ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of...

25
Solicitation No. Y1206701C1 Addendum No. 3 Addendum Form 3 (rev 08/2012) A Service of the Broward County Board of County Commissioners Excellence in Government Procurement – Our Best. Nothing Less. Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 | 954-357-6066 | FAX 954-357-8535 | broward.org/Purchasing Hours of Operation: Monday through Friday 8:30 a.m. to 5:00 p.m. ADDENDUM NO. 3 Solicitation No.: Y1206701C1 Solicitation Title: Septage Receiving Facility Improvements Date Of Addendum: March 25, 2014 Attention all potential bidders: Should Addendum: Information included in this Addendum is for clarification purposes. This Addendum SHOULD be acknowledged on the Bid Tender Form or returned with your Bid submittal. To all prospective bidders, please note the following changes and clarifications: Words in strikethrough type are deletions from existing text. Words in bold underlined type are additions to existing text. 1. The Bid Opening Date remains as March 26, 2014 at 2 p.m. 2. Refer to Volume 3 – DRAWINGS: (REVISED SHEETS REPLACE ORIGINALS) 2.1 Drawing E-8 – Electrical Site Lighting and Security Plan Layout – Notes were ADDED to the drawing. Notes: 1. Contractor shall provide and install three (3) cameras as shown on sheet E-4 & E-8. 2. Contractor is responsible for integration of new cameras to the existing sytem. 3. Contractor shall provide and install all power supplies and mounting hardware required for a complete and operational camera system. 4. Contractor shall include cost of camera manufacturer’s representative to provide on-site start-up services in bid price. The attached revised drawings replace the originals and may be downloaded from the Current Solicitations section of the Purchasing Division’s website at www.broward.org/purchasing. All other terms, conditions and specifications remain unchanged for this bid. NAME OF COMPANY: _________________________________________________

Transcript of ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of...

Page 1: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

Solicitation No. Y1206701C1 Addendum No. 3

Addendum Form 3 (rev 08/2012)

A Service of the Broward County Board of County Commissioners

Excellence in Government Procurement – Our Best. Nothing Less.

Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 | 954-357-6066 | FAX 954-357-8535 | broward.org/Purchasing Hours of Operation: Monday through Friday 8:30 a.m. to 5:00 p.m.

ADDENDUM NO. 3

Solicitation No.: Y1206701C1 Solicitation Title: Septage Receiving Facility Improvements

Date Of Addendum: March 25, 2014

Attention all potential bidders:

Should Addendum: Information included in this Addendum is for clarification purposes. This Addendum SHOULD be acknowledged on the Bid Tender Form or returned with your Bid submittal.

To all prospective bidders, please note the following changes and clarifications: Words in strikethrough type are deletions from existing text. Words in bold underlined type are additions to existing text. 1. The Bid Opening Date remains as March 26, 2014 at 2 p.m.

2. Refer to Volume 3 – DRAWINGS: (REVISED SHEETS REPLACE ORIGINALS)

2.1 Drawing E-8 – Electrical Site Lighting and Security Plan Layout – Notes were ADDED to the

drawing. Notes: 1. Contractor shall provide and install three (3) cameras as shown on sheet E-4 & E-8. 2. Contractor is responsible for integration of new cameras to the existing sytem. 3. Contractor shall provide and install all power supplies and mounting hardware required

for a complete and operational camera system. 4. Contractor shall include cost of camera manufacturer’s representative to provide on-site

start-up services in bid price.

The attached revised drawings replace the originals and may be downloaded from the Current Solicitations section of the Purchasing Division’s website at www.broward.org/purchasing.

All other terms, conditions and specifications remain unchanged for this bid. NAME OF COMPANY: _________________________________________________

Page 2: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

Adde

FinancPUR115 SHours

SolicSolic

Atten

To aWordexist 1.

2.

3.

All o NAM

ndum Form 3 (

ce and AdministrRCHASING DI

. Andrews Avenu of Operation: M

citation No.: citation Title:

ntion all pote

Should ASHOULD

all prospectivds in striketting text.

The Bid O Refer to

1. Speis h “i. T g

r a o

Refer to 1. Dra 2. Dra The attaSolicitatio

ther terms, c

ME OF COM

(rev 08/2012)

ration Services DIVISION ue, Room 212, Fonday through F

Y1206: Septa

ential bidder

Addendum: D be acknow

ve bidders, phrough type

Opening Da

Volume 2 –

ecification Shereby ADDE

The CONTRgrit, organicsrequired rehaapplicable Feof material a

Volume 3 –

awing C-6 –

awing M-7 –

ached reviseons section

conditions a

MPANY: ____

A Service o

Excellence in

Department

Fort Lauderdale, Friday 8:30 a.m. t

6701C1 age Receivin

Da

rs:

Information wledged on th

please note te are deletio

te remains a

– TECHNICA

ection 0101ED to the en

RACTOR shas, rags and dabilitation anederal, Stateacross the w

– DRAWING

Yard Piping

Odor Contro

ed drawingsof the Purch

nd specifica

__________

of the Broward Co

n Government P

Florida 33301 | 9to 5:00 p.m.

ADDEN

ng Facility Im

ate Of Adden

included in the Bid Tend

the followingons from exis

as March 26

AL SPECIFI

0 Summary nd of the par

all be respondebris) of eand coating. Te and Local wet well are

GS: (REVISE

– Sheet pil

ol System P

s replace thhasing Divisi

ations remain

__________

ounty Board of C

Procurement – O

954-357-6066 | F

NDUM NO

mprovements

ndum: March

this Addendder Form or r

g changes ansting text. W

6, 2014 at 2

ICATIONS (

of Work, Paragraph:

nsible for remach area andThese contelaws and reg

ea (Areas A

ED SHEETS

ling location

Plan – Note N

he originalson’s website

n unchanged

___________

County Commiss

Our Best. Nothin

FAX 954-357-853

O. 2

s

h 20, 2014

dum is for clareturned with

nd clarificatiWords in bo

p.m.

DIVISIONS

art 1, Paragr

moval of the d cleaning eants shall be gulations. C

A-1, A-2, A-3

S REPLACE

n is ADDED

No.10 is AD

s and may e at www.bro

d for this bid

__________

Solic

sioners

ng Less.

35 | broward.org/

arification puh your Bid s

ons: ld underlin

1 THROUG

raph 1.04.B.

remaining cach area priodisposed of

Contractor s3 as defined

ORIGINAL

D.

DDED.

be downlooward.org/p

d.

_________

citation No. YAdde

/Purchasing

urposes. Thiubmittal.

ed type are

GH 17):

1.i. The follo

contents (incor to performf in complianshall anticip

d in drawing

S)

oaded from urchasing.

