Control System Testing". C. Submit results of the Air -Hold Integrity Test as per described in section 2.2. D. Regulatory Agencies: Submit all system information, hydraulic calculations and drawings for the membrane filtration system and any other system performance data required by regulatory agencies. E. Verify that all chemicals and materials in contact with the feed water or product water are certified by NSF/ANSI 60 or 61 for use in continuous contact with potable water. F. Verify validation for log removal of pathogens by NSF International Environmental Technology Verification (NSF/ ETV), California Department of Public Health (CDPH), or equivalent. 1.7 CLOSEOUT SUBMITTALS A. Commissioning Activities: Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 6 City of Fort Worth 0515-294565 April 2024 1. Prepare and submit "Detailed Plan of Commissioning Activities" at least ninety (90) days prior to the start of commissioning. a. Include a list of quantities and specifications of all chemicals, lubricants, and materials, instruments, and incidental and expendable Equipment required for commissioning and placing the equipment into operation. b. Include a detailed baseline commissioning schedule and schedule narrative. B. Training Materials: Submit per Article 3.4 of this specification and per Section 40 6126. C. Upon completion of Demonstration Testing, submit a written report detailing the results of the Demonstration Testing. D. Warranties. E. Operation and Maintenance Manuals. F. Project Record Documents. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Furnish spare parts and special tools. B. For the following, furnish a minimum of two spares of each size and type used or 2 percent (one valve for every 50 valves used) minimum quantity, whichever is greater. 1. General service valves. 2. General service valve actuators. 3. General service valve seats. C. For the following, furnish a minimum of one spare of each size and type used or 2 percent (one valve for every 50 valves used) minimum quantity, whichever is greater: 1. Modulating service valves. 2. Modulating service valve actuators. 3. Modulating service valve seats. 4. Modulating actuator seal kits. D. For the following, furnish a minimum of one spare for every 400 (0.25 percent) supplied: 1. Membrane modules. 2. Membrane module O-ring kits. E. Furnish all CIP, neutralization and maintenance wash chemicals required during startup, commissioning, and acceptance testing. F. Membrane Module Repair Equipment: 1. Furnish all tools necessary to repair broken membrane fibers. 2. Furnish pins to repair up to 30 broken fibers. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 7 City of Fort Worth 0515-294565 Al April 2024 3. Fmaneuv;er sh one membrane module lifting mechanism designed to allow one person to safely the supplied membrane modules for installation (assume one person cannot lift more than 35 lbs wet weight equipment). 4. The mechanism may be used by the Contractor during initial installation of the modules provided that it is turned over in good working condition to the Owner following completion of commissioning. 5. Manufacturer / Model: a. FiberMoveTM by Piedmont. b. Approved equal. G. Provide special tools required for: 1. Disassembly and reassembly or analysis of membrane trains. 2. To remove membrane modules from the rack assemblies. 3. Repairing integrity of modules with broken membrane fibers. 1.9 QUALITY ASSURANCE A. Perform Work according to standards set by authorities having jurisdiction. B. Provide identical pumps, valves, and appurtenances for each service (membrane trains, backwash pumps, CIP pumps, air system, etc.) of the same manufacturer with identical model numbers. C. Single Source Responsibility: Equipment specified under this section to be provided by a single MFSS. Provide membrane filtration system that is integrated and coordinated by the MFSS, including verifying the proper function of all the equipment integral to the membrane filtration system (regardless of the original manufacturer of the various component parts), The intent of this paragraph is to establish unit responsibility with the MFSS for all of the Equipment associated with the membrane filtration System. D. Materials in contact with Potable Water: Certified according to NSF 61 certified in compliance with applicable regulations. E. Welding to confirm with the latest applicable codes of the American Welding Society and/or ASME Boiler Code. F. Equipment to comply with OSHA standards. G. Electrical material and Equipment: UL listing wherever standards have been established by that agency. The complete electrical assembly: Comply with requirements of the National Electrical Code, the National Electrical Manufacturers Association (NEMA), the National Fire Protection Association (NFPA), and all applicable state and local codes. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 8 City of Fort Worth 0515-294565 April 2024 1.10 QUALIFICATIONS A. MFSS Minimum Qualifications: 1. MFSS specializing in manufacturing membrane filtration systems specified in this Section with minimum ten years' documented experience. 2. MFSS must have a minimum of twenty (20) installations with the proposed MF/UF module on drinking water in North America. 3. MFSS must have in place a dedicated quality control/quality assurance program that conforms to ISO-9000/ISO-9001. a. The Owner may elect to visit the MFSS's facility to witness fabrication, assembly, or testing of the Equipment and systems specified herein. If so elected, the visits will be at Owner's expense, unless otherwise noted herein. Facilitate such visits including demonstration of shop testing and QA/QC procedures. 1.11 DELIVERY, STORAGE, AND HANDLING A. Deliver membrane filtration system skids and other ancillary skid -mounted equipment as assembled units to the fullest degree possible. B. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. C. Storage: Store materials according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. 1.12 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 1.13 WARRANTY A. Provide membrane filtration system warranties as required by Section Ol 90 00 — Warranties for Membrane Filtration Systems Performance. 1.14 PATENT ROYALTIES AND FEES 1. Obtain such patent rights and licenses as may be necessary in connection with all costs, royalties, and fees arising from the use on, or the incorporation into, the Work of patented Equipment, materials, supplies, tools, appliances, devices, processes, or inventions. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 9 City of Fort Worth 0515-294565 April 2024 2. Defend and hold Owner and Engineer harmless to the extent based on a claim that any Equipment, materials, supplies, tools, appliances, devices, processes, or inventions supplied or required to be supplied or used under this specification constitute infringement of any United States patent that is in force at the effective date of this Equipment Purchase Agreement. a. If a determination is made that MFSS has infringed upon intellectual property rights of another, MFSS may, within a reasonable timeframe without delay to the contract execution or limitation of membrane filtration system's ability to meet specified performance criteria, at its election upon notification to the Owner, 1) Obtain the necessary licenses for Owner's benefit at no additional cost to the Owner, or 2) Replace the infringing items and provide related design and construction as necessary to avoid the infringement at MFSS's own expense or, 3) Refund to the Owner the purchase price paid for the infringing product or service, or 4) Request in writing for Owner to obtain, at MFSS's expense, the necessary licenses for Owner's benefit. PART 2 - PRODUCTS 2.1 GENERAL SYSTEM DESCRIPTION A. This Section specifies requirements for the design, fabrication, shipment, installation oversight, commissioning, startup, performance testing and demonstration testing of a membrane filtration system. B. Furnish the Equipment items associated with membrane filtration system and participate in the installation, commissioning, demonstration testing, and training of Owner's personnel in operation of the membrane filtration system as a whole. C. Membrane filtration system: 1. Treat water withdrawn from Eagle Mountain Lake that has received the following pretreatment: Q j, b. Coagulation, flocculation, and sedimentation using either Polyaluminum (PACL) or Aluminum Chlorohydrate (ACH). 2. Anticipated quality of the water for treatment in the membrane filtration system is provided as part of the 2015 Pilot Report, Attached as Appendix A. D. Provide a complete, fully functional membrane filtration system that is the standard commercial product offered by the MFSS for municipal potable water treatment, including the following: 1. Skid -mounted, pressure membrane filtration treatment trains including membrane Al modules and support structures. Provide each train as a complete assembly on a skid. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 10 City of Fort Worth 0515-294565 April 2024 MFSLtoprovide completely pre -piped assembly of all skids except the membrane modch will be installed by the General Contractor. Provide MFSS-supplied pipins supported on skids. Loose piping that is to be supported by concrete pedeot acceptable. 2. membrane filtration system. 3. Collect filtrate from the membrane filtration system in a common pipeline and routed to the clearwell. 4. Route waste flows generated from periodic backwash cycles/reverse filtration to the washwater recovery tanks. 5. Provide backwash/reverse filtration Equipment as required by membrane filtration system. 6. Membrane Chemical Cleaning Equipment for chemical CIP and CEB/MW/EFM membrane maintenance processes, including facilities for cleaning waste neutralization. Provide chemical pumping Equipment. 7. Provide ancillary Equipment such as pumps, strainers, filters, chemical dosing pump systems on functional skids that have defined connection points for the Contractor. 8. Compressed air and/or air blower systems. 9. Pumps and motors. 10. Membrane integrity test system. 11. Valves and actuators. 12. Electrical process control Equipment. 13. Process control system (PCS) Equipment including programmable logic controller (PLC) and human -machine interface (HMI) hardware and software. 14. Instrumentation components. 15. All required fasteners and miscellaneous appurtenances for MFSS provided Equipment except anchor bolts and bolts for remote valves and piping appurtenances. Provide location and information for sizing of the anchor bolts. 16. Any additional appurtenances required for the fully -functional membrane filtration system. E. It is the intent of this Specification to identify major components of the membrane filtration System and to establish minimum Equipment and quality standards for these components. Provide all parts, Equipment, materials, and components required for a complete operating membrane filtration System. F. Provide an on -site representative(s) during various phases of the installation process for the durations as described in the Contract Documents. Provide written instruction and verbal direction for proper installation of the membrane filtration system. G. Review installation of Equipment prior to start-up and commissioning of Equipment. H. Perform the start-up, debugging and initial field testing of the membrane filtration system including performance acceptance testing. I. Provide a membrane filtration system that meets all requirements of the United States Environmental Protection Agency (USEPA) and the Texas Commission for Environmental Quality (TCEQ) when operated as prescribed by the MFSS and within stated influent water quality ranges. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 11 City of Fort Worth 0515-294565 April 2024 2.2 EQUIPMENT/COMPONENTS A. General Requirements: 1. Membrane assembly: Prefabricated, preassembled and tested before shipment to site. 2. After assembling, test each membrane train, at the MFSS's facility. a. Incorporate a leak check to verify the integrity of the assembly. 3. Lifting Lugs: Furnish lifting lugs for all Equipment items or component assemblies weighing more than 100 pounds, except for headers and valves, or otherwise designed to accommodate lifting via 4. Miscellaneous Fasteners. Provide Type 316 stainless steel or 18-8 stainless steel bolts, Al nuts, washers, flange ba ' , specifically addressed elsewhere in this specification. 5. Like items of materials/Equipment are to be the end products of one manufacturer in order to provide standardization for appearance, operation, maintenance, spare parts, and manufacturer's service. B. Pre -strainers: Type: "Automatic Straining Equipment" per Section 46 6173. C. Feed Pumps: Type: "Vertical Turbine" to be controlled by MFSS, but supplied by General Contractor. D. Membrane Filtration Trains: 1. Provide a membrane filtration system divided into identical trains, functionally independent while in filtration mode (independent electrical and hydraulic control), and of the same hydraulic capacity. 2. Support Structure: Structural frame containing pressure vessels, piping, instrumentation, and other appurtenances, comprising a single train. 3. Material: Corrosion -resistant material including epoxy coated steel, stainless steel, aluminum T6061, or powder -coated steel. 4. Supply all piping within the limits of each train including any feed, filtrate, backwash, CIP, drain and compressed air piping. 5. Provide hollow fiber membrane modules manifolded together within each train. a. Seals: EPDM. 6. Individual membrane modules: Easily removable from the module manifolds included on each train. E. Provide membrane filtration system support skids that can utilize membrane modules provided by at least one of the following manufacturers that have been approved by TCEQ for this application: 1. Toray Membrane USA: Toray HF-2020AN. 2. Asahi: Asahi UNA-620A. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 12 City of Fort Worth 0515-294565 April 2024 F. Membrane Backwash System: General requirements for the backwash system are as follows: a. Utilize a backwash/reverse filtration flow to remove accumulated particulates and maintain the design filtrate production rate. 1) Flush dislodged solids to waste. 2) Incorporate an air scour sequence in the system trains to agitate the feed side of the fiber surface during the backwash sequence. b. Provide all valves, pumping Equipment (if applicable), air supply Equipment, chemical injection, and mixing system, instruments, controls, and other components as needed to provide an automated backwash system. C. Initiate backwash cycles automatically through the process control system using totalized volume or time, as selected by Operator. 1) Provide option to allow Operator to initiate a backwash manually. 2) Automate the backwash processes through the PCS. d. Design the backwash system such that membrane trains do not have to "queue" for access to backwash resources and backwash events can be accomplished on schedule with minimal system interruption. If required, multiple banks of backwash pumps will be provided with sufficient process control to allow trains to backwash simultaneously. e. Discharge spent backwash water exiting the Train in a controlled manner to washwater recovery tanks. The MFSS to assist in coordinating and sizing the backwash water conduits. 2. Membrane Backwash Pumps: a. Type: "End Suction Process Pumps" per Section 43 23 41. Membrane Backwash Blowers (if applicable): a. If blowers are required for the backwash system, provide, firm on-line blower capability such that backwash requirements can be met with any one blower off- line. b. Type: Rotary Lobe Blowers per Section 43 1133. G. Compressed Air System: Provide compressed air systems, including air compressors, desiccant air driers, air receivers, valves, controls, inlet air filter/silencer, flexible connections, air check valves, automatic drip trap and other components, to make complete compressed air system for the operation of following systems: a. Pneumatic actuated valves associated with the membrane filtration system. b. Membrane integrity test system. C. Miscellaneous appurtenances or processes, as applicable by the proposed membrane filtration system. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 13 City of Fort Worth 0515-294565 April 2024 2. Type Oil -free scroll type per Section 43 12 51 with dedicated desiccant driers. 3. Pass compressed air that is in contact with filtered water through a hydrophobic membrane filter with a retention efficiency of 0.2 microns or less. 4. Provide a column of adsorptive media to treat compressed air that will be in contact with filtered water or membranes or provide oil free compressor for compressed air, to protect filtered water and membranes from oil and other potential contaminants. H. Pneumatic System: 1. Pneumatic tubing: Type 316 stainless steel construction rated for the application. MFSS to provide pneumatic lines located on skid -mounted equipment. 2. Plastic valves, check valves and other appurtenances are not permitted on compressed air lines. 3. Control the pressure of compressed air supply with a regulator. Locate an isolation ball valve at each treatment Train. 4. MFSS to provide flow controls as required to regulate valve actuation in order to prevent hydraulic shock. I. Test membrane modules at the factory for hydraulic performance and integrity. Membrane Chemical Cleaning System: 2. The membrane filtration system includes integral, automatic, membrane CIP and CEB systems designed to remove solids that have accumulated in the membrane modules (including on the membrane surface and within the membrane pores) to maintain System performance by reducing the transmembrane pressure at a given flow and water temperature to within the pre -defined normal operating limits. Provide suitable chemical cleaning system components for intended service. Potential for the generation of foam in the solutions and the control of foaming to be considered in the design of chemical cleaning system. Provide CIP and CEB chemical cleaning and waste neutralization systems including: a. Chemical dosing systems. b. CIP Tank(s) for cleaning solution make-up. C. Cleaning solution make-up water heating system. d. CIP Pumps for cleaning solution transfer. e. Recirculation pumps. f. Drain pumps. g. Valves, instrumentation, and controls, as required for a fully functional and operational chemical cleaning and neutralization systems. 4. Automated CIP System Controls: a. Operate the cleaning system automatically upon operator initiation of a CIP or CEB cycle. b. Provide controls for the cleaning system through the membrane filtration control system. C. Record the time between chemical cleanings and send an alarm when the next chemical cleaning is needed based on the operator -entered time interval or an increase in TMP. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 14 City of Fort Worth 0515-294565 April 2024 d. Include appropriate alarms and controls in the automated CIP system to automatically terminate the CIP cycle during CIP Equipment or instrument failure. 1) Include automatic flushing sequence between each chemical feed cycle to flush pipelines of residual chemical. 5. Provide valves and interlocking logic to assure that a membrane filtration Train being chemically cleaned is isolated from the other operating membrane units. 6. Design the system such that the filtrate, feed and all CIP or chemical connections are physically disconnected to ensure cleaning solutions are not inadvertently applied to the wrong unit. a. Use a "double block and bleed" valve arrangement with an air gap and with limit switches. b. At a minimum, double block and bleed valve arrangements incorporating an air gap and limit switches are required at the following locations: 1) On the feed water line to each unit upstream of where the CIP recirculation line enters/exits the feed water piping or as otherwise required by the MFSS to prevent chemical contamination of the feed water to membrane units not in CIP. 2) On the filtrate water line from each unit downstream of where the CIP recirculation line enters/exits the filtrate water piping (and prior to the filtrate pump) or as otherwise required by the MFSS to prevent chemical contamination of the filtrate water. 3) On the CIP recirculation line to each unit at any location where the CIP recirculation line enters/exits the membrane unit or as required by the MFSS to prevent chemical contamination of a unit in operation when chemical solution is present in the CIP recirculation line. 7. Design CIP system such that membrane trains do not have to "queue" for access to CIP resources and such that CIP events can be accomplished on schedule with minimal system interruption. If required, multiple banks of CIP pumps, tanks, and chemical systems will be provided with sufficient process control to allow trains to backwash simultaneously. 