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