Y1206701C1endum No. 2

s Addendum

additions to

owing note

cluding sandming the nce with all pate 1-foot g M-3).”

the Curren

1 2

m

o

d,

nt

Page 3: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

Solicitation No. Y1206701C1 Addendum No. 1

Addendum Form 3 (rev 08/2012) A Service of the Broward County Board of County Commissioners

Excellence in Government Procurement – Our Best. Nothing Less.

Finance and Administration Services DepartmentPURCHASING DIVISION115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 | 954-357-6066 | FAX 954-357-8535 | broward.org/Purchasing Hours of Operation: Monday through Friday 8:30 a.m. to 5:00 p.m.

ADDENDUM NO. 1

Solicitation No.: Y1206701C1 Solicitation Title: Septage Receiving Facility Improvements

Date Of Addendum: March 4, 2014

Attention all potential bidders:

Must Addendum: Read carefully and follow all instructions. Information included in this Addendum will have a material impact on the submittal for this solicitation. All “MUST” addenda and revised Bid Sheets are considered a matter of responsiveness. “MUST” addenda must be returned with your Bid or acknowledged on the Bid Tender Form. All revised Bid Sheets must be returned with your Bid. Failure of a Submitter to acknowledge the addenda and return the revised Bid Sheets shall be cause for rejection of the bid.

Return Addendum with Bid Submittal or Acknowledge on the Bid Sheet

To all prospective bidders, please note the following changes and clarifications: Words in strikethrough type are deletions from existing text. Words in bold underlined type are additions to existing text.

1. The Bid Opening Date has been revised as follows: March 12, 2014 March 26, 2014 at 2 p.m. Location remains the same.

2. Refer to Volume 2 – TECHNICAL SPECIFICATIONS:

a. Technical Specifications Section 17301 Control System Hardware has been ADDED and is attached to this addendum.

All other terms, conditions and specifications remain unchanged for this bid.

NAME OF COMPANY: _________________________________________________

Page 1 of 21

Page 1 of 21

Page 4: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-1

SECTION 17301 - CONTROL SYSTEM HARDWARE

PART 1 - GENERAL

1.01 REQUIREMENTS

A. The Instrumentation and Control Systems Integrator (Integrator) shall furnish all labor,materials, equipment, services and incidentals required to install and place intooperation a digital PLC based pump station control and monitoring system configuredas shown on the Contract Drawings, and as described in the specifications.

B. All digital system hardware equipment, materials and appurtenances shall be suppliedin accordance with the requirements in this specification.

C. The Integrator shall be responsible for providing accessory devices includingfurnishing and installation of interposing relays, control switches and signal convertersnecessary to perform the intent as shown on the drawings and described in the controlstrategies, and services necessary to achieve a fully integrated and operational systemas shown on the Contract Drawings and Specifications.

D. The Integrator shall furnish and install all cabling and cable accessories, includingtools necessary for connecting the Programmable Logic Controller, remote input/outputdevices.

E. The Septage Receiving Facility PLC Control Panel equipment items are shown on theDrawings and include but are not limited to the following:

1. One (1) PLC based control panel consisting of one (1) master programmable logiccontroller; one internal I/O rack; one (1) touch panel HMI interface; one (1) industrialEthernet Switch; fiber optic patch panels; fiber optic to copper Ethernet modems;and uninterruptible power supply.

2. Panel will be located in an indoor climate controlled environment.

1.03 RELATED WORK

A. The supplier shall furnish all materials, labor and services specified in the followingSpecification sections as required ensuring a single, coordinated system is supplied:

1. Division 17 - Instrumentation

B. The Supplier shall in particular coordinate his work with the work under the following:

1. Division 1 - General Requirements

2. Division 16 - Electrical

Page 2 of 21

Page 2 of 21

Page 5: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-2

1.04 SUBMITTAL REQUIREMENTS

A. Refer to Section 17030 – Control and Information System Submittals

1.05 DIGITAL HARDWARE CONFIGURATION

A. The digital hardware configuration shown on the Control System Block Diagramdepicts overall system configuration requirements.

1.06 TOOLS AND TEST EQUIPMENT

A. Program Development Software:

1. See specification 17304 for software requirements.

2. Cables and accessories for connection to the PLC, both serially and Ethernet shallbe provided.

1.07 SPARE PARTS

A. The following spare parts shall be provided:

1. One (1) spare uninstalled PLC processors of each type used

2. One (1) spare fiber optic module

3. One (1) spare power supply of each type used

4. One (1) spare PLC input/output cards of each type used

5. Six (6) spare power fuses of each type used

6. Ten (10) spare control/analog fuses of each type used

7. Any other items not included from the Manufacturer’s recommended spare parts list

8 24 Volt D.C. power supply

9. Six of each type and size of lightning surge protection device for digital analog and120 Volt A.C. power.

PART 2 - PRODUCTS

2.01 GENERAL SYSTEM HARDWARE REQUIREMENTS

A. Large scale integrated (LSI) circuit construction shall be employed unless otherwisespecified.

Page 3 of 21

Page 3 of 21

Page 6: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-3

B. Modular construction shall be employed to simplify maintenance and to provide forfuture hardware expansion. Plug-in, modular PCB's or modules shall be employed foreasy removal to permit exposure of circuit wiring, components and test points.Extender boards shall be provided if necessary to permit PCB's to be completelyexposed for testing purposes.

C. Keying schemes shall be used to prevent PCB misplacement.

D. Each process control system local area network connected device shall continuouslyperform on-line diagnostics and failure reporting to the operator work stations.

E. The temperature inside each enclosure containing digital hardware (i.e., cabinet, panelor console) shall be continuously monitored and shall generate an alarm to the nearestPLC if the temperature rises to an adjustable, preset high temperature.

2.02 Not Used

2.03 COMMUNICATIONS

A. Future communications with the existing plant SCADA system shall be through futurefiber optic Ethernet.

B. Provide one Ethernet communication card in PLC for future connection.

2.04 PROGRAMMABLE LOGIC CONTROLLER

A. Control and data acquisition associated with the station equipment shall be performedby a Programmable Logic Controller (PLC). Each PLC shall consist of a primary centralprocessing unit (CPU), power supply, an Input/Output (I/O) chassis with I/O modulesand a human-machine interface. An Ethernet fiber optic media converter shall beprovided for future connection to the plant SCADA control system for remotemonitoring and control of the Septage Reviving Facility systems. Furnish the SeptageReviving Facility Control Panel with an Allen-Bradley Controllogix PLC minimum 1756-L55M24, including all necessary modules cards, wiring, and interfaces to provide fullyfunctional system. CONTRACTOR shall size the PLC CPU according to the number ofI/O modules, points and memory storage requirements for a fully functional system.PLCs shall comply with NEMA IA 2.1 and shall be designed specifically for industrialcontrol. PLCs shall not require cooling fans for operation in the specified ambienttemperatures. Personal computers and other microcomputer-based equipmentdesigned primarily for commercial applications are not acceptable under thisspecification. All components of the PLC system, except for the programming unit,shall be standard products of a single manufacturer. Third-party components shall notbe permitted.