8. CIP Pumps for Chemical Cleaning Solution Transfer: a. Provide, firm on-line pumping capability such that CIP requirements can be met with any one pump off-line. b. Pump casings and impellers: Suitable for long-term service with the range of raw water constituents described herein and the addition of proposed chemical cleaning chemicals. C. CIP pumps: "End Suction Process Pumps" per Section 43 23 41 or "Vertical In - line Multistage Centrifugal Pumps" per Section 43 23 31. d. It is generally preferred for MFSS to provide CIP pumps as part of a complete factory assembled and tested CIP pump skid that includes all CIP pumps, isolation valves, flow meters, switches, gauges, and associated piping. 9. Membrane CIP Chemical Metering / Feed Pumps: Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 15 City of Fort Worth 0515-294565 April 2024 a. Provide, firm on-line pumping capability for each of the chemical cleaning / neutralization chemicals such that CIP requirements can be met with any one pump off-line. b. Provide chemical metering / feed pumps as part of a complete factory assembled and tested skid that includes all pumps, appurtenances, and associated piping. C. Chemical Metering / Feed Pumps: Peristaltic hose type per Section 46 33 44 "Peristaltic Hose Pumps". 10. Utilize inline instrumentation to ensure that cleaning solutions are sufficiently neutralized before being discharged to the sanitary sewer. The setpoints indicating sufficient neutralization will be as follows: a. pH: 6.5 — 8.5 b. ORP: < 200 mV 11. Chemical dosing systems for cleaning solution make-up and waste neutralization may include: a. Citric acid. b. Sodium hydroxide. C. Sodium hypochlorite. d. Sodium bisulfite. e. tthe�gravity spent cleaning solution i t o t e Assume sanitary sewer connection is te y 00-ft away and 5- t vertical elevation increase at the discharge to sewer.f.the cieaninx nnoc 12. Concentrated Sodium Hydroxide System Requirements: a. Use diaphragm valves with a rising stem indicator for the piping system. 13. Concentrated Sodium Hypochlorite System Requirements: a. No metal components are permitted in the sodium hypochlorite feed system. b. Design equipment to consider the potential of hypochlorite off -gassing, and to relieve accumulated pressure in the system. C. Use vented ball valves on hypochlorite feed lines. 14. Concentrated Chemicals for Cleaning and Neutralization: Supplied in a refillable bulk tank system (for sodium hypochlorite) or 330 gallon totes (all other chemicals) to be provided by Others. 15. Provide neutralization facilities to neutralize waste streams from CIP and CEB cleans and be capable of achieving waste streams of pH between 6.5 and 8.5 with an ORP of less than 200 mV. K. Tanks: For the following applications: 1. CIP Tank for cleaning solution make-up and storage. a. Quantity As required by proposed system. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 16 City of Fort Worth 0515-294565 April 2024 b. Size sized by MFSS. C. Material: FRP per Section 43 4145. 2. Neutralization Tank for spent cleaning solutions. a. Quantity As required by proposed system. b. Sized by MFSS. C. Material: FRP per Section 43 4145. L. Membrane Filtrate Monitoring and Integrity Test System: Provide each Train with an automatic sample valve located on the filtrate discharge line. a. Valve Position: Open when the train is producing water. b. Connect sample line continuously to an on-line turbidimeter provided by the MFSS. C. Provide a filtered water bubble trap for each turbidimeter. 1) Assemble turbidimeter, bubble trap, and electronic display/transmitter on a PVC backboard complete with piping and valves. 2. Air -Hold Integrity Test System for Trains: a. Provide a membrane integrity test system to monitor the integrity of membrane and membrane system in each Train. b. Perform integrity test discretely on one Train at a time. C. Use air pressure to verify the integrity of the membranes. d. The MFSS to provide documentation of methodology used to establish the integrity test pressure. e. Conform to the guidelines of the USEPA Membrane Filtration Guidance Manual (2005). f. PLC system to automatically initiate and sequence the test for each train. g. Verify the integrity of the hollow fiber: 1) Upon successful completion of the integrity verification, return the Trains to service. 2) If test for a Train does not pass the integrity verification, remove Train from service and annunciate an alarm in the process control system. h. Accommodate multiple integrity test alarm levels, including alarm levels that do not require a shutdown of the Train. i. Adjust frequency of automatic integrity testing for each train between 8 and 72 hours. j. Log integrity test as SCADA value. k. In the event of Train failure of integrity, the MFSS to provide a methodology to quickly and easily isolate and/or remove the defective module from service. 1. The MFSS to design the integrity test system and procedures to comply with the USEPA and TCEQ requirements while still meeting all system performance requirements. M. Chemical Cleaning Solution Make -Up Water Immersion Heater: Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 17 City of Fort Worth 0515-294565 April 2024 1. Provide an electric immersion heater for the chemical cleaning solution makeup water storage tank sized to meet the needs of the cleaning system. 2. The heating element: Inconel or similar corrosion -resistant material suitable for operation in the chemical solution to be stored in the tank at the temperatures required by the CIP process. 3. Manufacturer: Chromalox. 4. Input Power: 480-volt, 60 Hz, 3-phase. 5. Raise the recommended volume of cleaning chemical stored in the solution tanks from 10 degrees C to the target temperature recommended by MFSS in 4-hours or less. 6. Provide a local control panel for each heater. a. Include all controls to operate the heater and provide detection of malfunctions and shut down should malfunctions occur. b. Incorporate all features required for proper operation of the heaters. C. Enclosure: NEMA 12 stainless steel. d. Panel to house all control components and pre -wired. e. Provide front cover attached by means of a continuous hinge and have quick disconnect latches. f. Flush mount front panel components and label, rated for NEMA 12. g. Assembled and furnished by heater manufacturer. h. Include alarm indicator lights, circuit breaker, a hand off automatic selector switch, run indicating light, elapsed time meter and any other control components listed hereinafter. N. Piping Systems: Provide piping systems for the membrane filtration system as follows: a. Provide all piping integral to each membrane train to terminations at the envelope of the support framework. b. Provide all skid -mounted piping on skid -mounted pumping systems. C. Provide all skid -mounted piping on the chemical feed system skid. d. All other piping will be supplied by the others. 2. Piping System Design General Requirements: a. Arrange membrane filtration system piping to assure that the flow meter manufacturer's requirements for upstream and downstream straight run of pipe is provided. b. 3-1/2 inch and 5-inch pipe sizes are not permitted. C. Do not use threaded fittings for pipe diameters exceeding 2 inches. Steel Piping: Comply with ASTM A312. 4. PVC Pipe and Fittings: a. Comply with ASTM D1785, Class 12454. b. Schedule:80. C. Fittings: D2467, Schedule 80, socket. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 18 City of Fort Worth 0515-294565 April 2024 5. HDPE Pipe and Fittings: a. Pipe: AST A C906. 1) SD .Minimum R 21.0, rated for a maximum 100 psig working pressure. b. Fittings: 1) Comply with AWWA C901. 2) Type: Molded to comply with ASTM D3261. 3) SDR: less than SDR 21.0, to achieve a minimum pressure rating equal to or greater than the pipe to which they are joined. Materials: 1) PE 4710 high density polyethylene resin. 2) Comply with ASTM D3350. 3) Minimum Cell Classification: 445574-C-C. 6. Pipe Support Structure for MFSS Supplied Piping: a. Provide pipe support assemblies for all MFSS supplied piping. b. Submit the design calculations and drawings bearing the stamp of a professional engineer registered in the State of Texas. C. Pipe support and non -pipe support assemblies: Fabricated of structural steel shapes in accordance with the requirements of Section 05 50 00 "Metal Fabrications". O. Valves and Valve Actuators: 1. Supply all check valves, control valves, solenoid valves, isolation valves and actuators required for a completely functional system. 2. Refer to Section 40 05 51 "Common Requirements for Process Valves" and Section 40 05 64 "Butterfly Valves". 2.3 PERFORMANCE AND DESIGN REQUIREMENTS A. Membrane Filtration System Design Criteria: 1. Operating Mode: Dead-end. 2. Instantaneous Membrane Design Flux Maximum: Table 2.1— Instantaneous Membrane Design Flux Maximum Membrane Module Maximum Instantaneous Flux corrected to 20 deg. C (gfd) Asahi UYXX2 � 70.8 Q Toray HF-2020AN ' 67.7 3. The maximum instantaneous flux specified above is based on TCEQ approval for operation at 20 degrees C. The proposed system shall not exceed this flux when a temperature correction factor is applied per the definition and formula provided in Article 1.3 of this specification section. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 19 City of Fort Worth 0515-294565 April 2024 4. Membrane Filtration System Net Design Capacity (Daily Net Filtered Water Produced) and Design Water Temperature: a. 35 MGD at 20 degrees C water temperature, not exceeding the maximum instantaneous flux above, and as defined in Article 1.3 of this specification section. b. Capacity for water temperatures below the design temperature: Temperature corrected using the viscosity correction equations provided in the USEPA Membrane Filtration Guidance Manual (2005). 5. Minimum Number of Membrane Trains: 8. 6. Minimum Water Recovery: 96.5 percent. 7. Minimum spare slots provided in each train to accommodate the installation of future additional membrane modules: 10 percent above number provided to meet design capacity. 8. Additional Membrane Design Criteria: Membrane Module Asahi UNA- - 620A 2020AN Minimum CIP Interval (days) 30 Minimum CEB/MW Membrane Cleaning Interval 1 3 (days) Maximum Design Transmembrane Pressure (psi) 45 29 9. Future Design Capacity: Piping, pumping, backwash equipment, CIP equipment, air equipment, integrity test equipment supplied for a future design capacity o£ a. 50 MGD at 20 degrees C of net filtered water capacity. b. By adding additional membrane trains of equivalent design to installed membrane filtration equipment. B. Membrane Filtered Water Quality Requirements: Turbidity: a. Maximum Filtered Water Turbidity: 0.30 ntu. b. Maximum Filtered Water Turbidity 95 percent of Time: 0.10 ntu. 2. Microbial Removal Efficiency: a. Minimum Giardia Removal: >99.99%. b. Minimum Cryptosporidium Removal: >99.99%. C. Membrane modules resistant to the following chemical exposures noted: 1. Sodium Hypochlorite: 1000 mg/L as C12 for 12 hours. 2. Aluminum Sulfate: 20 mg/L continuously. 3. Ferric Sulfate: 10 mg/L continuously. 4. Ferric Chloride: 10 mg/L continuously. 5. (��rn 6. ACH: 10 mg/L continuously. Al Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 20 City of Fort Worth PAN 0515-294565 April 2024 D. Provide membrane modules of new manufacture that have completed validation for log removal of pathogens per NSF/ANSI Standard 419. E. When operated as prescribed by the MFSS and within stated influent water quality ranges, the membrane filtration system to comply with all requirements of the governing regulatory agencies for use to receive regulatory credit for a minimum of 99.99% (4-log) removal/disinfection of regulated bacterial and protozoan microorganisms following guidelines of the USEPA Long -Term 2 Enhanced Surface Water Treatment Rule. F. The MFSS's membrane product applied in this procurement: 1. PVDF material. 2. Outside -in flow pattern. 2.4 INSTRUMENTATION AND CONTROLS A. Refer to Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions. B. Process Control System (PCS): 1. Controlled by the process control system (PCS), which will monitor and control system process variables and provide the functionality specified herein. 2. Include the hardware, software, programming, operator interface and all necessary integration for a complete and independent operating membrane filtration system. 3. Locate control panels in the Membrane Building. 4. Capable of communicating membrane filtration system status indicators and alarms to the main water treatment plant PLC and receiving control signals from the main water treatment plant PLC. 5. Refer to Section 40 6100 "Process Control and Enterprise Management Systems General Provisions". C. Provide a Control System designed to perform the following functions: 1. Automatically regulate flow through pneumatically operated valves for membrane filtration trains during cycles of. a. Filtrate production. b. Backwash/reverse filtration. C. CEB/MW. d. CIP. e. Neutralization. £ Integrity testing. g. Cleaning on signals from the system supervisory control system. h. Chemical feed as required for all specified processes. 2. Monitor and record operational data for membrane system components including the following at a minimum: a. Turbidity of the common feed header pipe. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 21 City of Fort Worth 0515-294565 April 2024 b. Temperature of the common feed or filtrate header pipe. C. Turbidity of the filtrate of each process train. d. pH of the common filtrate header pipe. e. Transmembrane pressure of each process train. f. Permeability @ 20°C of each process train. g. Instantaneous flow rate of feed/ filtrate water of each process train. h. Daily (24 hour) totalized feed/ flow volume of each process train. i. Instantaneous flow rate of filtrate water in the common filtrate header pipe. j. Daily (24 hour) totalized combined filtrate volume. k. Instantaneous flow rate of backwash/reverse filtration water. 1. Daily (24 hour) totalized backwash/ reverse filtration water volume. M. Instantaneous flow rate of CIP/chemical cleaning solution transfer pump. n. Hours of operation for each membrane train. o. Hours of operation for each membrane train between each backwash, CIP, CEB/MW, and membrane integrity test event. p. Hours of operation for all component Equipment. q. CIP Make-up water temperature, pH, ORP, level and/or volume. r. Neutralized waste CIP solution pH and chlorine residual. S. Membrane filtration system and Equipment alarms. 3. Control the sequence, frequency, duration, and chemical feed concentrations of backwashing and chemical cleanings. 4. Perform and record calculations to determine the recovery efficiency. 5. Interrupt operation and/or sound alarm for high transmembrane pressure, failed membrane integrity test, low filtered water flow, high pre -filter differential pressure, and filtrate pump failure. 6. Initiate and control membrane integrity tests. Perform and record results from membrane integrity pressure hold tests. 7. Adjust flow through membrane train in response to a manual input through the control system from operator. 8. START/STOP and flow -pace feed pumps. 9. Shutdown train and alarm upon failure of any defined critical parameter or component as specified herein. Provide for a manual override in the event of a sensor malfunction. Note that this only applies to sensors that do not present a health risk. 10. Store 1 year of historical data (historical trends, alarm logs, operating data, cleaning and backwash information, water quality data) at the HMI. 11. Record and alarm power failures, and transfers to and from backup power. 12. Provide other features as required by the system for unattended operation or to meet specified performance requirements. 13. Interface seamlessly with the plant SCADA system. D. Include a programmable logic controller (PLC) system, remote I/O enclosures, a human - machine interface (HMI) system, and an operator interface terminal (OIT) as required by the drawings and specification Sections in Division 40 to control the membrane filtration system operation. 1. The MFSS to provide load requirements necessary for the central UPS. E. Control System Testing: As specified in Section 40 61 21.20. F. Process Instrumentation: Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 22 City of Fort Worth 0515-294565 April 2024 Provide all instruments that form an integral part of the membrane filtration system being provided. At a minimum, provide the following instrumentation: a. Pressure indicators, switches and transmitters on the influent and effluent piping for each train including process water systems, backwash/reverse flow systems, and chemical cleaning systems with high transmembrane pressure alarms. b. Filtrate flow measurement from each train. C. Backwash flow measurement. d. CIP and CEB flow measurement. e. Transmembrane pressure measurement for each train. f. Pressure gauges and switches on the suction and discharge of all pumping systems. g. Pressure gauges and switches at the discharge of each air compressor, on each compressed air receiver, and at the discharge of each pressure regulator assembly. h. Pressure gauges and flow switches on the discharge of process air blowers. i. Pressure indicating transmitters for control air and process air systems. j. Common feed or filtrate water temperature indication. k. Common discharge air from blower system temperature indication. 1. Analyzer for pH, ORP and chlorine residual monitoring on the CIP and waste neutralization monitoring system. in. - n. For each tank: level transmitter, low level switch, and high level switch. o. p. Chemical cleaning solution make-up water temperature indication. q. Any additional instrumentation suggested for troubleshooting during a warranty claim. 2. Refer to Section 40 70 00 for instrumentation requirements. 2.5 ELECTRICAL A. The complete electrical assembly: Meet all requirements of the National Electrical Code, the National Electrical Manufacturers Association (NEMA), the National Fire Protection Association (NFPA), and all applicable state and local codes. B. Three-phase, 480V ac power will be available for the membrane filtration system Equipment. 1. The Owner to furnish motor control centers, panelboards, transformers, and other Equipment necessary to provide power distribution and control for all Equipment provided. 2. Owner to provide all variable frequency drives, except for variable frequency drives for the chemical metering pumps. 3. Pre -piped and skid mounted components: Pre -wired to a terminal junction box located on the skid. C. Motors: Refer to Section 40 05 93 for requirements of the motors. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 23 City of Fort Worth 0515-294565 April 2024 PART 3 - EXECUTION 3.1 INSTALLATION A. MFSS On -Site Representative: 1. At the Owner's discretion, the MFSS on -site representative to be present on -site during different phases of the installation of the Equipment to oversee the proper placement and 2. �Present on -site at various phases of the work for a minimum of forty (40) days in a minimum of eight (8) trips to assist with the proper placement and installation of the 3. 4. Provide information on volume and concentration of the membrane module storage solution and rinsing requirements for membrane modules. 5. Provide services of manufacturer's authorized representatives to inspect the completed installations of the following Equipment: a. Membrane Trains including support frames or skids, manifolds and headers. b. Pumps and motors for pumps supplied by the MFSS. C. Air Blowers. d. Compressed Air Equipment. e. Membrane Clean -in -Place (CIP) Tank(s), heater(s) and appurtenances. f. Chemical Transfer Pumps. g. Piping, valves and fittings, in MFSS's scope. h. Field -mounted instruments and panels. i. Process Control System and Instrumentation: Process Logic Controllers, Human Machine Interface. j. Electrical control panels for the membrane Equipment. B. Refer to Section 40 61 21.20 for detailed field commissioning testing requirements, including operational readiness testing (ORT) and functional demonstration testing (FDT). C. After installation is complete, pre -commissioning inspection to be performed by the MFSS's on -site representative. Identify the following during inspection: 1. General: a. Verify Unit and Piping Installation. b. Verify Valve Tags. 2. Instrumentation and Control: a. Verify PLC Communication. b. Verify PC and Operator Interface Communication. C. Software is configured. d. Instrument is calibrated. e. Control Alarm/ Interlock/ Permissive Set Points have been established. f. Testing: In accordance with the requirements of Section 407000 "Instrumentation for Process Systems". Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 24 City of Fort Worth 0515-294565 April 2024 g. Receives and responds to Process Control Command Signals (Discrete and/or Analog). 3. Mechanical: a. Complete and clean all Membrane Process Trains. Install all appurtenances. Flush and pressure test all unit and interconnecting piping. b. Install all membrane system components in accordance with MFSS's instructions and ready for commissioning. C. Disinfect all process Equipment pumping liquids or in contact with water. d. Verify Pumps, Metering Pumps, Blowers, Compressors and Other Rotating Equipment are: 1) Filled with oil. 2) Rotation is proper. 3) Aligned properly (Mechanical Seal has been set). 4. Electrical: a. Local Control Panels: Installed, terminations completed and verified. b. Power Supply: Connect and verify all 480, 120, and 24VDC. C. Provide documentation associated with the inspection of electrical terminations to the MFSS/Contractor. 