B. PLC Main Chassis: each PLC system shall include processor, power supplies,communications circuitry, network interface cards, and battery-backed timing andmemory modules.

Page 4 of 21

Page 4 of 21

Page 7: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-4

C. Remote I/O: All remote I/O units including remote I/O modules, chassis, power suppliesand appurtenances shall be Allen-Bradley 1756 series. Signal and control circuitry toindividual input/output modules shall be arranged such that any one module failureshall not disable more than one control loop within any group of controlled equipment(e.g. one pump out of a group of three pumps, etc.). PLC/RIO system accessories shallinclude:

1. Power Supplies and UPS:

a. PLC and remote I/O panels shall be equipped with its own regulated powersupply energized from a standard, commercial 120 VAC 60 Hz, single phasesource provided by a UPS. Any power transformation, rectification, regulation,or other conditioning necessary shall be provided as part of the unit's powersupply package. The PLC, and/or remote I/O power supply shall have sufficientcapability to handle the power requirements for all the PLC components andI/O points, including the following:

1) 25 percent input/output active spare capacity per point type.

2) 25 percent input/output expansion capability.

b. All field transmitters and devices as specified and/or shown in the P&Idiagrams.

2. Each PLC chassis shall contain a power supply module to provide the necessaryoperating voltage(s) to each module in that chassis. Each power supply shalloperate at the following:

a. 120V AC RMS plus or minus 15 percent continuously.

b. 120V AC RMS plus or minus 30 percent maximum 30 seconds.

c. 120V AC RMS plus or minus 100 percent maximum 17 milli-seconds.

d. Line spikes at 1,000V AC (5,000 micro-seconds duration; 0.05 percent maximumduty cycle).

3. Communications:

a. The PLC shall be capable of stand-alone operation in case of failure with theSCADA system communication link or SCADA system workstation. The PLCshall be capable of stand-alone operation if the associated touch screen HMIfails.

4. Process input and output modules:

a. The control system shall be capable of handling the required number of processinputs and outputs as tabulated in the I/O list in Specification 17305 and as

Page 5 of 21

Page 5 of 21

Page 8: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-5

indicated on the P&I drawings, including an additional 25 percent active spares,plus capacity to accommodate 25 percent future inputs and outputs by theaddition of I/O cards. Process interface units shall be provided with screw-typeterminal blocks with barriers between adjacent terminals for connection of fieldinputs. Terminals shall be suitable for accepting up to and including No. 14 AWGwire. All terminals shall be provided with unique identification in accordancewith approved shop drawing loop interconnection diagrams. I/O cards (modules)shall be plug in type into a support chassis that also contains a power supply.The requirements for each type of module are:

1) Switch contact input modules. Switch contact input modules shall becapable of supporting dry contact inputs (minimum duration 100 ms). ThePLC shall provide at least 24V D.C. wetting power to the field contacts. Thewetting power shall be isolated from the PLC internal power. The moduleinputs shall be optically isolated from the PLC and designed to withstandtransients and surges without damage. Input components shall beindividually protected to ensure that failure within one component will notinterrupt processing of others. Input circuits shall be protected up to 175VAC RMS fault. Light emitting diodes, (LED'S), one adjacent to each pair ofinput terminals, shall be provided to indicate a closed contact condition.

2) Analog input modules. Analog input modules shall accept 4-20 mA DC inputsfrom field mounted transmitters. Common mode input protection of 30 VDCminimum shall be provided. Input signal A/D conversion shall be a minimumof 12-bits, with an accuracy of one bit. Isolated DC power for fieldtransmitters shall be provided as required.

3) Switch Contact Output Modules. Switch contact output modules shall becapable of providing dry-contacts in either momentary (pulsed), or latched(sustained) mode to control AC or DC powered loads. All DC output circuitsshall incorporate current limiting and, for DC powered loads, switching spikesuppression diodes. Contact outputs shall be rated to 5 amps at 120 VACminimum. The output failure mode shall be selectable so that upon station orcommunication system failure all outputs would be placed in the non-conducting mode, or remain as they were prior to failure. Isolation resistanceshall be 1,000 ohms minimum at 300 VDC between any set of field terminalsand any other set or earth ground. Isolation voltage shall be 500 VAC RMSminimum between any set of field terminals and any other set or earthground. Light-emitting diode status indication shall be provided adjacent toeach contact output to indicate a closed contact condition.

4) Analog Output Modules. Analog output modules shall provide isolated 4-20mA dc signals to adjust set points of local process control stations, pumpspeed, valve positions, etc. Output load drive capability shall be 750 ohmsminimum for each output. There shall be separate D/A conversion circuits foreach output which shall convert 12-bit data words into output signals withan accuracy of +/- 1 bit over the full scale output span. Response to stationor communication system failure shall be selectable such that upon failure

Page 6 of 21

Page 6 of 21

Page 9: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-6

the output would either remain at the last value, or go to zero (4mA), asrequired by the process.

b. The furnish a minimum of 25% of each type of I/O including appropriate cards,termination blocks, surge suppressors, fuses, wiring etc.

5. All fiber optic modems, connectors and any peripheral devices shall be provided toincorporate a total integrated system. Lightning and surge protection devices shallbe provided to protect each power requirement to the fiber optic modems. In aseparate project the Owner is replacing the existing PLC system. Contractor shallcoordinate with Owner for exact model number of fiber optic module and provideaccordingly.

D. Central Processing Unit/Memory:

1. A minimum of 100K bytes of RAM memory shall be installed. Battery-backedmemory modules shall maintain memory integrity for a minimum of 24 hours toeliminate the need for down-loading system programs from the host computerfollowing temporary (short-term) power failures. . At each station one spare PLCprocessor shall be provided with copy of the program loaded into the processorthat may be swapped out for a failed processor if necessary.

2. Compatibility: All CPUs shall utilize and shall be compatible with a common modelseries of input and output modules.

3. Programming Language: All CPUs shall utilize a common programming languageand shall be programmable with a common programming device.