5. Identify any Equipment that has not been properly installed: a. Provide detailed outstanding installation issues on a Punch List. b. Identify the party responsible for each correction. C. Identify the items that require correction before Commissioning can begin. D. Once the corrections identified have been made, Engineer to issue `Notice of Completed Installation" and commissioning can commence. 3.2 COMMISSIONING A. Oversee the start-up and demonstrate operation of all Equipment and support systems provided by the MFSS. 1. Provide personnel to serve as the MFSS's on -site representative during Commissioning of Equipment. 2. Provide instruction and supervision to properly commission the Equipment and place it into operation. 3. Coordinate all services and activities required by this Section with the Engineer, Owner, and Contractor for the installation work. 4. Commissioning is subject to the following provisions: a. Do not commence until the "Notice of Completed Installation" is issued by the Engineer. b. MFSS to complete commissioning within 45 days after the "Notice of Completed Installation" is issued. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 25 City of Fort Worth 0515-294565 April 2024 C. The Engineer to document the time when the facilities are substantially unavailable for use by the MFSS to perform Commissioning. If, in the sole opinion of the Engineer, the facilities are substantially unavailable to the MFSS, equivalent additional Commissioning time will be granted. d. Failure to complete the Commissioning as required by this Section of the Specifications within the allocated time shall constitute a failure of the MFSS to provide Technical Assistance in accordance with the requirements of the Equipment Purchase Agreement. 1) The MFSS shall be assessed Late Substantial Completion Payments in accordance with the Equipment Purchase Agreement until Commissioning is complete. Upon completion of Commissioning, the Engineer to issue the "Notice of Completed Commissioning". B. Provide services of manufacturer's authorized representatives to oversee the Commissioning and test runs of the following Equipment. MFSS to bear the costs of these services. 1. Membrane Trains including support frames or skids, manifolds and headers. 2. Pumps and motors for pumps supplied by the MFSS. 3. Air Blowers. 4. Compressed Air Equipment. 5. Membrane Clean -in -Place (CIP) Tank(s), heater(s) and appurtenances. 6. Chemical Transfer Pumps. 7. Piping, valves and fittings, in MFSS's scope. 8. Field -mounted instruments and panels. 9. Process Control System and Instrumentation: Process Logic Controllers, Human Machine Interface. 10. Electrical control panels for the membrane Equipment. 3.3 START-UP AND COMMISSIONING A. The MFSS: Coordinate all services and activities required by this Section of the Specifications with the requirements of Section 40 70 00 "Instrumentation for Process Systems". B. In addition to testing required by this Section of the Specifications, the MFSS to perform all other tests required by the Specifications. C. Owner Shall furnish all membrane Clean -In -Place (CIP) and neutralization chemicals, membrane maintenance cleaning chemicals, neutralization chemicals, lubricants and other materials, instruments, calibration standards, and incidental and expendable equipment required for Commissioning / placing the Equipment into operation. D. Do not start any system or subsystem for continuous operation unless all Equipment, including instrumentation and monitoring systems, of that system or subsystem have been tested, proven to be operable as intended by this Equipment Purchase Agreement, and approved by the Engineer and Owner. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 26 City of Fort Worth E. Provide instructions and oversee the placement of the Equipment performance tests to determine if the Equipment is operating properly tests is to verify that the Equipment is: 0515-294565 April 2024 into operation and the . The purpose of these 1. Properly installed. 2. Operational. 3. Capable of completing all operating cycle(s) free of problems; and 4. Free from pump or valve cavitation, overheating, overloading, vibration, or other operating problems. F. The Detailed Plan of Commissioning Activities: Used to coordinate the activities of the commissioning process. The types of activities to be performed by the MFSS include, but are not necessarily limited to, the following minimum checks: Initial Commissioning Activities: a. Verify that there are no water or air leaks in the Equipment, that the piping has been installed and connected properly. b. Verify that the electrical system is operating correctly. C. Verify that variable speed pumps operate across the entire speed range required. MFSS personnel to work with the Contractor's variable frequency drive (VFD) manufacturer's personnel to commission the VFDs and establish all VFD equipment settings and programming. d. Commission Compressed Air System. e. Commission Blower System. f. Test Membrane Integrity Test System. g. Test Modulating Valves. h. Test Chemical Feed Systems used for feed and backwash. i. Test Chemical Feed Systems used in CIP. j. Test Level Switches in Tanks. k. Test Pressure Switches. 1. Set Mechanical Seals in Pumps and Flush System. M. Test and Calibrate Process Instruments: 1) Flow Meters. 2) Pressure Transmitters. 3) Level Transmitters. 4) Turbidity Meters. 5) Chlorine Residual Analyzers. 6) pH/ORP Meters. 7) Conductivity Meters. 8) Temperature Transmitters. n. Miscellaneous Equipment. o. Field Located Manual Valves. p. Field Located Automatic Valves. q. Manual Unit Valves. r. Automatic Unit Valves. 2. Start -Up Activities: Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 27 City of Fort Worth 0515-294565 April 2024 a. Complete Operational Readiness Test, in accordance with Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions". b. Feed Flow / Pressure / Level Control System in Manual and Automatic Modes. C. Filtrate Flow / Pressure / Level Control System in Manual and Automatic Modes. d. Backwash Flow / Pressure / Level Control System in Manual and Automatic Modes. e. Backwash Process Residuals Flow / Pressure / Level Control System in Manual and Automatic Modes. f. Filtration Units Placed into Service in Manual and Automatic Modes. g. Check Start -Up Sequence in Normal and Emergency Modes. h. Check Shut Down Sequence in Normal and Emergency Modes. i. Check Process Logic Interlocks. j. Install Membrane Modules. k. Place Membrane System in Operation: 1) Verify Filtration Sequence. 2) Verify Backwash Sequence. 3) Verify Membrane Test Sequence. 4) Verify Other Process Sequences. 1. Chemically Clean Membrane Units. M. Perform Functional Testing in Accordance with Section 40 6100 "Process Control and Enterprise Management Systems General Provisions". n. Check HMI start up and shutdown. Commissioning Monitored Test: a. Operate System continuously within the required operating criteria without any failures lasting more than 1 hour for a minimum of 7 days. G. Oversee the installation of membrane modules. Record location and serial number of each membrane module using a Microsoft Excel Spreadsheet: a. This information will be used to document membrane warranty replacement. b. MFSS to collate membrane module information and submit to contractor. 1) Data includes serial number, location, date manufactured, date installed, and any other pertinent information. H. Conduct a membrane integrity test on each process train. 1. Repair any broken fibers. 2. Provide documentation of integrity test results for each train and results documenting that each installed process cell has passed the integrity test and meets all EPA and TCEQ requirements. I. Provide all necessary information to the Engineer, related to the Equipment provided by the MFSS, for use in developing electrical system studies. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 28 City of Fort Worth 0515-294565 April 2024 Assist with obtaining TCEQ approval for full-scale operation of the system. K. Engineer may review the operation of the Equipment to verify that the Commissioning is complete. 1. The Engineer may perform random tests to determine if the Equipment is operating properly and witness various operational sequences. 2. The Engineer may review the results of all the testing in accordance with Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions". 3. The Engineer may initiate alarm conditions to determine if the control system is functioning properly. 4. The Engineer's review may include a review of the HMI interface and PLC SCADA system Commissioning requirements to determine conformance with the Division 40, Instrumentation and Controls, requirements. 5. The Engineer may identify any Equipment that has not been properly installed, or operating, detailing the outstanding installation issues on a Punch List and note the party responsible for each correction and identify the items that require correction. L. Upon satisfactory completion of review, the Engineer to submit to the MFSS a written "Notice of Completed Commissioning". M. Upon achievement of "Notice of Completed Commissioning", Training of Operation and Maintenance Personnel and Demonstration Testing may commence. 3.4 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL A. Training shall commence after the "Notice of Completed Commissioning" is issued. 1. Training of Owner's Personnel shall commence within a period of five (5) to 21 days after the "Notice of Completed Commissioning" has been issued as mutually agreed to by Owner and MFSS. 2. Training shall be completed within 60 days after Notice of Completed Installation. 3. Contractor shall document the time when the facilities are substantially unavailable for use by the MFSS to perform training. If in the sole opinion of Owner the facilities are substantially unavailable to the MFSS, equivalent additional time for training will be granted. 4. Failure of the MFSS to complete the training as required by this Section within the allocated time shall constitute a failure of the MFSS to provide Technical Assistance in accordance with the requirements of this Equipment Purchase Agreement. The MFSS shall be assessed Liquidated Damages in accordance with this Equipment Purchase Agreement until performance of Technical Assistance is complete. 5. Upon successful completion of the Technical Assistance required by this Section, Owner will issue a "Notice of Completed Training". B. The MFSS shall provide the services of factory -trained specialists to train Owner's Personnel in the recommended operation and the preventive maintenance procedures for all Equipment provided as part of MFSS scope. C. The requirements of this Section shall be coordinated with the requirements of Division 40. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 29 City of Fort Worth 0515-294565 April 2024 D. The MFSS shall provide a combination of classroom and hands-on training. All training shall be conducted at the Owner's designated location. E. The Training shall be provided as follows for a total of 208 hours over two shifts: Maximum Number of Par - Classroom Hands -On Level of Training ticipants (per Training (To- Training (To- shift) tal Hours) tal Hours) MF/UF Membrane Systems 10 32 40 Component Equipment 10 32 40 Instrumentation Equipment 10 16 16 Control System to 16 16 F. There will be 96 hours of classroom training (48 hours per shift) and 112 hours of hands-on training (56 hours per shift), for a total of 208 hours of training. The MFSS shall be responsible for all costs associated with training and shall provide required materials, texts, and supplies. G. Training shall be conducted during a typical 8-hour shift. Training hours shall be tracked and the final schedule worked out with the Owner a month prior to arranging the scheduling of the training. H. Training sessions may be videotaped by Owner or Engineer. The cost for videotaping is not part of the MFSS expense. I. All training material shall be provided to Owner in electronic format. Training shall be performed by either the MFSS or qualified representatives of the component Vendors. The full training staff shall be nominated at least one month prior to the agreed start of training. CVs of nominated staff shall be made available to the Owner at least thirty (30) days prior to the agreed start of training. Changes to the agreed training staff is not permitted without the express agreement of the Owner. K. The MFSS shall be responsible for the training on the design and operation of the Equipment and systems provided. This includes: 1. MF Membrane Systems: a. MF/UF Membrane Filtration Theory. b. MF/UF Membrane Filtration Process Trains. C. MF/UF Membrane Filtration Processes. 1) Start Up, Shut Down. 2) Filtration, Backwashing. 3) Clean -In -Place. 4) CEB Cleaning. 5) Integrity Testing and Module Repair. d. Routine and Non -Routine Maintenance. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 30 City of Fort Worth 0515-294565 April 2024 Training on use of the HMI graphic displays and OIT graphic displays for controlling all aspects of the membrane systems and adjusting parameters, setpoints, etc. (Refer to Section 40 6126 for details on this training.) 2. Component Equipment Training: a. Division 11, Equipment: pumps, blowers, compressors. b. Division 15, Mechanical: valves and actuators. Instrumentation Equipment Training (Refer to Section 40 70 00): a. Process Instrumentation, including Flowmeters, Level Transmitters, Pressure Transmitters, Pressure Switches, Level Switches, etc. b. Process Analyzers, including Turbidimeters, pH Analyzers, etc. 4. Control System Training (Refer to Section 40 61 26): a. Programmable Logic Controller Training. b. HMI/OIT System Training. L. Component Vendors: The MFSS representative(s) for on -site training provided by the MFSS: 1. Membrane Backwash Pumps. 2. Backwash Blowers. 3. Compressed Air Equipment. 4. Chemical Feed/Transfer Pumps. 3.5 DEMONSTRATION TESTING shall retain the services of component Vendor's of the O&M Personnel for the following Equipment A. Upon completion of the Commissioning of the Equipment, perform an extended Demonstration Test on the Equipment. 1. Evaluate each process train during this testing period. 2. Tests on two or more process trains may be conducted concurrently at the discretion of the Contractor, subject to the water supply demands of the Owner. 3. The purpose of the demonstration testing is to demonstrate that the Equipment is: a. Properly installed. b. Ready to be placed into long-term service by the Owner. C. In compliance with the service conditions (described in Appendix A — Pilot Test Report), performance requirements (per Article 6 of the Proposal Form and Section 46 61 331, Article 2.3), material specifications, and all other requirements of these specification documents; and d. In compliance with the requirements of Section 40 61 00 "Process Control and Enterprise Management Systems General Provisions". B. Demonstration Testing is subject to the following provisions. Not to commence until the "Notice of Completed Commissioning" is issued. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 31 City of Fort Worth 0515-294565 April 2024 2. Commence within 30 days after completion of Commissioning at a mutually agreed upon time by the MFSS and the Engineer. 3. Conduct demonstration testing for a period of 3 months or longer, if deemed necessary by the Engineer, until compliance with this Equipment Purchase Agreement has been demonstrated. 4. MFSS to complete testing within 6 months after the commencement, after which Late Substantial Completion Payments will be assessed. 5. Perform in conjunction with Section 40 61 26, Equipment Operation and Maintenance Training. 6. If a train fails to achieve the minimum cleaning interval while operating at maximum capacity, Owner will notify the MFSS and provide electronic operational logs, if requested. 7. The MFSS shall, on an expedited basis, recommend any changes prior to retesting. 8. Owner will then retest the train incorporating MFSS's recommendations as appropriate. 9. If the train fails for a second time, the membrane filtration system shall be considered to be non -conforming. Failure to successfully complete the Demonstration Testing as required by this Section within the allocated time shall constitute a failure of the MFSS to provide Technical Assistance in accordance with the requirements of this Equipment Purchase Agreement. Liquidated damages assessed by the Owner as a direct result MFSS's failure to complete Demonstration Testing shall be assessed in accordance with this Equipment Purchase Agreement. 10. In the event that the system is deemed by the ENGINEER to have failed the Demonstration Test, the MFSS can propose remedies in accordance with Section 01 90 00 Warranties for Membrane Filtration System Performance, Article 1.3 B, C, and D. 11. Use end date of Demonstration Testing as the date of the "Notice of Substantial Completion of the Membrane Systems". a. However, the "Notice of Substantial Completion of the Membrane Systems" shall not be certified by the Contractor until completion and acceptance of the MFSS's Demonstration Test Reports and completion and submission of final Operational and Maintenance Manuals. 12. During Demonstration Testing, the Owner's personnel shall operate the Equipment in accordance with the Operation and Maintenance Manuals and training provided by the MFSS. C. Owner: Furnish all membrane Clean -In -Place (CIP) and neutralization chemicals, membrane maintenance cleaning chemicals, neutralization chemicals, and sulfuric acid, lubricants and other materials, instruments, calibration standards, and incidental and expendable equipment required during Demonstration Testing. D. For the first and last week of the Demonstration Testing period, MFSS representative to be present on -site at all times from 7 AM until 4 PM Monday through Friday. MFSS can elect to send a representative for other critical periods of operation, such as the performance of CIPs, at their discretion. Provide name and phone number of the MFSS on -site representative who can be available by phone to provide assistance whenever the representative is not on -site and if required by the Contractor, come to the site to provide assistance, 24 hours per day 7 days per week at no additional cost to the Owner. Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 32 City of Fort Worth 0515-294565 April 2024 E. After the Demonstration Testing is completed: 1. Engineer to meet with the MFSS to determine compliance with this Equipment Purchase Agreement. 2. If the Equipment does not perform in accordance with this Equipment Purchase Agreement during Demonstration Testing, the MFSS to return or remain on the Facility Site to perform all necessary corrections at the expense of the MFSS until compliance with this Equipment Purchase Agreement is demonstrated. 3. Issue "Notice of Substantial Completion of the Membrane Filtration System" after the Engineer determines that the MFSS is in complete compliance with this Equipment Purchase Agreement. F. If any items arise and are identified by the MFSS that appear to cause the Equipment to fail: 1. Engineer may, at the request of the MFSS, allow for immediate modifications to the Equipment, and a restart of the demonstration test run. 2. If the Demonstration Testing is interrupted at the request of the MFSS or by the non- conformance of the MFSS's equipment, the Engineer may require that Demonstration Testing be restarted from the beginning, at no cost to the Owner. G. Restart of testing from the beginning is not required if any interruption of testing caused by circumstances beyond the control of the MFSS. Such events include: Performance of training activities that would result in an inadvertent or unplanned shutdown of the PLC / HMI control System or otherwise interfere with the Demonstration Test. The elapsed time of Demonstration Testing prior to the interruption will be applied to the required testing period. END OF SECTION 46 6133 Eagle Mountain WTP - Phase IV Expansion Microfiltration and Ultrafiltration Membrane Equipment Membrane Pre -Selection 46 61 33 - 33 City of Fort Worth 0515-294565 April 2024 SECTION 46 61 73 - AUTOMATIC STRAINING 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: Automatic straining equipment and accessories. B. Related Requirements: 1. Section 05 50 00 "Metal Fabrications" for fasteners, brackets, and other miscellaneous metal fabrications as required by this Section. 2. Division 40 "Process Integration" for instrumentation, controls, and equipment panels. 3. Paragraph 2.11 of Section 0160 00 "Product Requirements" for vibration isolation and seismic control of grit removal equipment and appurtenances. 4. Paragraph 2.5 of Section 0160 00 "Product Requirements" for nameplates of equipment specified in this Section. 1.3 ACTION SUBMITTALS A. Product Data: Manufacturer's product data for system materials and component equipment, including electrical characteristics. B. Shop Drawings: 1. System materials and component equipment. 2. Wiring and control diagrams, installation and anchoring requirements, fasteners, and other details. 1.4 INFORMATIONAL SUBMITTALS A. Manufacturer's Certificate: Products meet or exceed specified requirements. B. Manufacturer Instructions: Detailed instructions on installation requirements, including storage and handling procedures. C. Source Quality -Control Submittals: Indicate results of factory tests and inspections. D. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. E. Manufacturer Reports: Certify equipment has been installed according to manufacturer's instructions. Eagle Mountain WTP - Phase IV Expansion Automatic Straining Equipment Membrane Pre -Selection 46 61 73 - 1 City of Fort Worth 0515-294565 April 2024 F. Qualifications Statement: Qualifications for manufacturer. 1.5 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of installed automatic strainers. B. Operation and Maintenance Data: Maintenance instructions for equipment and accessories. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Spare Parts: One set of manufacturer's recommended spare parts. B. Tools: Special wrenches and other devices required for Owner to maintain and calibrate equipment. 1.7 QUALITY ASSURANCE A. Perform Work according to standards set by authorities having jurisdiction. B. Maintain a copy each standard affecting Work of this Section on Site. 1.8 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this Section with minimum five years' documented experience. 1.9 DELIVERY, STORAGE, AND HANDLING A. See Section 0166 00, "Product Storage and Handling Requirements" for transporting, handling, storing, and protecting products requirements. B. Deliver materials in manufacturer's packaging including application instructions. C. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. D. Store materials according to manufacturer instructions. E. Protection: Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 1. Provide additional protection according to manufacturer instructions. 1.10 WARRANTY A. Furnish two-year manufacturer's warranty for automatic strainers and accessories. Eagle Mountain WTP - Phase IV Expansion Automatic Straining Equipment Membrane Pre -Selection 46 61 73 - 2 City of Fort Worth 0515-294565 April 2024 PART 2 - PRODUCTS 2.1 AUTOMATIC STRAINERS A. Manufacturers: Materials, equipment, and accessories specified to be products of- 1 . Amiad: Automatic self-cleaning strainer. 2. Fluid Engineering: Series 753. 3. S. P. Kinney: Automatic self-cleaning strainer. 4. Equal, as approved by the Engineer. B. Description: 1. Comply with ASTM F1199. 2. Drum diameter: Minimum three times inlet pipe diameter. 3. Body Material: Welded steel. 4. Straining Element: Clog resistant. 5. Backwash: Electrically operated valve. 6. Connections: a. Type: Flush. b. Size: Same as entering pipe. C. End: Flanged. 7. 150 lb ANSI B16.5 flanges, steel straining element cage, Type 316 stainless steel backwash arm, steel shaft and stainless -steel straining elements and retaining rings. 8. Backwash connections on opposite sides of body and drains for both influent and strained fluid provided in bottom of vessel. 9. Single backwash connection and drain blowoff connection. 10. Factory supplied steel support legs for bolting to concrete or steel base. 11. Coatings: a. Epoxy -lined carbon steel body and cover in accordance with Section VIII (Unfired Vessels) of ASME Pressure Vessel Code, coated with corrosion resistant finish approved for potable water use. b. Shop coat Cover with a primer. C. Straining Element: Weave wire or wedge wire screen: 1. Mesh Size: 0.30 mm or smaller. 2. Material: Type 316 stainless steel. 3. Straining Element and Internal Working Parts: Mounted to cover and removable as a single unit for ease of inspection or maintenance. 4. Straining Element: Free of pockets, tubes, collector bars, etc., that accumulate and trap debris permanently. 5. Strainer to have one stationary screen. D. Performance and Design Criteria: Automatic self-cleaning strainer will be designed for following conditions: Eagle Mountain WTP - Phase IV Expansion Automatic Straining Equipment Membrane Pre -Selection 46 61 73 - 3 City of Fort Worth 0515-294565 April 2024 1. Provide firm, online pre -strainer capability such that pre -strainer requirements can be met with any one pre -strainer off-line. 2. Provide a minimum quantity of six (6) and a maximum of ten (10) total strainer units, each of identical design, capacity, and manufacture. 3. Fluid Name: Water. 4. Operating Temperature: 35 - 80 degrees F. 5. Design Temperature: 68 degrees F. 6. Operating Pressure Range: 30 psig to 150 prig. 7. Design Pressure: Strainer capable of operating with an influent pressure of up to 100 psig. 8. pH of Fluid: 7-9. 9. Range of Total Suspended Solids: 0-100 mg/L. 10. Strainer Design Capacity: As required by MFSS and including N+1 unit redundancy. 11. Pressure Drop: At design capacity to be 2 psig even when strainer surface media is 75 percent clogged. Pressure drop at time of backwash not to exceed 4 psig. E. E. Backwashing: 1. Free running rotating backwash arm with replaceable port seals as necessary. 2. Systems that use hydraulic pressure to drive the rotation of the backwash assembly shall not be allowed. 3. essure to drive the rotation of the backwash assembly shall not be allowed. 4. Port Seals: Close running fit with straining element. Not to be spring loaded or have contact with media. 5. Backwash Arm: a. Rotating Speed: Approximately 2 rpm by a double reduction gear motor. b. Supported at top by antifriction roller bearings. C. Supported at bottom by a water lubricated Delrin guide bearing. 6. Drive Shaft and Hollow Port Assembly: 316 stainless steel fitted with necessary bearings and seals. 7. Drive Motor: TEFC. Rated for continuous duty. F. Backwash Strainer Appurtenances Equipment: Automatically actuated valves to allow backwash water to flow to waste: a. Full Manual Override: In addition to control panel switch; to operate valve manually. b. Valve and Actuator: Conform to applicable provisions specified in Division 40 but furnished and installed as an integral accessory of each strainer. 2. Dual Element Differential Pressure Switches: a. Type 316 wetted parts to monitor pressure drop across strainer element. b. Pressure pulse, equalization, and bleed lines from vessel tapping to and from switch. Manufactured from 316 stainless steel tubing and fittings. C. Pressure Gauges: With isolation valves as indicated. d. Assembly Mount:Type 316 stainless steel panel fixed to strainer body in a visible position. Eagle Mountain WTP - Phase IV Expansion Automatic Straining Equipment Membrane Pre -Selection 46 61 73 - 4 City of Fort Worth 0515-294565 April 2024 Differential Pressure Switches, Pressure Gauges, and Related Valves and Tubing: Per applicable provisions of Division 40. G. Controls: 1. Backwash control system suitable for continuous or intermittent operation of backwash cycle. 2. Mount in a free standing NEMA 4 or 4X enclosure. 3. Control Functions for Backwashing: a. On a program timer basis. b. By adjustable differential pressure. C. From plant control system. d. Manually from local control panel. 4. Single element differential pressure switch to override timed backwash sequence. 5. Provide 'Backwash Open," "Power On." and "High Differential Pressure" lights. 6. Required accessories to provide a complete and operable automatic straining system. H. Power and Control Panel: Electrical Characteristics: a. Voltage: 120V, single phase or 480V three phase, 60 Hz. 2. Control Panel: NEMA 4 or 4X, factory mounted and wired (both internally and with respect to all system components). a. Single -point power connection and grounding lug. b. Equipment and controls needed to start, stop and operate strainer and system components (automatically and manually). C. Motor Control Equipment, Including, but not limited to: 1) Disconnect switch. 2) Backwash motor starter. 3) Relays. 4) Motor overload protection system. 5) Transformer. 6) H-O-A selector switch for strainer and operating lights. d. Built-in backwash pneumatic solenoid valves. e. Connections for differential pressure switch inputs (high and high -high). f. Adjustable Backwash Timers: Backwash cycle activated based on both timer and differential pressure input signal. g. Isolated dry contacts for strainer status (backwash in operation). h. Failure Alarm: High -high differential causes of failure alarm activation is displayed locally on control panels with annunciator lights but will not be transmitted to plant's central control system. Eagle Mountain WTP - Phase IV Expansion Automatic Straining Equipment Membrane Pre -Selection 46 61 73 - 5 City of Fort Worth 0515-294565 April 2024 2.2 SOURCE QUALITY CONTROL A. Shop inspection and testing of automatic strainers. Shop testing includes functional testing, including power and control system, flow and pressure loss for clean and 75 percent blinded filter. B. Owner Inspection: 1. Make completed automatic strainer available for inspection at manufacturer's factory prior to packaging for shipment. 2. Notify Owner at least seven days before inspection is allowed. C. Owner Witnessing: 1. Allow witnessing of factory inspections and test at manufacturer's test facility. 2. Notify Owner at least seven days before inspections and tests are scheduled. D. Certificate of Compliance: 1. If fabricator is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at fabricator's facility conforms to Contract Documents. 2. Specified shop tests are not required for Work performed by approved fabricator. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that facility, piping, and electrical Work are ready to receive automatic strainers. 3.2 INSTALLATION A. According to manufacturer instructions. B. Furnish required oil and grease for initial operation. Grades of oil and grease to be per manufacturer's recommendations. C. Anchor Bolts: From equipment manufacturer. Meet requirements of contract documents, and of ample size and strength for purpose intended. Installed per manufacturer's instructions. 3.3 FIELD QUALITY CONTROL A. Inspect for proper operation based on manufacturer's recommendations. Provide certification of proper installation. B. Testing: Functional Testing: Prior to system startup, inspect components for proper alignment and connection and acceptable operation. Eagle Mountain WTP - Phase IV Expansion Automatic Straining Equipment Membrane Pre -Selection 46 61 73 - 6 City of Fort Worth 0515-294565 April 2024 2. Provide documentation of shop testing of strainer, confirming the pressure rating. 3. Test under actual field conditions for not less than 4 hours of operation using clean water and 8 hours of operation using influent water. Tests will measure flowrate, percent solids removal collecting grab influent and effluent samples hourly, clean and dirty strainer pressure loss. If system or any component fails to operate properly, make necessary changes or replace components until system operates as required. Remove and replace any units that remain unable to meet operating requirements with new units and repeat field test. 4. Demonstrate that equipment operates in accordance with performance and design criteria. C. Manufacturer Services: 1. 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, an m i r p s i m n n c o p e 2. Performance Testing: U combined filtered effluent from biologically activated filters on each unit to determin �1 minimum performance requirements as specified in this Section. 3. Submit a certificate from equipment manufacturer in accordance with Section 017823 "Operation and Maintenance Data" stating that installation of equipment is satisfactory, that equipment is ready for operation, and that operating personnel have been suitably instructed in operation, lubrication and care of each unit. D. Equipment Acceptance: 1. Adjust, repair, modify, or replace components failing to perform as specified and rerun tests. 2. Make final adjustments to equipment under direction of manufacturer's representative. E. Furnish installation certificate from equipment manufacturer's representative attesting that equipment has been properly installed and is ready for startup and testing. 3.4 ADJUSTING A. Check control functions and adjust as required. 3.5 DEMONSTRATION A. Demonstrate equipment startup, shutdown, routine maintenance, and emergency repair procedures to Owner's personnel. END OF SECTION 46 61 73 Eagle Mountain WTP - Phase IV Expansion Automatic Straining Equipment Membrane Pre -Selection 46 61 73 - 7 City of Fort Worth APPENDICES Appendix A Fort Worth EMWTP Membrane Pilot Study 2015 Smith EMWTP PHASE IV EXPANSION - MEMBRANE FILTRATION SYSTEM -CITY PROJECT 105176I PAGE A-1 2 Eagle Mountain Water Treatment Plant City of Fort Worth Water Department PWS I.D. No. 2200012 �t a, mar 6� IN Prepared by: SSOCIATES, INC. ► Liz ENVIRONMENTAL ENVIRONMENTAL ENGINEERS AND SCIENTISTS R Project No. 0313-054-01 July 21, 2015 THESE DOCUMENTS ARE FOR INTERIM REVIEW AND ARE NOT INTENDED FOR CONSTRUCTION, BIDDING, OR PERMIT PURPOSES. ALAN E. DAVIS TEXAS P.E. NO. 89254 DATE: JULY 21. 2015 FORT WORTH s 2015 Eagle Mountain Water Treatment Plant Membrane Pilot Study Report City of Fort Worth Water Department PWS I.D. No. 2200012 Prepared by: ASSOCIATES, INC. Enr iRONMErTAL -1kN ENGii�E�R# Ahl6 St�EnlTi575 TBPE Firm No. 13 Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table of Contents I. List of Figures........................................................................................................................................ ii II. List of Tables.........................................................................................................................................iii III. List of Abbreviations............................................................................................................................. iv 1 Executive Summary..............................................................................................................................1 2 Introduction............................................................................................................................................ 3 3 Pilot Study Objectives...........................................................................................................................4 4 Pilot Study Background.........................................................................................................................6 4.1 Raw Water source — Eagle Mountain Lake...................................................................................6 4.1.1 Eagle Mountain Lake Raw Water Quality................................................................................. 7 4.2 Treatment Scheme......................................................................................................................11 4.2.1 Pretreatment Chemical Dosing...............................................................................................11 4.3 Pilot Setup, Equipment Information, and Membrane Specifications...........................................13 5 Pilot Study Test Plan and Schedule....................................................................................................17 6 Pilot Study Results and Discussion....................................................................................................18 6.1 Pilot System Set Points...............................................................................................................19 6.2 Chemical Cleaning Summary......................................................................................................20 6.3 Membrane Process Data Trends and Online Filtrate Turbidity Results.....................................21 6.4 Membrane Feed and Filtrate Water Quality Sampling Results...................................................30 6.4.1 Sampling Locations.................................................................................................................30 6.4.2 Field Data Results — Daily Grab Samples............................................................................... 32 6.4.3 Laboratory Data Results.........................................................................................................37 6.5 Pilot Study Technical Issues and Corrective Actions..................................................................42 6.6 Performance Criteria Review......................................................................................................43 6.7 Membrane Net Capacity Requests.............................................................................................45 7 Quality Control.....................................................................................................................................47 7.1 Laboratory Analytical Methods....................................................................................................47 7.2 Pilot System Instrument Calibration............................................................................................47 8 Conclusions.........................................................................................................................................50 9 Acknowledgements............................................................................................................................. 51 10 Appendix.............................................................................................................................................51 A. BASF Pilot Study Report B. Dow Pilot Study Report C. Pentair Pilot Study Report D. Toray Pilot Study report E. Membrane Information Worksheets F. TCEQ Pilot Study Protocol Approval Letter G. Pilot Study Protocol F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. H. TCEQ Correspondence Concerning Toray DIT Date I. Data Normalization Calculations J. ANSI/NSF Standard 60 Certifications for Chemicals K. TCEQ Pilot Study Guidance (Expired) L. Water Quality Analysis Reports and Field Logs List of Figures Figure 1: EMWTP Intake Location Map...................................................................................... 6 Figure 2: Daily Rainfall Totals.................................................................................................... 7 Figure 3: EMWTP Process Flow Diagram.................................................................................11 Figure 4: Coagulant Dose Information.......................................................................................12 Figure 5: Ozone Dose Information............................................................................................12 Figure 6: Pilot Equipment Setup................................................................................................13 Figure 7: Membrane Pilot Units.................................................................................................14 Figure 8: BASF Membrane Process Data Trends.....................................................................22 Figure 9: Dow Membrane Process Data Trends........................................................................23 Figure 10: Pentair Membrane Process Data Trends.................................................................24 Figure 11: Toray Membrane Process Data Trends....................................................................25 Figure 12: BASF Online Filtrate Turbidity Data (5-Minute Intervals)..........................................26 Figure 13: Dow Online Filtrate Turbidity Data (10-Minute Intervals through 2/5/2015 and 4- Minute Intervals through 2/25/2015)..........................................................................................27 Figure 14: Pentair Online Filtrate Turbidity Data (4-Minute Intervals)........................................28 Figure 15: Toray Online Filtrate Turbidity Data (5-Minute Intervals)..........................................29 Figure 16: Pilot System Filtrate Sample Locations....................................................................31 Figure 17: Comparison of BASF Feed Turbidity Data to BAF Filtered Water Data ....................42 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. II. List of Tables Table 1: Pilot Study Overview.................................................................................................... 2 Table 2: Eagle Mountain Lake Raw Water Quality Sampling Plan .............................................. 7 Table 3: Eagle Mountain Lake Raw Water Quality Field Sampling Results ................................ 