4. Single Manufacturer: The “family” of proposed CPUs, I/O modules, and appurtenantequipment must be capable of being configured, using standard products from asingle manufacturer including multiple interconnected CPUs with individual remoteI/O networks, into a system with the following size and features:

a. The CPU shall be a self-contained unit, and shall provide ladder rung programexecution and support remote or local programming. This device shall alsosupply I/O scanning and inter-processor and peripheral communicationfunctions.

b. The operating system shall be contained in removable programmable devices,which allow for easy field replacement.

c. The CPU within the system shall perform internal diagnostic checking and givevisual indication to the user by illuminating a “green” indicator when no fault isdetected and a “red” indicator when a fault is detected.

5. Each CPU shall continually monitor its operation and shall shut down in case offailure that would cause faulty solution of logic. A running CPU shall identifycommunication failures, I/O assembly errors, I/O module errors, and CPU battery

Page 7 of 21

Page 7 of 21

Page 10: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-7

failure and shall report such faults on the programming unit HMI and station controlsystem. Faults shall also be reported on the HMI of a portable programming unitwhenever it is connected to a CPU. In addition, a PLC trouble alarm shall activate adiscrete output if any diagnostic detects a failure or upon CPU failure.

2.05 PANEL MOUNTED TOUCH SCREEN HUMAN MACHINE INTERFACE (HMI)

A. Display:

1. Description:

a. 15 inch, Color Active Matrix TFT Flat Panel Display, Display Area: (W x H) 304 x228 mm (12 x 9 in).

2. Resolution:

a. 1024 x 768 18-bit Color Graphics.

3. Luminance:

a. 300 cd/m2 (Nits).

4. Backlight:

a. 50,000 h (field replaceable).

5. Touch Screen Description:

a. Analog Resistive.

6. Application Memory:

a. Extended: 128 MB/128 MB, 115MB of flash memory.

7. Keypad: Stainless steel domed membrane with 40 function keys.

8. Keypad Dimensions:

a. 12.97”H x 18.46”W x 2.55”D.

9. Touch Screen Dimensions:

a. 12.97”H x 16.37”W x 2.55”D.

B. Electrical

1. Input Voltage:

a. 85-264VAC autoranging.

2. Line Frequency:

a. 47-63 Hz.

3. Power Consumption:

a. AC: 160VA (1.5 A at 100V rms, 0.63 A at 240V rms).

4. Communication:

a. Ethernet.

Page 8 of 21

Page 8 of 21

Page 11: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-8

5. Application Software:

a. RSView Studio for Machine Edition.

C. Environmental

1. Operating Temperature:

a. 0-55°C (32-131°F).

2. Storage Temperature:

a. -25-70°C (-13-158°F).

3. Relative Humidity:

a. 5-95% without condensation.

4. Vibration, Operating:

a. 0.012” peak to peak, 10-57 Hz., 2 g peak, 57-500 Hz.

5. Shock, Operating:

a. 15 g at 11 ms.

6. Shock, Non-Operating:

a. 30 g 11 ms.

7. Ratings:

a. NEMA Type 12, 4X. Match enclosure rating unit is mounted to.

D. Certifications: UL Listed

E. Manufacturers

1. Allen-Bradley Panel View Plus 1500.

2. Approved Equal.

2.06 UNINTERRUPTABLE POWER SUPPLY

A. Uninterruptible Power Supply (UPS). The Uninterruptible Power Supply shall providepower conditioning for the main control panel, I/O panels and workstations, includingperipherals, operators HMI and Programmable Logic Controller and associated remoteinput/output. Each I/O enclosure and/or control panel shall contain its UPS. The UPSshall have sufficient capacity so as to provide complete full operational capability for atleast 15 minutes upon loss of input power. The UPS shall accept a single 120V inputand shall provide up to four 15A receptacle outputs. The UPS shall be free standingand shall furnish a low battery alarm to the engine control panel PLC system formonitoring. The UPS shall be Powerware model Ferrups or approved equal.

2.07 TRANSIENT VOLTAGE SURGE SUPPRESSION (TVSS) PROTECTION

Page 9 of 21

Page 9 of 21

Page 12: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-9

A. General:

1. TVSS protection shall be provided to protect the electronic instrumentation systemfrom induced surges propagating along the signal and power supply lines. Theprotection systems shall be such that the protective level shall not interfere withnormal operation, but shall be lower than the instrument surge withstand level, andbe maintenance free and self-restoring.

2. Instruments shall be housed in a suitable case, properly grounded. Ground wiresfor all TVSS shall be connected to a good earth ground and where practical, eachground wire run individually and insulated from each other. These protectors shallbe mounted within the instrument enclosure or a separate NEMA 4X junction boxcoupled to the enclosure.

B. Power Supply:

1. Protection of all 120 VAC instrument power supply lines shall be provided. Controlpanels shall be protected by line noise suppressing isolation transformers andTVSS. Field instruments shall be protected by TVSS. For control panels, the linenoise suppressing isolation transformer shall be Topaz Series 30 Ultra isolators orapproved equal. The suppressor shall be Edco HSP-121.

C. Analog Signals:

1. Protection of analog signal lines originating and terminating not in the samebuilding shall be provided by TVSS. For analog signal lines the TVSS shall be EdcoPC-642. For field mounted two-wire instruments the TVSS shall be encapsulated instainless steel pipe nipples, and shall be Edco SS64 series.

2. For field mounted four-wire 120VAC instruments, the TVSS shall be in a NEMA 4Xpolycarbonate enclosure, Edco SLAC series.

2.08 FIBER OPTIC DATA CABLE AND ACCESSORIES

A. Furnish fiber optic data cable for installation in the duct bank being furnished andinstalled under Division 16, ELECTRICAL. Fiber optic cable is required for Ethernetbetween the new Ocean Outfall Pump Station Control Panel and existing UCM 6.

B. The fiber optic cable shall be a six-fiber outdoor type cable suitable for installation andpulling through a duct bank. For simple point to point fiber optic link, the cable shall besix fiber 62.5/125 microns with maximum attenuation of 3.5/1.0 dB/Km at 850/1300 nm,minimum level width shall be 160/500 MHZ-Km at 850/1300 nm, minimum bandwidthshall be 160/500 MHZ-Km at 850/1300nm. Fiber optic cable shall be as manufactured byBelden Wire and Cable Company, Catalog No. 225716, or approved equal.