9 Table 4: Eagle Mountain Lake Raw Water Quality Laboratory Sampling Results......................10 Table 5: Disinfectant Information...............................................................................................13 Table 6: Pilot Equipment Information........................................................................................15 Table 7: Membrane Information................................................................................................16 Table 8: Pilot Study Test Plan...................................................................................................17 Table 9: Pilot Study Test Schedule...........................................................................................17 Table 10: Vendor Pilot Study Report Contents..........................................................................18 Table 11: Pilot System Set Points — PACL Stages 5 and 6 Testing...........................................19 Table 12: Membrane CIP Summaries for PACI Stage 5 CIP Event...........................................20 Table 13: Description of Data Filters Applied to APAI Data Analysis.........................................21 Table 14: Membrane Feed and Filtrate Water Quality Sampling Plan.......................................30 Table 15: Membrane Pilot Feed Water Quality (BAF Filtered Water) Field Sampling Results ...32 Table 16: Membrane Filtrate Water Quality Field Sampling Results — BASF .............................33 Table 17: Membrane Filtrate Water Quality Field Sampling Results — Dow...............................34 Table 18: Membrane Filtrate Water Quality Field Sampling Results — Pentair ...........................35 Table 19: Membrane Filtrate Water Quality Field Sampling Results — Toray .............................36 Table 20: Membrane Pilot Feed Water Quality (BAF Filtered Water) Laboratory Sampling Results......................................................................................................................................37 Table 21: Membrane Filtrate Water Quality Laboratory Sampling Results - BASF ....................38 Table 22: Membrane Filtrate Water Quality Laboratory Sampling Results — Dow......................39 Table 23: Membrane Filtrate Water Quality Laboratory Sampling Results — Pentair .................40 Table 24: Membrane Filtrate Water Quality Laboratory Sampling Results — Toray....................41 Table 25: Dow Pilot System Runtime Summary ........................................................................43 Table 26: Performance Criteria Evaluation................................................................................44 Table 27: Membrane Information Worksheet Summary (Temperature Corrected Flux).............46 Table 28: Membrane Information Worksheet Summary (Instantaneous Flux) ...........................46 Table 29: Laboratory Analytical Methods..................................................................................47 Table 30: Feed Turbidity Meter Calibration Records.................................................................48 Table 31: Filtrate Turbidity Meter Calibration Records...............................................................48 Table 32: pH Meter Calibration Records...................................................................................49 Table 33: Flow Meter Calibration Records................................................................................49 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. III. List of Abbreviations APAI Alan Plummer Associates, Inc. BAF biologically active filter CEB chemically enhanced backwash CIP clean -in -place DIT direct integrity test EMWTP Eagle Mountain Water Treatment Plant MGD million gallons per day NTU nephelometric turbidity units OEM original equipment manufacturer PACI polyaluminum chloride PES polyethersulfone PVDF polyvinylidene fluoride TCEQ Texas Commission on Environmental Quality TRWD Tarrant Regional Water District OF ultrafiltration IV F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 1 Executive Summary The City of Fort Worth (City) contracted with Alan Plummer Associates, Inc. (APAI) to conduct a membrane filtration pilot study at the Eagle Mountain Water Treatment Plant (EMWTP) from November 4, 2014 through February 25, 2015. The purpose of the pilot study was to evaluate membrane filtration for a future 35 million gallon per day (MGD) capacity expansion at the EMWTP. After a request for information process, BASF, Dow, Pentair, and Toray were selected to participate in the pilot study. Dow, Pentair, and Toray each partnered with an original equipment manufacturer (OEM) to furnish pilot systems for the study, and BASF provided its own unit. The study assessed membrane performance downstream of a pretreatment scheme that included ozonation, coagulation, flocculation, sedimentation, and biologically active filtration (BAF). Ferric sulfate and polyaluminum chloride (PACT) coagulants were evaluated during the study. The purpose of this pilot study report is to document the pilot study results for review and approval by the Texas Commission on Environmental Quality (TCEQ) and for use by the City during the design for the planned EMWTP expansion. The four membrane vendors completed the pilot study using PACL and BAF pretreatment in accordance with the pilot study protocol approved by the Texas Commission on Environmental Quality (TCEQ). APAI has used the pilot study results to develop net filtrate capacity requests for each membrane. If the requests are approved by the TCEQ, the four vendors may be considered for the future EMWTP expansion. Table 1 provides an overview of the pilot study including the net filtrate capacities that are being requested for each of the membranes. As shown in Table 1, Dow operated at the highest net filtrate capacity and Toray operated at the highest filtrate flux and recovery. The sustained system runtimes achieved during the study provided a robust data set for evaluating the membrane systems. After reviewing the pilot study results, APAI has determined that Dow and Toray satisfied the performance criteria for the pilot study; whereas, BASF and Pentair satisfied five of the seven criteria. The BASF and Pentair membranes experienced multiple fouling events characterized by transmembrane pressure (TMP) values that approached or exceeded the vendor recommended filtration TMP limit. In order for BASF and Pentair to sustain their instantaneous flux rates, chemically enhanced backwashes would have been required at a more frequent interval than the once per day frequency defined by the performance criteria yielding a recovery of less than the minimum 95 percent. Membrane permeability loss was also assessed as part of the pilot study protocol. BASF, Pentair, and Toray reported no permeability loss; whereas, Dow reported a permeability loss of approximately 6.1 %. Additional details on membrane performance and pilot study results are provided within the body of this report and the Appendix. APAI recommends that both the pilot study results and full-scale operating history of each vendor be considered when determining safety factors for the full-scale design of the future EMWTP expansion. 1 Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 1: Pilot Study Overview Membrane Membrane Membrane OEM Instantaneous Temperature Corrected a Recover y Requested Net Vendor Model Material Filtrate Flux Filtrate Flux Filtrate Capacityb (gfd) (gfd at 20°C) M (gal/module/day) BASF dizzer XL 0.9 PES BASF 50 71.6 94.0 45,491 MB 70 WT Dow IntegraFlow PVDF Wigen Water 45 62.3 96.3 63,807 DW 102-1100 Technologies Pentair Aquaflex 55 PES/PVP Ham R/O 45 63.5 94.0 32,633 UFC-LE Systems Toray Toray HFU- PVDF WesTech 60 83.4 98.1 60,733 202ON Engineering a The reported recovery values are calculated using the Membrane Information Worksheet at the instantaneous filtrate flux (refer to Section 6.7 and Appendix E). b The requested net filtrate capacity values are calculated using the Membrane Information Worksheet at the average temperature corrected filtrate flux (refer to Section 6.7 and Appendix E). 2 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 2 Introduction In 2014, the City contracted with APAI to conduct a membrane filtration pilot study at the EMWTP for the evaluation of up to four vendors of positive pressure -driven, hollow -fiber membrane filters. The purpose of the pilot test is to evaluate the performance of BASF, Dow, Pentair, and Toray membranes for the filtration of Eagle Mountain Lake surface water, to satisfy TCEQ testing requirements, and to facilitate the development of design criteria for a planned future expansion of the EMWTP to add a membrane filtration system with up to 35 MGD of net filtration capacity (possibly in phases). The EMWTP pilot study compliments a pilot study conducted by the City in collaboration with the Cities of Mansfield, Waxahachie, and Midlothian in 2007. The 2007 study evaluated the performance of multiple membrane vendors, including Evoqua Memcor (then Siemens Memcor), GE ZENON, and Pall Corporation, for the treatment of the Tarrant Regional Water District (TRWD) supply. In 2014, the TCEQ granted a request to approve the previous Pall Corporation pilot study results for use at the EMWTP. The present study seeks to add additional vendors to the list of vendors eligible to participate in the planned expansion. The EMWTP pilot study was conducted from November 4, 2014 to February 25, 2015 and evaluated the BASF dizzer XL 0.9 MB 70 WT, Dow IntegraFlow DW102-1100, Pentair Aquaflex 55 UFC-LE, and Toray HFU-2020N OF membrane modules. The membranes were installed on automated pilot systems. Dow partnered with Wigen Water Technologies, Pentair partnered with Harn R/O Systems, and Toray partnered with WesTech Engineering to furnish pilot equipment. BASF supplied their own pilot system. The pilot study evaluated membrane performance downstream of a pretreatment scheme that included ozonation, coagulation, flocculation, sedimentation, and biological filtration. Ferric sulfate and PACI coagulants were tested during the study. This report documents the following information: ✓ Pilot Study Objectives ✓ Pilot Study Background ✓ Pilot Study Test Plan and Schedule ✓ Pilot Study Results and Discussion ✓ Quality Control Documentation ✓ Conclusions ✓ Acknowledgements 'Cl Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 3 Pilot Study Objectives The pilot study protocol (refer to Appendix G) defined eight objectives for the EMWTP membrane pilot study. The objectives are listed below along with a discussion of how each objective was achieved. Obiective 1: Determine design flux, recovery, chemically enhanced backwash (CEB) frequencv and regime, chemical clean -in -place (CIP) frequencv and reqime, chemical usage, electrical usage, as well as other design parameters for full-scale process desiqn The pilot study tested flux, recovery, system operating parameters, CEB protocols, and CIP protocols to provide information for the future full-scale system design. The tested values, procedures and resulting process data are documented within this pilot study report. The performance of each membrane vendor varied during the pilot study, and APAI recommends that both pilot study results and full-scale operating history be considered when determining safety factors for full-scale design parameters (i.e. design flux, cleaning interval, etc.). Obiective 2: Identifv multiple successful membrane vendors as evaluated on the basis of demonstrated flux, recovery, backwash frequencv, chemical cleaning frequencv, and other considerations The four membrane vendors completed the pilot study. If approved by the TCEQ, the four vendors may be considered for the future full-scale EMWTP expansion. Obiective 3: Evaluate BAF filtered water as a feed water source BAF filtered water was evaluated as a membrane feed water source during the pilot study. The four vendors completed the pilot study protocol using BAF pretreatment. Membrane performance varied between vendors. Obiective 4: Evaluate ferric sulfate and PACT as coagulants and select a preferred coagulant for full-scale operations Ferric sulfate and PACI coagulants were evaluated during the study. After partial completion of the ferric sulfate testing, the City decided to switch from ferric sulfate to PACI coagulant in accordance with their desired long term operating strategy for the EMWTP. Prior to switching coagulants, each membrane vendor was consulted, and the four vendors noted that they would prefer PACI over ferric sulfate. The four vendors completed the pilot study protocol using PACI pretreatment. Membrane performance varied between vendors. Obiective 5: Satisfv TCEQ pilot testing requirements The pilot study was conducted in accordance with the approved pilot study protocol (refer to Appendix G) and TCEQ review comments (refer to Appendix F). The pilot protocol incorporated TCEQ Stages 1, 2, and 3 as originally outlined in the now expired Public Drinking Water program staff guidance titled "Review of Pilot Study Reports for Membrane Filtration" (refer to Appendix K). 4 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Obiective 6: Determine design criteria for ancillary systems such as chemical feed and clean -in - place (CIP) systems The pilot study tested flux, recovery, system operating parameters, CEB protocols, and CIP protocols to provide information for the future full-scale system design. The tested values, procedures and resulting process data are documented within this pilot study report. APAI recommends that both pilot study results and full-scale operating history be considered when determining safety factors for full-scale ancillary system design criteria (i.e. chemical storage, chemical feed pumps, etc.). Obiective 7: Identifv potential fouling issues and develop mitigation or cleaning solutions The BASF and Pentair membranes experienced multiple fouling events characterized by TMP values that approached or exceeded the vendor recommended filtration TMP limit. While the pilot study results indicate that the membranes recovered permeability after CIPs, a CEB interval of once per day was not sufficient to promote stable performance at the instantaneous flux rates selected by the vendors. Accordingly, APAI has assumed a CEB interval of two CEB events per day to complete net filtrate capacity calculations and to evaluate the BASF and Pentair membranes relative to the performance criteria. The intent of the increased CEB frequency is to acknowledge the need for additional chemical maintenance to manage fouling. The design CEB frequency may differ from the frequency used to complete the pilot study evaluation. APAI recommends considering the implications of filtration TMP, chemical maintenance frequency, pilot -study results, and full-scale installation history when selecting full- scale design criteria. The pilot study protocol included a required CIP as part of PACI pretreatment testing. Dow reported a permeability loss of 6.1-percent following the required CIP. APAI recommends considering the implications of Dow module permeability loss when selecting full-scale design criteria. Fouling issues were not observed with the Toray module during the pilot study. Obiective 8: Familiarize staff with the operation and maintenance of the membrane process equipment and ancillary equipment City of Fort Worth staff, including operations, maintenance, electrical and instrumentation personnel, were able to interact directly with the pilot equipment and become familiar with membrane filtration systems. The membrane vendors, OEMs, and APAI provided training at the start of the study to inform City staff on operations and maintenance procedures. APAI also prepared quick reference user's guides for each pilot system to familiarize the City staff with operations and maintenance efforts. The knowledge, diligence, and proactive participation of City staff during the study were integral to the successful completion of the study. 5 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 4 Pilot Study Background 4.1 RAW WATER SOURCE — EAGLE MOUNTAIN LAKE The EMWTP obtains its raw water directly from Eagle Mountain Lake, located on the West Fork of the Trinity River approximately 5 miles northwest of the City of Fort Worth. The lake is downstream of nearby Lake Bridgeport, connected by the West Fork Trinity River, and can be supplemented with water from Benbrook, Cedar Creek, and/or Richland Chambers reservoirs via a pipeline that is owned and operated by TRWD. A map showing the locations of the raw water intake and EMWTP is provided in the Figure 1. Figure 2 presents the daily rainfall totals observed during the pilot study. The largest rainfall event occurred on November 22, 2014 and totaled 1.52 inches. Figure 1: EMWTP Intake Location Map 6 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Daily Rainfall 1.6 1.4 1.2 N 1 N t v C N c 0.6 0.4 0.2 0 H - I I � U 2 U ONE ^\L ONb ONE ONE O^� N1\1L �\L �L 1\`L ��� ^� ONb ^b ti6\`LO�ti^,5\`L ti�O\LO O^N \\L O^D 5\L ONb O\L O^� ^\\L ONb ��\L^\L ONb O^� �\\L O^I y^�\L O^� �0^\L ^� `L 1\O Figure 2: Daily Rainfall Totals 4.1.1 Eagle Mountain Lake Raw Water Quality This section contains the Eagle Mountain Lake raw water quality sampling results for both field and laboratory testing. The raw water quality sampling plan is provided in Table 2, and the field and laboratory sampling results are presented in Table 3 and Table 4, respectively. Table 2: Eagle Mountain Lake Raw Water Quality Sampling Plan Testing Location Parameter Eagle Mountain Lake Raw Alkalinity, Total Daily Hardness, Total Daily Field pH Daily Temperature Daily Turbidity Daily Aluminum (AI) Monthly Chlorophyll a Weekly Iron (Fe) Monthly Laboratory Manganese (Mn) Monthly Specific Conductance Monthly Total Dissolved Solids (TDS) Monthly Total Organic Carbon (TOC) Weekly Total Suspended Solids (TSS) Monthly 7 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 3: Eagle Mountain Lake Raw Water Quality Field Sampling Results Alkalinity (Total) Hardness (Total) pH Temperature Turbidity Stage Statistic mg/L as CaCO3 mg/L as CaCO3 S.U. °C NTU Count 22 22 22 23 22 Minimum 84 92 7.25 14.0 2.93 Average 92 106 --- 15.9 4.34 Stage 1 Maximum 103 120 8.56 18.7 9.82 Median 89 104 8.02 15.9 3.76 St. Dev. 6 8 --- 1.1 1.49 Count 22 23 23 23 22 Minimum 86 98 7.45 10.8 3.98 Average 93 108 --- 14.4 5.42 Stage 4 Maximum 99 119 8.13 17.0 7.02 Median 92 107 8.03 15.0 5.43 St. Dev. 4 7 --- 1.7 0.81 Count 38 38 36 36 35 Minimum 89 99 7.57 9.0 1.18 Average 94 109 --- 11.2 4.08 Stage 5 Maximum 99 122 8.83 13.4 6.33 Median 93 108 8.10 11.6 3.92 St. Dev. 3 6 --- 1.2 0.99 Count 14 14 14 14 13 Minimum 92 103 7.69 9.6 3.04 Average 97 111 --- 13.5 3.55 Stage 6 Maximum 102 122 8.23 16.3 4.18 Median 96 111 8.03 13.8 3.40 St. Dev. 3 7 --- 1.8 0.41 9 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 4: Eagle Mountain Lake Raw Water Quality Laboratory Sampling Results Chlorophyll Specific Date Al Fe Mn TDS TOC TSS a Conductance mm/dd/yyyy mg/L as Al Ng/L mg/L as Fe mg/L as Mn umhos/cm mg/L mg/L as C mg/L 11 /24/2014 14.9 6.42 12/1/2014 3.59 21.6 2.14 0.278 319 192 6.45 29.2 12/10/2014 10.6 6.62 12/15/2014 14.4 6.48 12/22/2014 14.1 6.25 1 /5/2015 14.9 6.18 1/12/2015 0.148 16.9 0.152 0.055 329 202 6.46 5.25 1 /20/2015 13.4 6.29 1 /26/2015 12.2 6.25 2/2/2015 11.0 6.53 2/9/2015 0.160 0.187 0.062 352 206 6.3 8.80 2/16/2015 8.73 5.75 2/23/2015 7.84 5.82 10 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 4.2 TREATMENT SCHEME Treatment at the EMWTP includes the addition of ammonia in the raw water to mitigate bromate formation due to ozonation; raw water ozonation for disinfection, iron and manganese oxidation, and taste and odor control; vertical shaft rapid mixing and coagulation with ferric sulfate and polymer' plus lime addition for pH adjustment; two -stage flocculation basins followed by sedimentation basins; and BAFs containing sand and anthracite media for turbidity removal, organic carbon reduction, biological stability, and additional taste and odor removal. The four pilot systems treated BAF filtered water as depicted in Figure 3. Each pilot unit was equipped with flow meter(s) as well as sample taps for water quality sampling. Process and instrumentation diagrams showing the locations of flow meters and water quality instruments are provided within each vendor report in Appendices A through D. Li me Chlorine Coagulant Ozone I Ammonia >i Ammonia f To Clearwells Raw Water A ! Meter Ozone Rapid Vault Contact Mix Flocculation and BAFs ------------------------------------- Basins Sedimentation Basins "" To Backwash i Backwash Recovery Basins I Recovery j Basins � Key 1 EMWTP Full -Scale Process Flow i Feed Tanks (x4) FiltrateTanks (0) ....11101 Pilot Study Process Flow Membrane Pilot i Systems (x4) i • Sampling Location L------------------------------------- Pilot Study Equipment Figure 3: EMWTP Process Flow Diagram 4.2.1 Pretreatment Chemical Dosinq The coagulant and ozone doses recorded during the pilot study are provided in Figure 4 and Figure 5, respectively. Ferric sulfate was dosed as a pretreatment coagulant until December 3, 2014 when the EMWTP switched to PACI coagulant. Table 5 provides ozone disinfectant summary information for the OF pilot filtrate samples. The ozone residual is sampled as part of full-scale EMWTP operations at the ozone contactors. Ozone residual was not measured in the membrane pilot feed, because the ozone residual in the BAF filtered water would be non -detect. ' Polymer feed upstream of the membrane pilot systems was discontinued during the study with the exception of a few short duration polymer feed events. 11 Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. ♦ Ferric Sulfate Dose ❑ PACI Dose —Event 40 N ♦M<- 35 c co 30 < 3 co O v 25 N 10 Switch from Ferric \ J Sulfate to PACT (12-3-2014) E 20 d ❑ N ElO 15 R ❑ ❑ El El EL EP El El 5 El 71 ❑E� ❑ 0 11 /4/2014 11 /19/2014 12/4/2014 12/19/2014 1 /3/2015 Date Figure 4: Coagulant Dose Information 10 8 M 0 N 10 J 6 01 E N fA O 0CD 4 1= O N 0 2 o Ozone Dose 1/18/2015 2/2/2015 2/17/2015 O OrrQ O 0 QJOD � O Q�0 C°° °0000 � ° O ° OD 9b o °� cQ 8 e O°8� ° °� ° qP � 0 c°o0o q 0 0 0° 00 o � O 0 11 /4/2014 11 /19/2014 12/4/2014 12/19/2014 1 /3/2015 Date Figure 5: Ozone Dose Information 1/18/2015 2/2/2015 2/17/2015 12 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 5: Disinfectant Information Parameter Disinfectant Used Disinfection Application Point Disinfection Dose Ranges Sample Location Bromate Value Units Ozone --- Raw Water --- 1.4 — 4.2 mg/L Membrane Pilot Filtrate --- <5.0 µg/L 4.3 PILOT SETUP, EQUIPMENT INFORMATION, AND MEMBRANE SPECIFICATIONS The pilot units were setup in or just outside of the west end of the EMWTP filter gallery across from BAFs No. 19 and 20. The filtered water from these two filters provided the feed water to the pilot units. Check valves and air gaps were provided between the BAF filtered water pipe and the pilot unit feed tanks. Pilot system feed/filtrate overflow and waste streams were collected and pumped to the EMWTP backwash recovery basins. Figure 6 shows images of the pilot unit setup in the filter gallery. i `- IA- Figure 6: Pilot Equipment Setup The four pilot systems were automated and equipped with independent feed and filtrate tanks. At a minimum, each unit provided automatic data logging and remote access capabilities. Sample panels were also provided for water quality sampling and testing. Figure 7 shows images of the four membrane pilot systems, and Table 6 provides a summary of online pilot instrumentation. A summary of specifications and certifications for the four membrane products are provided in Table 7. 13 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. LL N a m 06 3 0 06 L 0 Figure 7: Membrane Pilot Units 14 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 6: Pilot Equipment Information Parameter Original Equipment Manufacturer Pilot System Model Number of Membrane Modules Feed Turbidity Meter Filtrate Turbidity Meter Flow Meter pH Meter BASF BASF 1 Hach Ultraturb SC Hach FT660 Endress & Hauser Promag 1OD Endress & Hauser CPS11 D Dow Wigen Water Technologies 1 Hach 1720E Hach FT660 Endress & Hauser IFM Efector Endress+Hauser Pentair Harn R/O Systems, Inc. Ultrafiltration Pilot #5 1 HF Scientific White Light Hach FT660 Yokogawa Rosemount Analytical Toray WesTech Engineering, Inc. ALTAPAC APIII 1 Hach 1720E Hach FT660 Siemens MAG510OW Signet 2750 15 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 7: Membrane Information Parameter Unit Membrane Manufacturer Membrane Module Model Number Type of Membrane --- NSF/ANSI Standard 61 Certification --- Active Material ---- Module Length inches (cm) Active Surface Area ft2 (m) Flow Direction --- Nominal Pore Size micron Chlorine Tolerance ppm-hours Ozone Tolerance ppm-hours BASF BASF dizzer XL 0.9 MB 70 WT OF Yes (Refer to Appendix A) PES 66.1 (168) 753 (70) Inside out 0.02 200,000 0 Allowable Operating Temperature Range °C 0 -40 Maximum Allowable Feed Water Turbidity NTU 100 Method of Operation --- Dead End Flow Maximum Allowable Instantaneous Flux gfd at 200C 105 Maximum Allowable TMP psi (bar) 145 (10)a Recommended Filtration TMP Limit psi (bar) 21.8 (1.5) Dow Dow IntegraFlow DW 102-1100 OF Yes (Refer to Appendix B) PVDF 92.9 (236) 1103 (102.5) Outside in 0.03 >2,000,000 6,720 1 — 40 300 Dead End Flow 60.6 30(2.1) 30(2.1) Minimum Direct Integrity Test (DIT) Pressure psi (bar) 17.1 15.1 (3.0 micron defect) for Pilot Concentration Factor (CF) --- 1 1 Quality Control Release Value (QCRV) psi/min In Reviewb 0.06 Log Removal Value (LRVC-Test) --- In Reviewb 6.3 a BASF product literature lists the burst pressure for the fibers. a BASF has submitted documentation to the TCEQ that is in review at the time of this report. b Reported in units of mL/min per TCEQ Review and Approval of Challenge Testing letter dated November 20, 2014. Pentair X-Flow Aquaflex 55 UFC-LE OF Yes (Refer to Appendix C) PES/PVP 60 (154) 592 (55) Inside Out 0.01 250,000 0 0-40 100 Dead End Flow 120 43.5(3) <15 (<1) 20.3 1 350c 4.95 Toray Toray HFU-202ON OF Yes (Refer to Appendix D) PVDF 85 (216) 775 (72) Outside -in 0.01 1,000,000 0 0-40 100 Dead End Flow 100 43.5(3) 29(2.0) 18.2 (1.26) 1 0.029 4.7 16 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 5 Pilot Study Test Plan and Schedule The pilot study test plan and schedule are documented in Table 8 and Table 9, respectively. During the pilot study, ferric sulfate and PACI coagulants were evaluated as membrane pretreatment chemicals. Per the pilot study protocol (refer to Appendix G), each coagulant was to be evaluated independently using TCEQ testing Stages 1, 2, and 3. Ferric sulfate Stages 2 and 3 were canceled following discussions between the City, APAI, and membrane vendors, and each vendor was given the option to conduct a CIP prior to the official start of PACI testing. Two optional CIPs were scheduled during the pilot study along with one required CIP following PACI Stage 5 (TCEQ Stage 2) testing. Table 8: Pilot Study Test Plan Coagulant Stage Corresponds To 1 Ferric TCEQ Stage 1 Sulfate 2 TCEQ Stage 2 3 TCEQ Stage 3 4 TCEQ Stage 1 PACI 5 TCEQ Stage 2 6 TCEQ Stage 3 Table 9: Pilot Study Test Schedule Coagulant Stage Start Date Ferric 1 November 4, 2014 Sulfate CIP* December 8, 2014 4 December 15, 2014 CIP* January 5, 2015 PACI 5 January 8, 2015 CIP February 9, 2015 6 February 12, 2015 * Denotes an optional CIP Planned Duration 30 days 30 days 14 days 21 days 30 days 14 days End Date December 3, 2014 December 14, 2014 January 4, 2015 January 7, 2015 February 8, 2015 February 11, 2015 February 25, 2015 Outcome Completed Canceled Canceled Completed Completed Completed Actual Duration 30 days 7 days 21 days 3 days 32 days 3 days 14 days 17 Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 6 Pilot Study Results and Discussion The four membrane vendors completed the pilot study test plan. Each vendor prepared a detailed report to document the performance of their membrane in accordance with pilot protocol requirements. The reports were submitted to APAI for review and the revised versions are included in Appendices A through D. At a minimum, each vendor report contains the information outlined in Table 10. As part of the review process, APAI performed an independent analysis of the raw pilot study data received from each vendor. Process data trends for each membrane are provided in Section 6.1. The performance trends represented in the APAI analysis are in agreement with the vendor reports. Issues identified during the pilot study related to the technical completion of the study are documented in Section 6.5 along with the corrective actions taken to address these issues. Table 10: Vendor Pilot Study Report Contents Item BASF Dow Pentair Toray Membrane Information ✓ ✓ ✓ ✓ Description of Pilot Equipment and Instrumentation ✓ ✓ ✓ ✓ Description of System Operations ✓ ✓ ✓ ✓ System Set Points during Testing Stages ✓ ✓ ✓ ✓ Process Data Graphs Feed and Filtrate Turbidity Filtrate Flux and TMP ✓ ✓ ✓ ✓ Filtrate Flux and Feed Water Temperature Specific Flux and % Recovery of Specific Flux % Loss of Specific Flux and Feed Turbidity Process Data Statistics Filtrate Flow Rate Filtrate Flux and Filtrate Flux at 20°C ✓ ✓ ✓ ✓ TMP and TMP at 20°C Feed Temperature Specific Flux Discussion of Pilot Study Results ✓ ✓ ✓ ✓ Raw Water Turbidity Spike Resultsa N/A N/A N/A N/A DIT Results and LRV Calculations ✓ ✓ ✓ ✓ System Downtime Explanations ✓ ✓ ✓ ✓ CIP Formulations, Procedures and Performance ✓ ✓ ✓ ✓ Performance Criteria Review ✓ ✓ ✓ ✓ Full -Scale System Recommendations ✓ ✓ ✓ ✓ ANSI/NSF Standard 61 Certificate ✓ ✓ ✓ ✓ TCEQ Challenge Testing Approval Letter ✓ ✓ ✓ ✓ a Raw water turbidity spike testing was not included in the pilot study protocol, because the membranes filtered BAF filtered water during the study. 18 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 6.1 PILOT SYSTEM SET POINTS The pilot system filtration, backwash, and CEB set points used during PACL Stages 5 and 6 testing (TCEQ Stages 2 and 3) are provided in Table 11. Table 11: Pilot System Set Points - PACL Stages 5 and 6 Testing Parameter BASF Dow Pentair Toray Filtration Flow (gpm) 26.1 34.5 18.5 32.3 Flux (gfd) 50 45 45 60 Time (min) 30 45 50 30 Backwash Flow (gpm) 70.6 53.6 75 35.5 Flux (gfd) 135 70 182 66 Duration (sec) 30 50 20 30 Air Scour Flow (scfm) --- 9 --- 3.5 Air Scour Duration (sec) --- 40 --- 30 Forward Flux Flow (gpm) --- 34.5 14.5 --- Forward Flush Duration (sec) --- 20 46 --- CEB No. 1 Chemical(s) NaOH NaOCI NaOH & NaOCI NaOCI Concentration (mg/L) --- 500 200 NaOCI 300 pH (S.U.) 12 --- 12 --- Frequency 1 per day 1 per 4 days 1 per day 1 per 3 days Injection Flow (gpm) 36.9 14 27.1 33.7 Injection Duration (sec) 90 120 67 75 Soak Duration (min) 30 20 35 20 Rinse Flow (gpm) 70.6 34.5 27.1 33.7 Rinse Duration (sec) 60 50 160 30 Forward Flush Flow (gpm) --- 34.5 --- --- Forward Flush Duration (sec) --- 150 --- --- Total Duration (min) 33 26.1 38.8 21.75 CEB No. 2 Chemical H2SO4 HCI H2SO4 --- Concentration (mg/L) --- 550 --- --- pH (S.U.) 2 --- 2 --- Frequency 1 per day 1 per 15 days 1 per day --- Injection Flow (gpm) 36.9 14 27.1 --- Injection Duration (sec) 90 90 67 --- Soak Duration (min) 30 10 15 --- Rinse Flow (gpm) 70.6 34.5 27.1 --- Rinse Duration (sec) 60 50 160 --- Forward Flush Flow (gpm) --- 34.5 --- --- Forward Flush Duration (sec) --- 150 --- --- Total Duration (min) 33 15.6 18.8 --- 19 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 6.2 CHEMICAL CLEANING SUMMARY Summaries of the CIPs performed during the required CIP event at the conclusion of PACI Stage 5 (TCEQ Stage 2) are provided in Table 12. Supplemental information for Table 12 is provided below: • ANSI/NSF Standard 60 documentation for CIP chemicals is provided in Appendix J. • The quantity of filtrate consumed during CIPs and the chemical waste disposal method for the full-scale system may not correlate to the pilot -scale system and should be determined during full-scale system design. Pilot system waste streams were sent to the EMWTP backwash recovery basins. • BASF, Dow, and Toray recommended CIP intervals of 60 days, 90 days, and 120 through 180 days, respectively. Pentair recommended that daily CEBs substitute for CIPs. The pilot study data does not necessarily substantiate the vendor recommended CIP frequencies. APAI recommends evaluating pilot study results and full-scale installation history prior to setting a design CIP frequency for the full-scale system. Table 12: Membrane CIP Summaries for PACI Stage 5 CIP Event CIP No. Parameter BASF Dow Pentair Toray Chemical(s) NaOH NaOH/NaOCI NaOH/NaOCI NaOCI Concentration --- 1900 mg/L 250 mg/L 3000 mg/L NaOCI NaOCI Flow Rate 15 gpm 14 gpm 6 gpm 11 Duration 4 hours 1.75 hours 2 hours 3 hours 1 Disinfectant --- Not reported Not reported Not Reported Residual Solution pH 12.5 S.U. 10 S.U. 12.5 S.U. --- Heating No Yes No Yes Solution Ambient 21.1 °C Ambient 34 °C Temperature Procedure Appendix A Appendix B Appendix C Appendix D Chemical(s) H2SO4 HCI H2SO4 Citric Acid Concentration --- --- --- 5000 mg/L Flow Rate 15 gpm 14 gpm 6 gpm 11 Duration 2.5 hours 1.75 hours 2 hours 3 hours Disinfectant 2 Residual --- --- --- --- Solution pH 1.5 S.U. 1.6 S.U. 2 S.U. Heating No Yes No Yes Solution Ambient 29.5 °C Ambient 34 °C Temperature Procedure Appendix A Appendix B Appendix C Appendix D 20 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 6.3 MEMBRANE PROCESS DATA TRENDS AND ONLINE FILTRATE TURBIDITY RESULTS APAI performed an independent analysis of the pilot study data to review vendor reports and to assess membrane performance relative to the performance criteria. Since membrane pilot units periodically record data during operating periods other than steady-state filtration (i.e. backwashes, maintenance washes, transitions), APAI applied filters to the data in its analysis to exclude data that are not representative of active filtration. Descriptions of the data filters applied to each data set are provided in Table 13. The membrane process data performance trends for the BASF, Dow, Pentair, and Toray membrane systems are presented in Figure 8 through Figure 11. Each graph presents trends for feed temperature, TMP, filtrate flux, filtrate flux at 20°C, and specific flux at 20°C. The graphs cover the pilot study from the start of Stage 1 to the conclusion of Stage 6. Filtrate turbidity results for the four membrane vendors, reported at either 4-minute or 5-minute intervals, are provided in Figure 12 through Figure 15. Unfiltered pilot study data shall be provided to the TCEQ as a supplement to the pilot study submittal. Table 13: Description of Data Filters Applied to APAI Data Analysis Vendor Data Filter Description BASF . The BASF pilot periodically recorded data prior to achieving steady-state filtration. APAI applied the following data filter to report only the data associated with steady-state filtration: Exclude data corresponding to flow values outside the range of the average flow +/- 3 standard deviations • The BASF pilot reported data on a more frequent interval than 5 minutes. The data set is filtered to report data at 5 minute intervals. Dow . The Dow pilot periodically recorded data prior to achieving steady-state filtration resulting in the recording of erroneous TMP data. APAI applied the following data filter to report only the data associated with steady-state filtration: Exclude data corresponding to TMP values that are less than the TMP of a new, clean membrane • The Dow pilot recorded data at 10 minute intervals until February 6, 2015. Thereafter, the pilot recorded data at 2 minute intervals. The data set is filtered to report the data collected after February 6, 2015 at 4 minute intervals. Pentair . The Pentair pilot periodically recorded data when the filtrate flow registered a value of 0. APAI applied the following data filter to report only the data associated with steady-state filtration: Exclude data corresponding to a filtrate flow of 0 • The Pentair pilot reported data at 2 minute intervals. The data set is filtered to report data at 4 minute intervals. Toray . The Toray pilot periodically recorded data prior to achieving steady-state filtration. APAI applied the following data filter to report only the data associated with steady-state filtration: Exclude data corresponding to flow values outside the range of the average flow +/- 3 standard deviations • The Toray pilot reported data on a more frequent interval than 5 minutes. The data set is filtered to report data at 5 minute intervals. 21 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. • TMP ■ Flux • Temperature Corrected Flux • Specific Flux Temperature —Event 35 }� 90 • N 30 .Q 25 Temperature ... Corrected Flux ♦ .-. • ♦ _ 10 () o • ♦ �i1N 0 W20 • • _ • ♦ ��cV 1 50 N ca @IL +� _ ! Q ♦ • • i • ♦• ♦ • CM 0 .0 15 TMP �� 40 X N M • ♦ ILLl�?J Flux Specific Flux cn . . ♦ ♦ ♦ • 30 �aLi 10 ♦ • • X H ♦ _� 20 ♦ v 5 .5 10 Q CL • Temperature • • 0 0 11 /04/14 11 /18/14 12/02/14 12/16/14 12/30/14 01 /13/15 01 /27/15 02/10/15 02/24/15 Date Figure 8: BASF Membrane Process Data Trends 22 Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 24 N 9-21 N $_ 18 CLM YL/ U N o 15 V! N a� _ Z' 12 �B w d E 9 N d M X H 2 6 LL Q .d 3 CL CO • TMP • Specific Flux TMP ■ Flux A Temperature Corrected Flux X Temperature r,. Specific Flux Iow Temperature CIP —Event :c 70 W �U 50 N � � 40 U Q XN � M},,H 30 M � '0 LL LL 20 10 0 0 11/4/14 11/18/14 12/2/14 12/16/14 12/30/14 1/13/15 1/27/15 2/10/15 2/24/15 Date Figure 9: Dow Membrane Process Data Trends 23 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. • TMP Flux Temperature Corrected Flux • Specific Flux Temperature —Event 24 - - - 80 Temperature • 21 Corrected Flux ` \ OA� it d ♦ ♦♦ am - 18 N ♦' Li ♦ ■* "J,AO ♦ ♦ ♦♦ 15!d;:"N46m —A A A A y m ♦ ♦♦ ♦ �■ ■ ■ a ■ ■■ ■ ♦ ■ ■ = 12 ■♦ y� No ■■ � TMP r ■ ■ 0 9 • E _ ca H 6 3 f Temperature Specific Flux 11 /04/14 11 /18/14 12/02/14 12/16/14 ♦ ♦ OA 12/30/14 Date w— — Ik ♦♦_1 ♦ ♦ ♦ i ♦ A 01 /13/15 m� 01/27/15 Figure 10: Pentair Membrane Process Data Trends 02/10/15 70 Q M 10 60 ca .-. IM v^ � 50^'U`-' '► 04 c$ 0 N Qi i = +� N 40 � N M � 30 E F rL a ILL 20 t� •Q 10 CL 02/24/15 24 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. • TMP ♦ Specific Flux 18 .Q 16 Temperature A Corrected Flux 14 .CL M d U 12 o 0 N aM 10 _ Flux �� 8 U) 6 i X Specific Flux I 2 (Permeability) LL 4 .v d CL 2 i CO Temperature 0 11/4/14 11/18/14 ■ Flux 12/2/14 12/16/14 Temperature Corrected Flux X Temperature —Event 01IJiI� I\ 12/30/14 1/13/15 1/27/15 2/10/15 Date Figure 11: Toray Membrane Process Data Trends .0 We 70 60 (j N � $ i 50 �-4.1.� c� = � L V tZ 40 X N H 30 U11 10 0 2/24/15 25 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Filtrate Turbidity —Event erric Sulfate) � Stage 4 (PACI) ■ CIP (121412014 - 1210512014) ■ E Z 0.3 A L Single data point H recorded on 0.2 11/8/2014 ■ LL ■ ■ ■ 0.1 ■ System Offline ■ ■ 0.0 11 /4/2014 11 /19/2014 12/4/2014 Optional MEMO CIP Refer to the BASF report for data covering this period. 12/19/2014 1 /3/2015 1 /18/2015 Date CIP M CIP (2110/2015) I ■ ■ 1 2/2/2015 2/17/2015 Figure 12: BASF Online Filtrate Turbidity Data (5-Minute Intervals) 26 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. X1. May correlate with broken fibers D.5 .-. :D 0.4 I- Z ■ FLPO ■ 0.2 LL 0.1 L ■ 0.0 11 /4/2014 11 /19/2014 ■ Filtrate Turbidity —Event 12/4/2014 12/19/2014 Optional UP 1 /3/2015 Date ■ ■ k_ 1/18;2015 2/2/2015 2/17/2015 Figure 13: Dow Online Filtrate Turbidity Data (10-Minute Intervals through 2/5/2015 and 4-Minute Intervals through 2/25/2015) 27 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. ■ Filtrate Turbidity —Event 0.5 Optional CIP E Z 0.3 Data point 0.2 - following return to L service after CEB +' on 11/25/2015 LL ■ 0.1 ■ 0 1"hol ! a 0 1 ■ ■ o.a 11 /4/2014 11 /19/2014 12/4/2014 12/19/2014 1 /3/2015 Date CIP CEB on 1/8/2015 1 CIP on 211012015 ■ 1/18/2015 2/2/2015 2/17/2015 Figure 14: Pentair Online Filtrate Turbidity Data (4-Minute Intervals) 28 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 0.5 H Z 0.3 0.2 L LL 0.1 System Offline I ■ 0.0 ■ ■ Filtrate Turbidity —Event Stage 4 (PACK Stage 5 Optional '/ I System Offline I ■ [Stage 6 (PACK 11/4/2014 11/19/2014 12/4/2014 12/19/2014 1/3/2015 1/18/2015 2/2/2015 2/17/2015 Date Figure 15: Toray Online Filtrate Turbidity Data (5-Minute Intervals) 29 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 6.4 MEMBRANE FEED AND FILTRATE WATER QUALITY SAMPLING RESULTS This section contains the membrane feed and filtrate water quality sampling results. Water quality sampling was performed in accordance with the sampling plan presented in Table 14. Table 14: Membrane Feed and Filtrate Water Quality Sampling Plan Testing Location Parameter Feed (BAF Filtered) Filtrate Alkalinity, Total Daily Daily Hardness, Total Daily Daily Field pH Daily Daily Temperature Daily Daily Feed Turbidity --- Daily Filtrate Turbidity Daily Daily Aluminum (AI) Weekly --- Bromide --- Monthly Bromate --- Monthly Chlorophyll a Weekly --- Color Weekly Weekly Dissolved Organic Weekly --- Carbon (DOC) Laboratoryb Heterotrophic Plate Weekly --- Count (HPC) Iron (Fe) Weekly --- Manganese (Mn) Weekly --- Specific Conductance Monthly --- Sulfate Weekly --- Total Organic Carbon Weekly Weekly (TOC) UV254 Weekly Weekly a Filtrate turbidity samples were collected in the field as part of the quality control plan; however, the field turbidity method did not have the same level of accuracy as the online Hach FT660 instruments. b Haloacetic acid (HAA) and total trihalomethane (TTHM) data were collected during the study to provide a baseline in the event that membrane vendors requested to test prechlorination. Prechlorination testing was not performed, and the baseline HAA and THM data were <6 pg/L and < 1 pg/L, respectively. 6.4.1 Sampling Locations Water quality samples were collected for membrane pilot feed (BAF filtered water) and filtrate in accordance with the pilot study protocol. The BAF filtered water sampling location is indicated in Figure 3. Figure 16 indicates the pilot unit filtrate sample locations. 30 Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Pentair Filtrate Sample ev fr r r T 'K_ Figure 16: Pilot System Filtrate Sample Locations 31 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 6.4.2 Field Data Results - Daily Grab Samples The water quality results for samples collected and measured at the EMWTP are provided in Table 15 through Table 19. Table 15: Membrane Pilot Feed Water Quality (BAF Filtered Water) Field Sampling Results Alkalinity (Total) Hardness (Total) pH Temperature Turbidity Stage Statistic mg/L as CaCO3 mg/L as CaCO3 S.U. (IC) NTU Count 22 22 22 21 23 Minimum 84 108 7.94 13.5 0.11 Average 94 116 --- 15.8 0.14 Stage 1 Maximum 118 142 8.78 18.7 0.19 Median 94 116 8.46 15.5 0.13 St. Dev. 6 7 --- 1.5 0.02 Count 23 23 23 23 23 Minimum 94 85 7.55 11.2 0.06 Average 97 110 --- 14.9 0.13 Stage 4 Maximum 102 120 8.55 16.7 0.22 Median 98 110 7.95 15.2 0.13 St. Dev. 2 7 --- 1.5 0.03 Count 37 37 37 38 42 Minimum 88 103 7.69 2.3 0.07 Average 97 114 --- 11.4 0.13 Stage 5 Maximum 102 128 8.39 13.9 0.23 Median 97 114 8.08 12.2 0.13 St. Dev. 3 6 --- 2.5 0.03 Count 13 13 13 13 16 Minimum 95 110 7.81 9.8 0.09 Average 100 115 --- 13.4 0.14 Stage 6 Maximum 103 121 8.34 15.3 0.20 Median 100 116 8.10 13.8 0.15 St. Dev. 2 4 --- 1.4 0.03 32 F:\prolectsi0318\054-01\Doc'\ReporY\Draft\Draft Pilot Study Report City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 16: Membrane Filtrate Water Quality Field Sampling Results - BASF Alkalinity (Total) Hardness (Total) pH Temperature Turbidity (Feed) Turbidity (Filtrate) Stage Statistic mg/L as CaCO3 mg/L as CaCO3 S.U. (°C) NTU NTU Count 23 23 23 23 21 22 Minimum 86 112 7.99 12.8 0.10 0.04 Stage 1 Average 98 119 --- 15.5 0.14 0.06 Maximum 115 147 9.93 20.3 0.19 0.21 Median 95 117 8.42 15.1 0.13 0.05 St. Dev. 9 9 --- 1.8 0.03 0.04 Count 24 24 24 24 22 24 Minimum 90 106 7.59 10.8 0.09 0.01 Stage 4 Average 95 112 --- 14.5 0.11 0.07 Maximum 105 126 7.97 17.1 0.15 0.19 Median 95 111 7.90 14.9 0.11 0.06 St. Dev. 3 5 --- 1.8 0.02 0.04 Count 39 39 39 39 31 36 Minimum 82 105 7.10 8.2 0.01 0.01 Stage 5 Average 94 114 --- 12.4 0.43 0.07 Maximum 101 127 8.10 17.0 4.90a 0.13 Median 93 113 7.92 12.5 0.13 0.07 St. Dev. 4 5 --- 1.7 1.19 0.02 Count 13 13 13 13 10 12 Minimum 93 112 7.81 9.6 0.09 0.06 Stage 6 Average 99 117 --- 13.9 0.13 0.11 Maximum 105 122 9.08 15.8 0.25 0.32b Median 99 116 7.95 14.1 0.12 0.08 St. Dev. 4 3 --- 1.7 0.05 0.07 a Feed turbidity values of 4.90 NTU were measured during testing. The samples are believed to have been collected during a backwash or CEB sequence. b The reported filtrate turbidity value is likely the result of a sampling error. 