C. Furnish compatible connectors and breakout kits with the cable. Furnish enoughconnectors and breakout kits to meet the project requirements and install connectors

Page 10 of 21

Page 10 of 21

Page 13: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-10

on all fibers of the fiber optic cable. Coordinate length requirements with the ElectricalCONTRACTOR. Use Contract Drawings as a guide in determining lengths, take intoaccount actual field conditions. Get a written approval from the PLC SystemManufacturer before ordering the cable. Use the fiber optic connectors, termination kits,and cable test kits per cable manufacturer, compatible with specified dataconcentrators, and PLC supplier’s recommendation. I&C Subcontractor shall beresponsible for proper selection of fiber optic cables. Coordinate with Division 16,ELECTRICAL.

D. Fiber optic wall cabinets shall be provided inside all control panels to terminate allactive and spare incoming fiber optic tubing pairs. Cabinet/patch panels shall include aminimum of 12 fiber ports. Connectors shall be ST type, Black Box, or equal. Each portand fiber shall be labeled. A fiber optic cabinet/patch panel shall be provided in eachrack to terminate all active and spare incoming fiber optic tubing pairs. Connectorsshall be ST type, Black Box or equal. Each port shall be labeled. Patch cables betweenthe patch panel and the fiber optic device shall be multimode, ceramic terminated fiberoptic cable with ST connectors, Black Box or equal. Patch panel shall be manufacturedby Black Box Network Services. Model JPM400 Series.

E. Ethernet Cat. 6e UTP Cable (Copper):

1. Section applies to all Ethernet Cable (Copper) except for Fiber Optic cable.

2. Conductor Physical Characteristics: 4 twisted pairs (8 conductors), 23 AWG solidbare Copper with Polyolefin Insulation. Overall Nominal Diameter: 0.235 inch.Operating Temperature Range: -20’C to +75’C. Model Number – 7881A, Belden Inc.

3. NEC/UL specification CMR, UL444, UL verified category 6.

4. Manufacturer:

a. Belden Inc

2.09 TUBING AND FITTINGS – Not Used

2.10 CONTROL PANELS, ENCLOSURES AND CABINETS

A. The following Paragraphs describe general fabrication requirements of control panels,enclosures, consoles and cabinets.

B. Wiring

1. All interconnecting wiring, except for electronic circuits, shall have 600 voltinsulation and rated for not less than 90 degrees C.

2. Power distribution wiring on the line side of fuses shall be 12 AWG minimum.Control wiring on the secondary side of fuses shall be 14 AWG minimum.Electronic analog circuits shall utilize 16 AWG shielded, twister pair, cable insulated

Page 11 of 21

Page 11 of 21

Page 14: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-11

for not less than 300 volts.

3. Power and low voltage dc wiring systems shall be routed in separate wireways.Crossing of different system wires shall be at right angles. Different system wiresrouted parallel to each other shall be separated by at least 12-in. Different wiringsystems shall terminate on separate terminal blocks. Wiring troughs shall not befilled to more than 60 percent visible fill.

4. All wiring shall terminate in a master terminal board, rigid type and numbered. Themaster terminal board shall have a minimum of 25 percent spares. Terminal blocksshall be arranged in vertical rows and separated into groups. (Power, AC control,DC signal, alarm, and graphic). Terminal blocks shall be barrier type with theappropriate voltage rating (600 volts minimum). They shall be the raised channelmounted type. Wire connectors shall be the hook fork type with non-insulatedbarrel for crimp type compression connection to the wire. Wire and tube markersshall be the sleeve type with heat impressed letters and numbers. Direct interlockwiring between equipment will not be allowed. Only one side of a terminal blockrow shall be used for internal wiring. The field wiring side of the terminal shall notbe within 6-in of the side panel or adjacent terminal.

5. All wiring to hand switches and the like which are live circuits independent of thepanel's normal circuit breaker protection shall be clearly identified as such.

6. All wiring shall be clearly tagged and color coded. All tag numbers and colorcoding shall correspond to the panel wiring diagrams and loop drawings. All powerwiring, control wiring, grounding and dc wiring shall utilize different color insulationfor each wiring system used.

7. Each control loop or system shall be individually protected by fuses or breakers. Allprotecting devices shall be clearly labeled and located for ease of maintenance.

8. Provide surge protectors on all incoming power supply lines at each panel.

9. Plug strips with grounding type receptacles shall be provided for 120 V AC powersupply connections. Each piece of equipment requiring AC power shall be providedwith an NFPA No. 70 Type SJ cord with molded-on grounding type plug for ACpower connection. Internal fans, receptacles, or lights shall be wired on separatecircuits to control, logic, or instruments.

10. The negative pole of each DC power supply shall be grounded to avoid floating lowvoltage signals in control loops.

C. Wire Tagging

1. General: Wiring shall be tagged at terminations with machine printed plasticsleeves. Wire marker sleeve (tag) materials for all power, control, and signal wiresshall be as follows:

Page 12 of 21

Page 12 of 21

Page 15: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-12

a. Signal Wires: The wire marker shall not be heat shrunk until the outer jacketand foil shield are cut back so that the marker shall also serve to insulate theend of the foil shield from ground. An additional identical marker shall be heatshrunk at the ends of the cable to identify the cable between pulling andtermination.

b. All Others: Markers for cables and wire 0.450 inch and smaller in diameter shallbe white, heat shrinkable, flame retarded sleeves. Markers for cables and wirelarger than 0.450 inch in diameter shall be flame retarded wrap around white filmwith a dual adhesive system which is heat set. The letters and numbers thatidentify each cable or wire shall be machine printed with 1/8-inch highcharacters on sleeves with permanent black ink. Sleeves shall be sized to fit theconductor insulation and shrunk to fit the conductor with hot air afterinstallation. The lettering on the wire marker shall face the viewer and bepositioned to be read without twisting the wire. The wire markers shall be heatshrunk irradiated polyolefin, conforming to UL 224. The wire marking systemshall be Brady Permasleeve and Brady PS-PTR-II Printer, or equal.

c. Wire Tagging Labels shall match equipment tag numbers to which they areconnected. The equipment tagging procedure set forth on Drawing I-1 shall beused for development of wire tag labels.

D. Wire Colors:

1. Power and Control: Power and control conductors in panels shall have thefollowing insulation colors:

Code 120V AC wire PanelsL Power BlackC Control VioletN Neutral WhitePG Ground Green

2. Signal: Signal conductors in panels shall have the following insulation colors:

Code 24V AC wire Color

SP Power Supply BlackS Signal (pos) BlackSG Signal group WhitePG Equipment ground Green

E. Terminals and Fuses

1. Terminal Blocks: Unless otherwise shown or specified, terminal blocks shall becaptive screw with pressure plate, DIN EN 50035 rail 600-volt rating. Terminalblocks shall be as specified in the following table:

Page 13 of 21

Page 13 of 21

Page 16: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-13

120V AC Power and Controls

Description Type Application

Fuse terminal block/blown fuse LEDindicator

Phoenix UK6-HESI orequal

Power Supply for FieldPanels

Terminal Block Phoenix UK10, or equal2.05 E.1.