33 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 17: Membrane Filtrate Water Quality Field Sampling Results - Dow Alkalinity (Total) Hardness (Total) pH Temperature Turbidity (Feed) Turbidity Stage Statistic (Filtrate) mg/L as CaCO3 mg/L as CaCO3 S.U. (IC) NTU NTU Count 25 25 25 25 23 25 Minimum 84 108 7.85 13.2 0.11 0.02 Stage 1 Average 97 118 --- 15.1 0.14 0.06 Maximum 117 146 8.77 17.1 0.19 0.10 Median 95 114 8.46 15.2 0.13 0.06 St. Dev. 8 10 --- 1.0 0.02 0.02 Count 25 25 25 25 23 24 Minimum 91 106 7.52 11.2 0.09 0.01 Stage 4* Average 96 113 --- 14.4 0.13 0.06 Maximum 101 124 8.10 17.5 0.40 0.09a Median 96 112 7.88 14.7 0.11 0.06 St. Dev. 3 5 --- 1.7 0.06 0.02 Count 40 40 40 42 33 38 Minimum 84 102 7.12 7.9 0.06 0.01 Stage 5 Average 95 115 --- 12.2 0.13 0.07 Maximum 102 125 9.14 17.3 0.19 0.25 Median 95 115 7.92 12.4 0.13 0.07 St. Dev. 3 5 --- 1.8 0.03 0.04 Count 13 13 14 14 10 14 Minimum 92 107 7.07 9.7 0.09 0.01 Stage 6 Average 97 115 --- 13.7 0.13 0.06 Maximum 101 120 8.69 15.0 0.25 0.08 Median 97 117 7.94 14.2 0.12 0.06 St. Dev. 3 4 --- 1.4 0.05 0.02 a A filtrate turbidity value of 13.2 NTU was measured on 12/24/2014. The sample is believed to have been collected during a backwash or CEB sequence and has been excluded from the analysis. 34 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 18: Membrane Filtrate Water Quality Field Sampling Results - Pentair Alkalinity (Total) Hardness (Total) pH Temperature Turbidity (Feed) Turbidity (Filtrate) Stage Statistic mg/L as CaCO3 mg/L as CaCO3 S.U. (IC) NTU NTU Count 24 24 24 24 22 24 Minimum 87 100 7.98 13.6 0.0 0.0 Stage 1 Average 97 119 --- 15.1 0.13 0.06 Maximum 124 146 8.95 16.8 0.19 0.09 Median 94 117 8.46 15.0 0.13 0.06 St. Dev. 10 11 --- 1.0 0.04 0.02 Count 25 25 25 25 23 25 Minimum 87 108 7.53 11.2 0.09 0.01 Stage 4 Average 96 114 --- 14.6 0.11 0.06 Maximum 102 125 7.95 17.1 0.15 0.12 Median 96 112 7.87 14.8 0.11 0.06 St. Dev. 4 5 --- 1.6 0.02 0.02 Count 41 41 41 41 33 38 Minimum 86 103 7.61 8.7 0.09 0.01 Stage 5 Average 94 115 --- 12.3 0.13 0.06 Maximum 100 131 8.10 15.6 0.24 0.16 Median 94 114 7.92 12.5 0.13 0.06 St. Dev. 3 5 --- 1.6 0.03 0.02 Count 13 13 13 13 10 13 Minimum 92 105 7.78 12.2 0.09 0.04 Stage 6 Average 96 114 --- 13.7 0.13 0.06 Maximum 102 120 7.99 14.5 0.25 0.08 Median 95 114 7.92 13.8 0.12 0.06 St. Dev. 3 4 --- 0.6 0.05 0.01 35 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 19: Membrane Filtrate Water Quality Field Sampling Results - Toray Alkalinity (Total) Hardness (Total) pH Temperature Turbidity (Feed) Turbidity (Filtrate) Stage Statistic mg/L as CaCO3 mg/L as CaCO3 S.U. (IC) NTU NTU Count 22 22 23 23 21 23 Minimum 88 107 7.92 9.3 0.09 0.03 Stage 1 Average 97 121 --- 14.7 0.13 0.06 Maximum 118 178 8.79 16.6 0.19 0.13 Median 94 116 8.48 15.0 0.13 0.05 St. Dev. 9 17 --- 1.4 0.02 0.02 Count 25 25 25 25 23 25 Minimum 88 107 7.60 11.1 0.09 0.01 Stage 4 Average 96 114 --- 14.2 0.12 0.06 Maximum 102 123 7.99 17.2 0.15 0.15 Median 96 112 7.88 14.6 0.11 0.06 St. Dev. 3 5 --- 1.6 0.02 0.03 Count 41 41 41 41 33 40 Minimum 87 105 7.10 9.2 0.09 0.01 Stage 5 Average 94 114 --- 11.8 0.13 0.06 Maximum 99 127 9.00 15.4 0.26 0.13 Median 94 114 7.95 12.1 0.13 0.06 St. Dev. 3 5 --- 1.3 0.03 0.02 Count 14 14 14 14 10 14 Minimum 93 111 7.00 9.9 0.09 0.06 Stage 6 Average 97 115 --- 13.5 0.13 0.14 Maximum 100 120 8.01 15.0 0.25 0.97a Median 98 116 7.91 13.7 0.12 0.07 St. Dev. 3 3 --- 1.2 0.05 0.24 a The reported maximum filtrate turbidity value is likely the result of a sampling error. 36 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 6.4.3 Laboratory Data Results The water quality results for samples sent offsite for testing are provided in Table 20 through Table 24. Table 20: Membrane Pilot Feed Water Quality (BAF Filtered Water) Laboratory Sampling Results Specific Chloro- Date Al Color DOC HPC Fe Mn Conduct- Sulfate phyll a ance mm/dd/yyyy pg/L as pg/L PtCo mg/L as C CFU/mL Ng/L as Fe pg/L as pmhos/ mg/L as Al Mn Cm SO4 11/24/2014 <20.0 ND 10 4.32 270,000a <75.0 <5.0 34.7 12/1/2014 <20.0 ND ND 4.43 21,000 <75.0 <5.0 358 37.8 12/10/2014 33.6 ND ND 4.34 18,000 <75.0 <5.0 24.5 12/15/2014 39.7 ND ND 4.42 18,000 <75.0 <5.0 24.4 12/22/2014 36.6 ND ND 4.60 16,000 <75.0 <5.0 24.5 1/5/2015 <20.0 ND ND 4.47 17,000 <75.0 <5.0 24.5 1/12/2015 54.2 ND 10 4.61 11,000 <75.0 <5.0 337 25.0 1/20/2015 41.3 ND ND 4.68 22,000 <75.0 <5.0 24.7 1/26/2015 39.7 ND ND 4.72 23,000 <75.0 <5.0 25.1 2/2/2015 31.2 ND ND 4.42 81,000 <75.0 <5.0 24.9 2/9/2015 42.6 4.20 10,000 <75.0 <5.0 359 25.8 2/16/2015 68.6 ND ND 4.32 25,000 <75.0 <5.0 25.1 2/23/2015 37.6 ND ND 4.22 22,000 <75.0 <5.0 25.4 a The reported HPC value is likely the result of a sampling error. TOC UV254 mg/L as C 4.97 4.92 4.85 4.93 4.78 4.66 5.10 5.38 4.98 4.99 4.67 5.33 4.72 Cm-1 0.044 0.043 0.040 0.041 0.043 0.041 0.043 0.018 0.036 0.044 0.043 0.032 0.046 37 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 21: Membrane Filtrate Water Quality Laboratory Sampling Results - BASF Date Bromate Bromide Color TOC UV254 mm/dd/yyyy µg/L µg/L PtCo mg/L as C Cm-1 11 /24/2014 10 4.68 0.045 12/1/2014 < 5.0 149 ND 4.57 0.041 12/10/2014 ND 6.40 0.044 12/15/2014 ND 4.87 0.042 12/22/2014 ND 4.68 0.045 1 /5/2015 ND 4.72 0.040 1 /12/2015 <5.0 138 10 4.65 0.048 1 /20/2015 ND 4.86 0.020 1 /26/2015 ND 4.86 0.036 2/2/2015 ND 4.49 0.040 2/9/2015 <5.0 131 4.65 0.042 2/16/2015 ND 4.51 0.036 2/23/2015 ND 4.57 0.048 38 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 22: Membrane Filtrate Water Quality Laboratory Sampling Results — Dow Date Bromate Bromide Color TOC UV254 mm/dd/yyyy µg/L µg/L PtCo mg/L as C Cm-1 11 /24/2014 10 4.57 0.043 12/1 /2014 <5.0 134 ND 4.68 0.042 12/10/2014 ND 4.72 0.044 12/15/2014 ND 4.52 0.044 12/22/2014 ND 4.48 0.039 1 /5/2015 ND 4.68 0.040 1 /12/2015 <5.0 134 5 4.78 0.048 1 /20/2015 ND 4.45 0.018 1 /26/2015 ND 4.46 0.037 2/2/2015 ND 4.41 0.038 2/9/2015 <5.0 136 4.20 0.039 2/16/2015 ND 4.53 0.037 2/23/2015 39 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 23: Membrane Filtrate Water Quality Laboratory Sampling Results — Pentair Date Bromate Bromide Color TOC UV254 mm/dd/yyyy µg/L µg/L PtCo mg/L as C Cm-1 11 /24/2014 10 4.70 0.044 12/1 /2014 <5.0 135 ND 4.57 0.041 12/10/2014 12/15/2014 ND 4.71 0.043 12/22/2014 ND 4.49 0.041 1 /5/2015 ND 4.60 0.040 1 /12/2015 <5.0 133 5 4.78 0.046 1 /20/2015 ND 4.67 0.018 1 /26/2015 ND 4.82 0.038 2/2/2015 ND 4.64 0.040 2/9/2015 <5.0 133 4.56 0.042 2/16/2015 ND 4.53 0.038 2/23/2015 ND 4.48 0.053 40 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 24: Membrane Filtrate Water Quality Laboratory Sampling Results — Toray Date Bromate Bromide Color TOC UV254 mm/dd/yyyy µg/L µg/L PtCo mg/L as C Cm-1 11 /24/2014 10 4.62 0.044 12/1/2014 <5.0 135 ND 4.65 0.042 12/10/2014 ND 4.64 0.042 12/15/2014 ND 4.55 0.042 12/22/2014 ND 4.56 0.042 1 /5/2015 ND 4.75 0.040 1 /12/2015 <5.0 134 5 5.83 0.048 1 /20/2015 ND 4.80 0.019 1 /26/2015 ND 4.86 0.036 2/2/2015 ND 4.70 0.040 2/9/2015 <5.0 130 4.51 0.042 2/16/2015 ND 4.47 0.039 2/23/2015 ND 4.46 0.048 41 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 6.5 PILOT STUDY TECHNICAL ISSUES AND CORRECTIVE ACTIONS This section documents issues related to the technical completion of the pilot study and the corrective actions taken to address these issues. BASF Feed Turbiditv Meter Calibration: For the BASF study, the feed turbidity meter was factory calibrated (refer to Appendix A for the calibration certificate) but not calibrated during testing. Pilot feed water (BAF filtered water) field sampling results were used to check the BASF pilot feed turbidity results. As shown in Figure 17, the pilot feed turbidity data generally agrees with the BAF filtered water quality; however, there are a number of elevated turbidity excursions in the BASF data. The elevated feed turbidity data may have resulted from the lack of field turbidity meter calibration or factors such as pilot system operations or biological growth in the pilot system upstream of the turbidity meter. 4.0 3.5 3.0 2.5 7 H Z « 2.0 L H 1.5 1.0 0.5 0.0 11 /4/2014 BASF Online Feed Turbidity O BAF Filtered Water - Field Sampling Data points do not agree with EMWTP compliance monitoring data. 0 11/24/2014 12/14/2014 1/3/2015 1/23/2015 2/12/2015 Date Figure 17: Comparison of BASF Feed Turbidity Data to BAF Filtered Water Data Dow Fiber Breaks: The Dow module experienced two broken fibers at the start of testing that were repaired by November 5, 2014. After the fiber repairs, the DIT results indicated good fiber integrity during the remainder of the study. Dow Filtrate Turbiditv Recording Interval: The filtrate turbidity recording interval for the Dow module was accidentally programmed to be 10 minutes rather than the 5 minutes required by the pilot study protocol. This issue was identified and corrected on February 6, 2015. A review of the daily DIT results, as well as the recorded filtrate turbidity data, indicate good fiber integrity during the pilot study once the two broken fibers were repaired on November 5, 2014. 42 Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Dow Shutdown of >24 Hours durina Stage 5: The Dow pilot system also experienced a downtime of approximately 31 hours during Stage 5 testing (TCEQ Stage 2) due to a pump fault. To account for this lost runtime, the pilot unit operated for approximately 32.7 days during Stage 5 testing to exceed the minimum 30 day requirement. Table 25 summarizes the total runtime for the Dow system. Over the course of the study, the pilot unit operated for approximately 110.7 days. Table 25: Dow Pilot System Runtime Summary Stage Start End Approximate Runtime (days) Stage 1 11/4/14 12/4/14 29.1 Optional CIP 12/4/14 12/15/14 10.7 Stage 4 12/15/14 1/5/15 21.0 Optional CIP 1/5/15 1/8/15 3.5 Stage 5 1/8/15 2/11/15 32.7 CIP 2/11/15 2/12/15 0.2 Stage 6 2/12/15 2/25/15 13.6 Total 110.7 Torav DIT Results Record: For the Toray study, the unit was programmed to perform DITs automatically at an interval of once per day; however, the DIT data was not recorded by hand consistently until January, 10 2015 and the system did not consistently log the DIT results until February 3, 2015. APAI contacted the TCEQ for guidance when the issue was discovered. It was determined that the lack of DIT data would not be an issue as long as sufficient data was collected in PACI Stages 5 and 6 (TCEQ Stages 2 and 3) of the study. DITs were performed daily to collect sufficient DIT results. A copy of the correspondence with the TCEQ is included in Appendix H. 6.6 PERFORMANCE CRITERIA REVIEW The BASF, Dow, Pentair, and Toray pilot study results were evaluated against the performance criteria (listed below). Table 26 summarizes the performance of each membrane relative to the criteria. 1. Filtrate turbidity less than 0.1 nephelometric turbidity units (NTU) 100 percent of the time 2; 2. CIP frequency interval of no less than 30 days between CIPs; 3. Maximum 10 percent decrease in specific flux (corrected to 20°C) relative to baseline clean water flux conditions as measured following each CIP for the entire pilot test duration; 2 APAI reviewed the filtrate turbidity data provided in Figure 12 through Figure 15 to identify and investigate data points exceeding the 0.1 NTU criteria. The filtrate turbidity performance criteria was deemed to be satisfied if noncompliant values could be correlated to backwash, CEB, CIP, DIT or alarm events or represented a single data point in order to account for the variable nature of pilot system operations. 43 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 4. Pass daily direct integrity tests (DITs) and DITs following CIPs that are performed in accordance with the Long Term 2 Enhanced Surface Water Treatment Rule and TCEQ requirements to achieve a minimum log removal value (LRV) of 4.0; 5. Fiber breakage for the pilot study of no more than 2 broken fibers per pilot system excluding any broken fibers that may occur during the two week startup and testing period; 6. CEB frequency interval of no less than 1 day between CEBs; and 7. Monthly average process recovery of no less than 95 percent (accounting for operations including forward flushes, backwashes, CEBs, CIPs, etc.). Table 26: Performance Criteria Evaluation Criteria Item BASF Dow Pentair Toray No. 1 Filtrate Turbidity < 0.1 NTU < 0.1 NTU < 0.1 NTU < 0.1 NTU Criteria Satisfied? ✓ ✓ ✓ ✓ Vendor 120-180 No. 2 Recommended CIP 60 days 90 days None days Intervala Criteria Satisfied? ✓ ✓ ✓ ✓ Specific Flux 0% 6 1 % 0% 0% No. 3 Decline Criteria Satisfied? ✓ ✓ ✓ ✓ Minimum LRV 4.00 4.01b 4.20 4.65 No.4 (Calculated) Criteria Satisfied? ✓ ✓ ✓ ✓ No. of Broken 0 2 0 0 No. 5 Fibers Criteria Satisfied? ✓ ✓ ✓ ✓ No. 6 CEB Interval° 0.5 day 45 days 0.5 day 3 days Criteria Satisfied? X ✓ X ✓ No. 7 Process Recoveryd 94.0 % 96.3% 94.0% 98.1 % Criteria Satisfied? X ✓ X ✓ a The pilot study data does not necessarily substantiate the vendor recommended CIP frequencies. APAI recommends evaluating pilot study results and full-scale installation history prior to setting a design CIP frequency for the full-scale system. b The minimum LRV calculated after fiber repairs were completed was 4.01. Prior to the fiber repairs, the calculated LRV was less than 4.0. ° BASF and Pentair completed Stage 5 and 6 testing using a CEB interval of 1 day. APAI has assumed a CEB interval of 0.5 days, because BASF and Pentair exceeded their recommended filtration TMP limit on multiple days during testing. Accordingly, BASF and Pentair did not satisfy the CEB performance criteria. d The reported recovery values are calculated using the Membrane Information Worksheet at the instantaneous filtrate flux (refer to Section 6.7 and Appendix E). The BASF and Pentair recovery values do not satisfy the performance criteria after modifying the CEB interval to 0.5 days. 44 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 6.7 MEMBRANE NET CAPACITY REQUESTS Pilot study data recorded during Stage 5 testing with PACI coagulant, which corresponds to TCEQ Testing Stage 2, has been used to calculate net capacities for each membrane. The calculations are documented within the Membrane Information Worksheets included in Appendix E. The calculations were first performed using the temperature corrected flux to develop the requested net capacity for each vendor. The calculations were then repeated using the instantaneous flux (i.e. not temperature corrected) to provide a comparison with pilot study results. Table 27 summarizes worksheet results for calculations performed using the average temperature corrected flux, and Table 28 summarizes the worksheet results for calculations performed using the instantaneous flux. Based on the pilot study results, APAI requests that the TCEQ grant the following net capacities calculated using the temperature corrected flux3: • A net capacity of 45,491 gpd at 20°C is requested for the 753-square feet (sf) BASF dizzer® XL 0.9 MB 70 WT module under the following operating conditions: o A total of 1,268 minutes per day in filtration mode and 172 minutes per day in other operating functions such backwash and maintenance wash; o An average filtrate flux of 71.6 gfd at 20°C; and o A gross filtrate production of 47,489 gpd and an in -plant use of filtrate of 1,997 gpd to yield a net filtrate of 45,491 gpd per 753-sf module at 20°C available for customer use. • A net capacity of 63,807 gpd at 20oC is requested for the 1,103-sf Dow IntegraFlow DW102-1100 module under the following operating conditions: o A total of 1,365 minutes per day in filtration mode and 75 minutes per day in other operating functions such as backwash and maintenance wash; o An average filtrate flux of 62.3 gfd at 20°C; and o A gross filtrate production of 65,181 gpd and an in -plant use of filtrate of 1,375 gpd to yield a net filtrate of 63,807 gpd per 1,103-sf module at 20oC available for customer use. • A net capacity of 32,633 gpd at 20°C is requested for the 592-sf Pentair Aquaflex 55 UFC-LE module under the following operating conditions: o A total of 1,295 minutes per day in filtration mode and 145 minutes per day in other operating functions such as backwash and maintenance wash; o An average filtrate flux of 63.5 gfd at 20oC; and o A gross filtrate production of 33,788 gpd and an in -plant use of filtrate of 1,155 gpd to yield a net filtrate of 32,633 gpd per 592-sf module at 20°C available for customer use. • A net capacity of 60,733 gpd at 20oC is requested for the 775-sf Toray HFU-202ON module under the following operating conditions: o A total of 1,372 minutes per day in filtration mode and 68 minutes per day in other operating functions such as backwash and maintenance wash; o An average filtrate flux of 83.4 gfd at 20°C; and o A gross filtrate production of 61,565 gpd and an in -plant use of filtrate of 832 gpd to yield a net filtrate of 60,733 gpd per 775-sf module at 20°C available for customer use. 3 The requested values are intended for regulatory approval purposes. The design values selected for the future full- scale system may be lower than the requested values at the discretion of the City and future design engineer. 45 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 27: Membrane Information Worksheet Summary (Temperature Corrected Flux) Parameter BASF Dow Pentair Toray Membrane Surface Area 753 1,103 592 775 (sf) Avg. Filtrate Flux at 20°C 71.6 62.3 63.5 83.4 (gfd) Filtrate Production Time 1,268 1,365 1,295 1,372 (min/day) Gross Filtrate Production 47,489 65,181 33,788 61,565 (gal/day/module) Filtrate Used 1,997 1,375 1,155 832 (gal/day/module) Net Filtrate Production - 45,491 63,807 32,633 60,733 (gal/day/module) Minimum No. of Modules to 769 549 1,073 576 Produce 35 MGD Recovery (%) 95.8 97.3 95.8 98.6 Vendor Recommended CIP 60 90 No CIP 120 - 180 Interval (days)' Required a The pilot study data does not necessarily substantiate the vendor recommended CIP frequencies. APAI recommends evaluating pilot study results and full-scale installation history prior to setting a design CIP frequency for the full-scale system. Table 28: Membrane Information Worksheet Summary (Instantaneous Flux) Parameter BASF Dow Pentair Toray Membrane Surface Area 753 1,103 592 775 (sf) Instantaneous Filtrate Flux 50 45 45 60 (gfd) Filtrate Production Time 1,268 1,365 1,295 1,372 (min/day) Gross Filtrate Production 33,162 47,066 23,959 44,291 (gal/day/module) Filtrate Used 1,997 1,375 1,155 832 (gal/day/module) Net Filtrate Production - 31,165 45,692 22,805 43,459 (gal/day/module) Minimum No. of Modules to 1,123 766 1,535 805 Produce 35 MGD Recovery (%)' 94.0 96.3 94.0 98.1 Vendor Recommended CIP 60 90 No CIP 120 - 180 Interval (days) Required a The membrane vendors reported the recovery achieved by their system at their instantaneous flux set point: BASF (94.8%), Dow (96.5%), Pentair (95.4%), and Toray (97.6%). The Membrane Information Worksheet calculations are in close agreement with the recovery reported by Dow and higher than the recovery reported by Toray. The assumptions used to perform the Membrane Information Worksheet calculations are provided in Appendix E. APAI assumed a CEB interval for BASF and Pentair 0.5 days, because both vendors exceeded their recommended filtration TMP limit on multiple days during testing. The CEB interval modification resulted in lower recoveries than the recoveries reported by BASF and Pentair for the pilot study. b The pilot study data does not necessarily substantiate the vendor recommended CIP frequencies. APAI recommends evaluating pilot study results and full-scale installation history prior to setting a design CIP frequency for the full-scale system. 46 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 7 Quality Control 7.1 LABORATORY ANALYTICAL METHODS Table 29 presents the laboratory analytical methods used for water quality testing during the pilot study. The majority of samples were analyzed by the City of Fort Worth Centralized Water and Wastewater Laboratory (2600 South East Loop 820, Fort Worth, TX 76104). Chlorophyll a and color analyses were performed by Ana -Lab Corporation (2600 Dudley Road, Kilgore, TX 75662). Table 29: Laboratory Analytical Methods Parameter Aluminum Bromate Bromide Chlorophyll a Color Dissolved Organic Carbon Haloacetic Acids Heterotrophic Plate Count Iron Manganese Specific Conductance Sulfate Total Dissolved Solids Total Organic Carbon Total Suspended Solids Total Trihalomethanes UV254 Analytical Method Laboratory EPA 200.8, ICP-MS Metals EPA 300.1 Part B City of Fort Worth EPA 300.1 Part B EPA 445.0 Ana -Lab Corp. SM 2120B SM 5310B EPA 552.2 SM 9215B EPA 200.8, ICP-MS EPA 200.8, ICP-MS SM 2510B City of Fort Worth EPA 300.0 Part A SM 2540C SM 5310B SM 2540D EPA 524.2 SM 5910B 7.2 PILOT SYSTEM INSTRUMENT CALIBRATION This section contains instrument calibration records for the following online instruments: • Feed Turbidity Meter (Table 30) • Filtrate Turbidity Meter (Table 31) • pH Meter (Table 32) • Flow Meter (Table 33) The feed turbidity, filtrate turbidity, and pH instruments were calibrated monthly. Daily grab samples were also collected and analyzed using benchtop instruments. A flow meter calibration record was provided by the vendors. At the start of pilot testing, flow meter instrument readings were checked by timing the drawdown of a calibrated feed tank. 47 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 30: Feed Turbidity Meter Calibration Records Vendor Date Pre -Calibration Post -Calibration Formazine Faceplate Calibration Formazine Turbidity Reading Turbidity Reading Turbidity Reading Standard BASF 11/17/2014 0.146 NTU 0.141 NTU 4.04 mA 20.03 NTU 20 NTU Dow 12/20/2014 0.139 NTU 0.126 NTU 4.1 mA 20.01 NTU 20 NTU 1/23/2015 0.133 NTU 0.169 NTU 5.18 mA 20.01 NTU 20 NTU 11/17/2014 0.12 NTU 0.12 NTU 4.04 mA 99.89 NTU 100 NTU Pentair 12/20/2014 0.13 NTU 0.12 NTU --- 19.98 NTU 20 NTU 1/23/2015 1.27 NTU 0.34 NTU --- 19.96 NTU 20 NTU 11/17/2014 0.11 NTU 0.121 NTU 4.09 mA 19.96 NTU 20 NTU Toray 12/20/2014 0.114 NTU 0.104 NTU 4.11 mA 19.99 NTU 20 NTU 1/23/2015 0.125 NTU 0.21 NTU 4.04 mA 19.99 NTU 20 NTU a The BASF feed turbidity meter was factory calibrated (refer to Appendix A for calibration certificate) but not calibrated during the study because of field accessibility and calibration considerations. Feed turbidity data was collected during field sampling to provide a point of reference for data validation. Table 31: Filtrate Turbidity Meter Calibration Records Pre -Calibration Post -Calibration Vendor Date Faceplate Turbidity Reading Turbidity Reading 11/17/2014 0.013 NTU 0.012NTU 4.03 mA BASF 12/20/2014 0.010 NTU 0.012 NTU 4.04 mA 1/23/2015 0.120 NTU 0.012 NTU 4.04 mA 11/17/2014 13.0 mNTU 13.6 mNTU 4.05 mA Dow 12/20/2014 8.30 mNTU 9.31 mNTU 5.27 mA 1/23/2015 22.3 mNTU 33.3 mNTU 4.09 mA 11/17/2014 0.013 NTU 0.013 NTU 4.10 mA Pentair 12/20/2014 0.017 NTU 0.014 NTU 4.04 mA 1/23/2015 0.014 NTU 0.014 NTU 4.05 mA 11/17/2014 12.1 mNTU 13.0 mNTU 4.02 mA Toray 12/20/2014 13.0 mNTU 13.2 mNTU 4.02 mA 1/23/2015 13.6 mNTU 12.4 mNTU 4.08 mA Formazine Calibration Formazine Standard Turbidity Reading 0.798 NTU 0.800 NTU 0.799 NTU 0.800 NTU 0.799 NTU 0.800 NTU 811 mNTU 800 mNTU 809 mNTU 800 mNTU 803 mNTU 800 mNTU 0.795 NTU 0.800 NTU 0.799 NTU 0.800 NTU 0.799 NTY 0.800 NTU 798 mNTU 800 mNTU 821 mNTU 800 mNTU 821 mNTU 800 mNTU F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. Table 32: pH Meter Calibration Records Pre -Calibration Post- Slope Vendor Date Calibration pH / Faceplate Standards Temperature pH / % RSD (45-60 mV) /° RSD 11/17/2014 8.3 S.U. 8.4 S.U. --- --- 4/7 S.U. 15.0 °C BASF 12/20/2014 7.6 S.U. 7.7 S.U. --- --- 4/7 S.U. 12.5 °C 1/23/2015 7.4 S.U. 7.5 S.U. --- --- 4/7 S.U. 7.05 °C 11/17/2014 7.28 S.U. 7.27 S.U. 54.0 --- 4/7 S.U. 53.6 °F Dow 12/20/2014 8.16 S.U. 8.13 S.U. 56.8 --- 4/7 S.U. 56.1 °F 1/23/2015 8.27 S.U. 8.1 S.U. 56.8 --- 4/7 S.U. 47.9 °F 11/17/2014 8.93 S.U. 8.63 S.U. 53.3 4.03 mA 7/10 S.U. 15.0 °C Pentair 12/20/2014 7.73 S.U. 7.75 S.U. 54.3 8.40 mA 7/10 S.U. 13.5 °C 1/23/2015 7.77 S.U. 7.86 S.U. 53.0 4.40 mA 7/10 S.U. 13.4 °C 11/17/2014 8.74% 8.75% --- --- 7/10 S.U. --- Toray 12/20/2014 7.88% 7.83% --- --- 7/10 S.U. --- 1/23/2015 7.19% 1.02% --- --- 7/10 S.U. --- Table 33: Flow Meter Calibration Records Vendor Calibration # Flow Set Flow Volume - Volume - Draw Down Flow Rate %Difference Point Reading Start End Time (Measured) gpm gpm gal gal min gpm --- 1 22.0 22.2 129 40 3.87 23.1 -3.85% BASF 2 22.0 22.0 126 40 3.67 23.5 -6.61 % 3 22.0 22.1 126 40 3.66 23.5 -6.62% 1 46.0 46.0 43 26 0.39 44.9 2.46% Dow 2 46.0 46.0 43 26 0.40 43.4 5.76% Pentair 1 22.6 22.6 175 75 4.42 22.6 -0.21 % Toray 1 30.7 30.7 350 200 5.25 28.6 6.99% 49 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. 8 Conclusions The EMWTP membrane pilot study accomplished the study objectives. BASF, Dow, Pentair, and Toray completed the pilot study protocol, and pilot study results for each vendor will be submitted to the TCEQ for review and approval. As a result of the study, the City gained exposure to the services and capabilities of four membrane vendors and three OEMs able to provide system integration services for the planned project. In the view of APAI, the pilot study results provide significant value to the City for their expansion efforts. The following conclusions are drawn from the pilot study results: • The performance of each membrane vendor varied during the pilot study. APAI recommends that both pilot study results and full-scale operating history be considered when determining safety factors for developing full-scale design parameters (i.e. design flux, cleaning interval, etc.) and ancillary system design criteria (i.e. chemicals, feed pumps, storage tanks, etc.). • The four membrane vendors completed the pilot study protocol using PACI and BAF pretreatment. Membrane performance varied between vendors. • The BASF and Pentair membranes experienced multiple fouling events characterized by TMP values that approached or exceeded the vendor recommended filtration TMP limit. While the pilot study results indicate that the membranes recovered permeability after CIPs, a CEB interval of once per day was not sufficient to promote stable performance at the instantaneous flux rates selected by the vendors. Accordingly, APAI has assumed a CEB interval of two CEB events per day to complete net filtrate capacity calculations and to evaluate the BASF and Pentair membranes relative to the performance criteria. The intent of the increased CEB frequency is to acknowledge the need for additional chemical maintenance to manage fouling. The design CEB frequency may differ from the frequency used to complete the pilot study evaluation. APAI recommends considering the implications of filtration TMP, chemical maintenance frequency, pilot - study results, and full-scale installation history when selecting full-scale design criteria. • The pilot study protocol included a required CIP as part of PACI pretreatment testing. Dow reported a permeability loss of 6.1-percent following the required CIP. APAI recommends considering the implications of Dow module permeability loss when selecting full-scale design criteria. • Fouling issues were not observed with the Toray module during the pilot study. • The Dow module experienced two fiber breaks at the start of formal testing. After the fiber repairs were completed on November 5, 2014, the Dow module passed subsequent DITs. • Dow and Toray satisfied the performance criteria for the pilot study. • BASF and Pentair satisfied five of the seven criteria. In the view of APAI, BASF and Pentair did not satisfy the CEB frequency and process recovery criteria. • BASF, Dow, and Toray recommended CIP intervals of 60 days, 90 days, and 120 through 180 days, respectively. Pentair recommended that daily CEBs substitute for CIPs. The pilot study data does not necessarily substantiate the vendor recommended 50 Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. CIP frequencies. APAI recommends evaluating pilot study results and full-scale installation history prior to setting a design CIP frequency for the full-scale system. • The four membrane vendors and three OEMs were responsive to requests during the pilot study and satisfactorily addressed equipment issues. • Dow operated at the highest net filtrate capacity and Toray operated at the highest filtrate flux rate and recovery. 9 Acknowledgements APAI appreciates the opportunity to participate in the pilot study program. The City's operations, maintenance, instrumentation, and management personnel were instrumental in the successful completion of the pilot study. APAI also recognizes and appreciates the contributions and participation of BASF, The Dow Chemical Company, Pentair, Toray Membrane USA, Harn R/O Systems, WesTech Engineering, and Wigen Water Technologies. 10 Appendix A. BASF Pilot Study Report B. Dow Pilot Study Report C. Pentair Pilot Study Report D. Toray Pilot Study Report E. Membrane Information Worksheets F. TCEQ Pilot Study Protocol Approval Letter G. Pilot Study Protocol H. TCEQ Correspondence Concerning Toray DIT Data I. Data Normalization Calculations J. ANSI/NSF Standard 60 Certifications for Chemicals K. TCEQ Pilot Study Guidance (Expired) L. Water Quality Analysis Reports and Field Logs 51 F:\projects\0318\054-01\Doc\Report\Draft\Draft Pilot Study Report _City Review\2015-07-21_Eagle Mountain WTP_Membrane Pilot Study Report (DRAFT).docx Eagle Mountain Water Treatment Plant Membrane Pilot Study Report (Draft) Alan Plummer Associates, Inc. A. BASF Pilot Study Report 54 BASF The Chemical Company OF Pilot Study Report For: Eagle Mountain Lake Water Treatment Plant Fort Worth, Texas FORT WORTH. In collaboration with: Alan Plummer Associates, Inc. Project Pilot Fort Worth Project No. Eagle Mountain Water Treatment Customer Plant / Fort Worth Water Utility Contact : Chris Boyd Report : Francis Vaillancourt ASSOCIATES, INC. ENVIRONMENTAL ENGINEERS AND SCIENTISTS Report No. FW 24-2015 Date 27 May 2015 Reporting time 01 November 2014 to 26 February 2015 Pilot Unit PU32 Line 1/1-ine 2 dizzer° XL 0.9 MB 70 WT Remarks: Only data for Line 1 are reported M pmBASF The Chemical Company TABLE OF CONTENTS 1 SUMMARY.................................................................................................................................6 2 OBJECTIVES AND PERFORMANCE CRITERIA................................................................................6 3 BASF ULTRAFILTRATION (UF) PILOT INTRODUCTION..................................................................8 3.1 MULTIBORE® MEMBRANE................................................................................................................. 8 3.2 PILOT CONFIGURATION..................................................................................................................... 8 4 PILOT SCHEDULE........................................................................................................................9 5 WATER QUALITY RESULTS........................................................................................................10 5.1 TREATMENT PROCESS AND PILOT LOCATION........................................................................................ 10 5.2 COAGULANT DOSE......................................................................................................................... 11 TOCremoval Test.............................................................................................................................. 12 5.3 GRAB SAMPLES.............................................................................................................................. 13 5.4 FEED AND PERMEATE TURBIDITY....................................................................................................... 16 5.5 PH AND TEMPERATURE................................................................................................................... 19 5.6 MEMBRANE INTEGRITY TESTS........................................................................................................... 21 6 STAGE 1: OPTIMIZATION WITH FERRIC SULFATE.......................................................................24 7 STAGE 4: OPTIMIZATION WITH PACL........................................................................................31 8 STAGE 5: VERIFICATION (PACL)................................................................................................38 9 STAGE 6: IRREVERSIBLE FOULING ASSESSMENT(PACL).............................................................57 9.1 CIP EFFICIENCY.............................................................................................................................. 57 9.2 TABLES: SETTINGS, ASSESSMENT TEST................................................................................................ 59 9.3 PERFORMANCE POST-CIP................................................................................................................ 60 10 CONCLUSION...........................................................................................................................68 10.1 PERFORMANCE CRITERIA MET: .......................................................................................................... 68 10.2 FINDINGS: ..................................................................................................................................... 69 Ultrafiltration Pilot Study Page 2 of 91 M pmBASF The Chemical Company LIST OF FIGURES FIGURE 1: EAGLE MOUNTAIN WATER TREATMENT PROCESS.................................................................. 10 FIGURE 2: COAGULANT DOSAGE.............................................................................................................. 11 FIGURE 3: TOC REMOVAL VS AL3+ DOSAGE............................................................................................. 12 FIGURE 4: DAILY AVERAGE FEED AND PERMEATE TURBIDITY.................................................................. 18 FIGURE 5: DAILY AVERAGE PH AND TEMPERATURE VARIATIONS............................................................ 20 FIGURE 6: PRESSURE DECAY TEST RESULTS.............................................................................................. 23 FIGURE 7: LINE 1: 42 GFD, 95% RECOVERY; CEB 2/D............................................................................... 26 FIGURE 8: FLUX, PERMEABILITY AND TEMPERATURE (15 MIN DATA INTERVAL) .................................... 27 FIGURE 9: FLUX, TMP AND TEMPERATURE (15 MIN DATA INTERVAL) .................................................... 28 FIGURE 10: FLUX AND TMP (41-1 DATA INTERVAL).................................................................................... 29 FIGURE 11: FEED AND FILTRATE TUBIDITIES............................................................................................ 30 FIGURE 12: LINE 1: 40-50 GFD, 92-95% RECOVERY; CEB 1/D................................................................... 33 FIGURE 13: FLUX, PERMEABILITY AND TEMPERATURE (15 MIN INTERVAL) ............................................ 34 FIGURE 14: FLUX, TMP AND TEMPERATURE (15 MIN INTERVAL)............................................................ 35 FIGURE 15: FLUX AND TMP (4 HR DATA INTERVAL)................................................................................. 36 FIGURE 16: FEED AND FILTRATE TURBIDITIES.......................................................................................... 37 FIGURE 17: LINE 1: 50 GFD, 94.8% RECOVERY; CEB 1/D.......................................................................... 41 FIGURE 18: JANUARY 7TH TO 13TH - LINE 1: 50 GFD, 94.8% RECOVERY; CEB 1/D.................................. 42 FIGURE 19: JANUARY 7TH TO 13TH - CLEANING PH AND TEMPERATURE ............................................... 43 FIGURE 20: JANUARY 14TH TO 20TH - LINE 1........................................................................................... 45 FIGURE 21: JANUARY 14TH TO 20TH - CLEANING PH AND TEMPERATURE ............................................. 46 FIGURE 22: JANUARY 21ST TO 27TH - LINE 1............................................................................................ 47 FIGURE 23: JANUARY 21ST TO 27TH - CLEANING PH AND TEMPERATURE .............................................. 48 FIGURE 24: JANUARY 28TH TO FEBRUARY 4TH- LINE 1............................................................................ 50 FIGURE 25: JANUARY 28TH TO FEBRUARY 4TH- CLEANING PH AND TEMPERATURE .............................. 51 FIGURE 26: FEBRUARY 4TH-TO FEBRUARY 10TH LINE 1........................................................................... 52 Ultrafiltration Pilot Study Page 3 of 91 M pmBASF The Chemical Company FIGURE 27: FLUX, PERMEABILITY AND TEMPERATURE (15-MIN DATA) ................................................... 53 FIGURE 28: FLUX, TMP AND TEMPERATURE (15-MIN DATA)................................................................... 54 FIGURE 29: FLUX AND TMP (4-HR DATA).................................................................................................. 55 FIGURE 30: FEED AND FILTRATE TURBIDITY............................................................................................. 56 FIGURE 31: LINE 1: 50 GFD, 94.8% RECOVERY; CEB 1/D.......................................................................... 61 FIGURE 32: FLUX, PERMEABILITY AND TEMPERATURE (15-MIN DATA) ................................................... 62 FIGURE 33: FLUX, TMP AND TEMPERATURE (15-MIN DATA)................................................................... 63 FIGURE 34: FLUX AND TMP (4-HR DATA).................................................................................................. 64 FIGURE 35: FEED AND TURBIDITY............................................................................................................. 65 FIGURE 36: DAILY AVERAGE FOR FLOWRATE AND TEMPERATURE FOR ENTIRE STUDY .......................... 66 FIGURE 37: DAILY AVERAGE FOR PERMEABILITY AND TEMPERATURE FOR ENTIRE STUDY .................... 67 LIST OF TABLES TABLE 1: CALIBRATION RECORDS.......................................................................................................9 TABLE 2: PILOT CALENDAR.................................................................................................................9 TABLE 3: WATER QUALITY PARAMETER............................................................................................13 TABLE 4: INGE SAMPLING CAMPAIGN...............................................................................................16 TABLE 5: SETTINGS, OPTIMIZATION WITH FERRIC SULFATE, LINE 1....................................................24 TABLE 6: MIN, MAX, AVE, 95TH VALUES............................................................................................25 TABLE 7: SETTINGS, OPTIMIZATION WITH PACL, LINE 1.....................................................................31 TABLE 8: MIN, MAX, AVE, 95TH VALUES............................................................................................32 TABLE 9: MIN, MAX, AVE, 95TH VALUES............................................................................................38 TABLE 10: SETTINGS, VERIFICATION TEST LINE 1...............................................................................39 TABLE 11: PERMEABILITY THROUGHOUT THE STUDY.........................................................................57 TABLE 12: MIN, MAX, AVE, 95TH VALUES..........................................................................................58 TABLE 13: SETTINGS, ASSESSMENT TEST, LINE 1................................................................................59 TABLE 12: CLEANING CHEMICALS.....................................................................................................77 Ultrafiltration Pilot Study Page 4 of 91 M pmBASF The Chemical Company LIST OF APPENDICES APPENDIX A — WATER QUALITY.......................................................................................................70 APPENDIX B — MSDS........................................................................................................................72 APPENDIX C — SUMMARY OF INGE@ FILTRATION PROCESSES...........................................................74 PRODUCTION (FILTRATION).......................................................................................................................... 74 CHEMICALS FOR CEB AND CIP...................................................................................................................... 77 CEB CHEMICAL ENHANCED BACKWASH)....................................................................................................... 77 CIPCLEAN IN PLACE)................................................................................................................................. 79 APPENDIX D — PRESSURE DECAY TEST CALCULATIONS.....................................................................82 APPENDIX E — NSF CERTIFICATIONS.................................................................................................84 APPENDIX F — TURBIDITY REMOVAL TABLE......................................................................................85 APPENDIX G — PDR TABLE................................................................................................................88 Ultrafiltration Pilot Study Page 5 of 91