Neutral & Control Wiring

Grounding TerminalBlock

Phoenix USLKG4, orequal

Equip. GroundingConductor

DisconnectTerminal Block

Phoenix UK4-TP/P, orequal

Foreign CircuitDisconnect

Double Level HighDensity TerminalBlock

Phoenix UKKB3, orequal

Neutral & Control Wiring

24V DC (and other voltage) Signals

Description Type Application

DisconnectTerminal

Block Loop w/TestSockets

Phoenix UK4-T-P/P, orequal

4-20 mA Current (supplyside)

Terminal Blockw/Test Sockets

Phoenix UK5 w/PSB3/10/4 Test Plug Socket,or equal

1-5V DC Analog Signals

Terminal Block Phoenix UK5, or equal 4-20 mA CurrentLoop(return side) ShieldDrains 24V DC Signal

Terminal Block Phoenix MBK, or equal Splicing Cables wherespace is limited

Double Level HighDensity TerminalBlock

Phoenix UKKB3, orequal

24V DC Signal

Terminal Markers andTerminal Marking Card

Phoenix SBS5, or equal All Terminal Blocksexcept MBK

2. Terminal Tags Covers and Markers: Each terminal strip shall have a uniqueidentifying alphanumeric code at one end and a plastic marking strip running theentire length with a unique number for each terminal. Numbers shall be machineprinted and 1/8 inch high. Terminal blocks carrying power circuits shall be providedwith a transparent, hinged cover for personnel protection and accessibility.

3. Fuses: Fuses shall be ¼ x 1-1/4-inch. Fuses on 120V AC circuits shall be ceramictube type with 25,000 amperes interrupting capacity at 125 volts and neon blown

Page 14 of 21

Page 14 of 21

Page 17: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-14

fuse indicator lamps. Fuses for 24V DC circuits shall be fast acting glass tube typerated 1/8 or 1/10 amp for 4-20 Ma loops and 3 amps for the power supply toindividual instruments. Fuse holders for 120 V AC shall be drawout type andmolded from melamine plastic.

F. Equipment Mounting/Arrangement

1. All components shall be mounted in a manner that shall permit servicing,adjustment, testing and removal without disconnecting, moving or removing anyother component. Components mounted on the inside of panels shall be mountedon removable plates and not directly to the enclosure. Mounting shall be rigid andstable unless shock mounting is required otherwise by the manufacturer to protectequipment from vibration. Components mounting shall be oriented in accordancewith the internal components shall be identified with suitable plastic or metalengraved tags attached with drive pins adjacent to (not on) each componentidentifying the component in accordance with the drawing, specifications andsupplier's data.

2. All exterior panel mounted equipment shall be installed with suitable gaskets,faceplates, etc, required to maintain the NEMA rating of the panel.

3. All Fiber Optic Cable shall terminate in fiber optic patch panels. Provide Fiber Opticjumpers as require for equipment.

G. Nameplates: Furnish in accordance with 13300 2.03A.

H. Painting: all sections shall be de-scaled, degreased, filled, ground and finished. Theenclosure when fabricated of steel shall be finished with two rust resistant phosphateprime coats and two coats of enamel, polyurethane, or lacquer finish which shall beapplied by either the hot air spray or conventional cold spray methods. Brushedanodized aluminum, stainless steel and FRP panels will not require a paint finish.Interior metal surfaces shall be prepared, prime and finish coated in accordance withmanufacturer’s recommendations and shall be Fed. Std. Color 27722, white.

I. Freestanding Vertical Panels

1. Freestanding vertical panels and computer consoles in air conditionedenvironments and shall be of NEMA 12 construction and be labeled by underwriterslaboratories. The panels shall be constructed of 11 gauge thick sheet steel, suitablybraced internally for structural rigidity and strength. All exposed welds, seams, oredges shall be ground smooth. Front panels or panels containing instruments shallbe not less than 7 gauge thick stretcher leveled sheet steel, reinforced to preventwarping or distortion. Where face-mounted instruments are specified, they shall bemounted on an interior hinged sub-panel arranged to swing completely out of theenclosure. Face-mounted instruments that are more than 6 inches deep, weighmore than 10 pounds, or exert more than 4 ft-lbs. pounds moment force on the faceof the panel shall be rigidly supported at the rear of the instrument.

Page 15 of 21

Page 15 of 21

Page 18: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-15

2. All outdoor panels shall be NEMA 4x 316-stainless steel and be provided withsunshields. Outdoor panels shall face north to the greatest extent possible.

3. Panels shall be provided with full length rear doors or front access doors as shownon the panel details. Full length rear access door shall be not greater than 24-in inwidth. Front access doors with mounted instruments or control devices shall be ofsufficient width to permit door opening without interference from flush mountedinstruments. All doors shall be mounted with strong, continuous, piano type hingesand be provided with lockable door handles and three point latches.

4. Approximate size and equipment layout is shown on the panel details.

5. Provide overhead switched lighting and at least one convenience receptacle in eachpanel.

6. The panel shall be suitable for top or bottom conduit entry as required by theElectrical Drawings. For top mounted conduit entry the panel top shall be providedwith nominal one foot square removable access plates which may be drilled toaccommodate conduit and cable penetrations. All conduit and cable penetrationsshall be provided with ground bushings, hubs, gasketed locknuts, or otheraccessories as required to maintain the NEMA rating of the panel and electricalrating of the conduit system.

7. All panel enclosures shall be as manufactured by Hoffman, or equal.

J. Wall or Unistrut Mounted Cabinets

1. Unless noted other wise on the Contract Drawings, all indoor wall or unistrutmounted panels in air conditioned areas shall be minimum of NEMA 12 andfabricated of not less than USS 14 gauge steel. All wall or unistrut mounted panelsinstalled outdoors, and indoor panels in rooms below grade, non-air conditioned,damp, wet or corrosive areas shall have a NEMA 4X rating shall be constructed of316-stainless steel, unless FRP is specifically indicated to be provided. Any FRPpanels located in direct sunlight shall be provided with a protective coating toprevent discoloration flaking and cracking.

2. All panel enclosures shall be as manufactured by Hoffman, or equal.

K. Cabinet Cooling

1. Where required by the contract documents, control panels shall have sufficientcooling and/or ventilation not to limit the interior temperature to 80 degrees F in a120-degree F environment. Outdoor control panels with electronic equipment shallbe furnished with sun shields around and on top of the control panels. Furnishpanel enclosure with an air-to-air heat exchanger: Noren Compact Cabinet Coolermodel CC2500FP, SC, SS, W with corrosion resistant core, stainless steelenclosure, and wash down rated fans, sized appropriately to dissipate expectedinternal and ambient heat loads. The electronic equipment shall be installed in the

Page 16 of 21

Page 16 of 21

Page 19: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-16

panel with sufficient cooling space such that the Control System will work withoutair conditioning at 95 degrees ambient at 90% humidity.

L. Panel Grounding

1. Cabinet shall be provided with two copper ground bars. One bar shall be bonded tothe panel frame or sheet metal and to the station ground system. The second(signal) ground bar shall be mounted on insulated stand-offs and shall be bonded tothe frame ground bar at one point only. Signal circuits, signal cable shields, andlow-voltage DC power supply commons shall be bonded to the signal ground bar.UPS, 24V DC power supply, and isolation transformer shall be bonded to the frameground bar. In cabinets exceeding 30 inches in width, ground bars shall be ¼-by 1-inch copper bars extending the entire length.

M. Panel Coating

1. Exterior surfaces shall be prepared, primed and finish coated with manufacturer’sstandard finish. Color shall be ANSI/ASA 61 light gray. Interior metal surfaces shallbe prepared, prime and finish coated in accordance with manufacturer’srecommendations and shall be Fed. Std. Color 27722, white.

N. Wiring Duct

1. Plastic wiring duct shall be slotted type with dust cover, Panduit Type E or NE, asrequired.

2.13 MISCELLANEOUS PANEL COMPONENTS

A. Rotary Hand Switches and Pushbuttons

1. Type:

a. Control devices shall be heavy duty oil tight type with stackable contact blocks.

2. Functional/Performance:

a. Provide contact arrangement and switching action as required for the controlsystem specified.

3. Physical:

a. For 120V AC service provide contacts rated 10 amps at 120V AC, for 24V DCservice provide silver sliding contacts rated 5 amps at 125V DC, for electronic(millivolt/ milliamp) switching provide contacts rated lamp at 28V DC.

b. Pushbuttons shall have flush type operators. Selector switches shall have knobor wing lever operators.

c. Units shall be rated NEMA Type 13 for indoor service. Units located outdoors orindicated to be weatherproof shall be rated NEMA 4X.

Page 17 of 21

Page 17 of 21

Page 20: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-17

d. Provide legend plates denoting switch/pushbutton position/ function.

4. Options/Accessories Required:

a. Provide lock-out-pushbuttons, key-operators, etc, as indicated on the instrumentdevice schedule.

b. Provide make-before-break bridging contacts where required.

5. Manufacturers:

a. Square D

b. Allen Bradley

c. General Electric

B. General Purpose Relays and Time Delays

1. Type:

a. Units shall be of the general purpose plug-in type.

2. Functional/Performance:

a. Coil voltage shall match supply voltage.

b. Contact arrangement/function shall be as required to meet the specified controlfunction.

c. Mechanical life expectancy shall be in excess of 10 million.

d. Duty cycle shall be rated for continuous operation.

e. Units shall be provided with integral indicating light to indicate if relay isenergized.

f. Solid state time delays shall be provided with polarity protection (DC units) andtransient protection.

g. Time delay units shall be adjustable and available in ranges from .1 second to4.5 hours.

3. Physical:

a. For 120V AC service provide contacts rated 10 amps at 120V AC, for 24V DCservice provide contacts rated 5 amps at 28V DC, for electronic(milliamp/millivolt) switching applicator provide gold plated contacts rated forelectronic service.

b. Relays shall be provided with dust and moisture resistant covers.

Page 18 of 21

Page 18 of 21

Page 21: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-18

4. Options/Accessories Required:

a. Provide mounting sockets with pressure type terminal blocks rated 300 volt and10 amps.

b. Provide relays with manual test push button and indicating light whenenergized.

c. Provide mounting rails/holders as required.

5. Manufacturers:

a. Eagle signal controls

b. Allen Bradley

c. Potter & Brumfield

C. Digital Panel Meter

1. Type:

a. Digital process meter.

2. Functional/Performance:

a. Accuracy - 99.9 percent.

b. Power requirements - 120V AC or 24V DC as required.

c. Operating temperature - 0 to 60 degrees Celsius

d. Display - LED display, 3-1/2 digit minimum resolution. The indicator shallindicate the value of the analog input signal in engineering units with scalerange as noted. Decimal point shall be field selectable. Unit shall provideoverrange indication.

e. Operating Temperature: 32 to 122°F (0 to 50°C) (reduced to 40°C if maximumdisplay brightness is selected)

f. Storage Temperature: -4 to 185°F (-20 to 85°C)

g. Humidity: 85% RH non-condensing

3. Physical:

a. Housing - High impact plastic, or extruded aluminum, with splashproof lenscover and gasketing to meet NEMA 4 requirements.

Page 19 of 21

Page 19 of 21

Page 22: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-19

b. Legend - Provide a permanent service legend to display the engineering unitsof the process variable.

4. Manufacturers:

a. Newport Electronics

b. Precision Digital

c. Approved equal

PART 3 - EXECUTION

3.01 GENERAL

A. The Supplier shall furnish all labor, materials, equipment, and incidentals required toinstall the system in accordance with specification Section 17300 and as specifiedherein.

B. The Supplier shall be responsible for ensuring that all field wiring for power and signalcircuits is correct and wired in accordance with best industry practice. Also, theSupplier shall be responsible for providing all necessary system grounding to insure asatisfactory functioning installation.

C. The shield on each process instrumentation cable shall be continuous from source todestination and be grounded as directed by the Manufacturer of the instrumentationequipment but in no case shall more than one ground point be employed for eachshield.

D. Analog, discrete, and power wiring shall be physically separated to the maximum extentpossible. In no case shall any wire bundle contain signals of mixed types.

3.02 TESTS AND ACCEPTANCE

A. System testing and acceptance shall be performed in accordance with the requirementsdefined in Specification Section 17300 and as specified herein.

B. A complete set of preventive maintenance procedures shall be performed on allequipment no more than thirty days prior to final factory tests on the full integratedsystem. This shall include such items as calibration of A/D converters, adjustment ofpower supplies, adjustment of all CRT's for convergence and color, etc.

3.03. FIBER OPTIC CABLE INSTALLATION AND TERMINATION

A. Fiber optic cable shall be furnished by the I&C contractor and installed under Division16, ELECTRICAL, as specified. Provide the services of an experience fiber optic cable

Page 20 of 21

Page 20 of 21

Page 23: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

O:/44228-732S17301 SEPTAGE RECEIVING FACILITY IMPROVEMENTS

ADDENDUM No.117301-20

terminator and tester under this Contract (I&C). The I&C contractor shall supervise thecable installation and shall carry out all terminations at the fiber optic patch panels atthe I/O racks, repeaters, and data concentrators at PLC’S and computers. All fibers inthe fiber optic cable shall be terminated at the patch panel. Fiber optic cable terminationshall be carried out using the appropriate connectors and termination kit. All fiber opticsystem components shall be products of one manufacturer.

B. Fiber optic cable system shall be designed to minimize cable splicing. Where splicingbecomes necessary, perform fusion splice with loss not to excess 0.2 dB. Test allsplices with an Optical Time Domain Reflectometer (OTDR) bi-directionally to verifysplice loss at the time of splicing. Redo any splices not conforming to theseSpecifications. Provide means to protect the un-spliced portions of the cable fromintrusion of moisture and other foreign mater. Identify required splices in the submittal.Splices not identified in the submittal shall be brought to the attention of the COUNTYfor approval.

C. After the fiber optic data link is in place, test attenuation from hub to hub bi-directionally and document test results. Attenuation shall not exceed 3.5 dB/km at 850nm wave length and 1.0 dB/km at 1,300 nm.

D. The I&C Subcontractor is responsible for the satisfactory performance of all fiber opticdata links. Demonstrate and document error free bidirectional data files transfer to eachPLC node.

3.04 TRAINING

A. A complete training program for site courses shall be provided in accordance with therequirements of Specification Section 17300 and as specified herein.

END OF SECTION

Page 21 of 21

Page 21 of 21

Page 24: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

Solicitation No. Y1206701C1

Notice for Bid Form 154 (10/2012) Page 1 of 2

A Service of the Broward County Board of County Commissioners

Excellence in Government Procurement – Our Best. Nothing Less.

Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 | 954-357-6066 | FAX 954-357-8535 | broward.org/Purchasing Hours of Operation: Monday through Friday 8:30 a.m. to 5:00 p.m.

NOTICE FOR BIDS

Solicitation No.: Y1206701C1 Solicitation Title: Septage Receiving Facility Improvements

(Non-Sheltered Market) Sealed bids for selling and delivering all necessary labor, materials, equipment, and services for the completion of the work, including installation of materials, supplies and equipment sold and delivered to Broward County for Septage Receiving Facility Improvements, Bid No. Y1206701C1, will be received by the Board of County Commissioners until 2 p.m. on Wednesday, March 12, 2014, at the offices of the Purchasing Division of Broward County, Governmental Center, Room 212, 115 S. Andrews Ave., Fort Lauderdale, FL 33301. Bids will be publicly opened and read thereafter. Scope of Work: This project includes the furnishing of all labor, materials, equipment, services and incidentals for the demolition of existing odor control system and equipment and the construction of a new Septage Receiving Complete Plant provided with aerated grit removal system, biofilter odor control system, site work and improvements to the existing site lighting, landscaping and storm water retention area, complete, tested and ready for operation, all in conformance with the Contract Documents. Goal Participation: The County Business Enterprise (CBE) participation goal for this project is (Nineteen percent) 19%. Pre-bid Conference: A non-mandatory Pre-Bid Conference will be held on February 18, 2014 at 9:30 a.m. at the following location:

Broward County Water and Wastewater Services Complex Building 2, Training Room, 1st Floor,

2555 West Copans Road, Pompano Beach, FL 33069

Site Visit – Immediately following the Pre-bid Conference: at the Broward County Septage Receiving Facility, 3100 North Powerline Road, Pompano Beach, FL 33069. Inspection of the Contract Documents: The Contract Documents are open to public inspection at the offices of the Purchasing Division of Broward County, located at Governmental Center, Room 212, 115 South Andrews Avenue, Fort Lauderdale, Florida 33301. Obtaining the Contract Documents: The Contract Documents (project manual), in electronic format, are available at No Charge ($0.00) per compact disc (CD) that contains an electronic copy of the Contract Documents, specifications and drawings in .pdf format. The CD can be obtained from Hazen and Sawyer, P.E., 4000 Hollywood Blvd., Suite 750N, Hollywood, FL 33021. To obtain a CD, contact Merle Medina at telephone number, 954-987-0066 or by e-mail to [email protected]

Page 25: ADDENDUM NO. 3 - Broward County, Florida · PDF fileAddendum No. 3 Addendum Form 3 ... of material a Volume 3 ... in accordance with the requirements in this specification. C

Solicitation No. Y1206701C1

Notice for Bid Form 154 (10/2012) Page 2 of 2

A Service of the Broward County Board of County Commissioners

Excellence in Government Procurement – Our Best. Nothing Less.

County/State License Requirements: In order to be considered a responsive bidder for the scope of work set forth in these bid documents, the bidder must possess the following license(s) at the time of bid submittal:

STATE: Certified General Contractor; OR BROWARD COUNTY: General Building Contractor Class “A” (Must be registered with the State.)

Project Manager: Jorge Orozco, 954-831-3239 or [email protected] Purchasing Agent: Ilyse S. Valdivia, 954-357-6078 or [email protected] Addenda: All Addenda will be posted to the Broward County Purchasing Division website under “Current Solicitations” at http://www.broward.org/purchasing/Pages/Default.aspx. Bidders shall be responsible for obtaining, reviewing, and executing addenda. Bid Guaranty: Each bid shall be accompanied by a bid guaranty in an amount equal to five percent (5%) of the bid amount. Cone of Silence: The Cone of Silence is in effect for this project. In accordance with Section 1-266 of the Broward County Code of Ordinance, as amended, provides that after the advertisement of the bid solicitation, potential vendors and their representatives are substantially restricted from communicating regarding the Bid with the County Administrator, Deputy County Administrator, Assistant County Administrator, Assistants to the County Administrator, their respective support staff, or any or any staff person that is to evaluate or recommend selection in this bid process. The Cone of Silence Ordinance further provides that after the bid opening for this solicitation, potential vendors and their representatives are substantially restricted from communicating regarding this Bid with the County Commissioners and their staff. The Cone of Silence shall be in effect for staff involved in the award decision process at the time of the solicitation advertisement. The Cone of Silence shall be in effect for the Board of County Commissioners upon bid opening for the solicitation. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation. Any violations of this ordinance by any member(s) of the responding firm or joint venture may be reported to the COUNTY’s Office of Professional Standards. If there is a determination of violation, a fine shall be imposed against the vendor as provided in the County Code of Ordinances. Additionally, a determination of violation shall render any award to a vendor who is found to have violated the Ordinance voidable, at the sole discretion of the Board of County Commissioners.