Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WATER TREATMENT PLANT SCADA UPGRADES/2017
2017 WATER TREATMENT PLANT SCADA UPGRADES 10 -Jul -2017 Plans, Specs, proposal and contract 18 -Jul -2017 Res 17-236, Setting a public hearing 24 -Jul -2017 Notice of Public Hearing, Proof of Publication 01 -Jan -2017 Res 17-258, approving plans, specs, form of agreement, and estimate of cost 01 -Aug -2017 Notice to Bidders 05 -Sept -2017 Res -17-281, awarding contract ESCO Automation 11 -Oct -2017 Form of Agreement 26 -Feb -2019 Performance and Payment Bond 12 -Mar -2019 Res 19-62, accepting the work CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2017 WATER TREATMENT PLANT SCADA UPGRADES CITY OF IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: JA' yy Shane P. Zenz .E. Iowa License. No. 21579 My license renewal date is December 31, 2018. DATE: (01301,2ot7 FESS/o " ..............IN O �h r C w ? ZENZ ; z u 21579 C-) -1h � N T} N PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2017 WATER TREATMENT PLANT SCADA UPGRADES CITY OF IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: JA' yy Shane P. Zenz .E. Iowa License. No. 21579 My license renewal date is December 31, 2018. DATE: (01301,2ot7 FESS/o " ..............IN y : SHANE P. `? w ? ZENZ ; z u 21579 IOWA SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICE TO BIDDERS............................................................................................ AF -1 NOTE TO BIDDERS............................................................................................... NB -1 FORM OF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORM OF AGREEMENT........................................................................................ AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 WAGE THEFT POLICY.......................................................................................... WT -1 GENERAL CONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS.......................................................................a SCaF BIDDER STATUS FORM...................................................................................... BP "n TECHNICAL SPECIFICATIONS --r DIVISION 1 - GENERAL REQUIREMENTS A` Section 01010 Summary of Work............................................................... C01010-1 Section 01019 Contract Considerations...................................................... 01019-1 Section 01039 Coordination, Field Engineering, and Meetings ................... 01039-1 Section 01045 Cutting, Patching, and Alterations ....................................... 01045-1 Section 01060 Regulatory Requirements.................................................... 01060-1 Section 01090 Reference Standards and Definitions .................................. 01090-1 Section 01300 Submittals............................................................................ 01300-1 Section 01310 Progress and Schedules..................................................... 01310-1 Section 01400 Quality Control..................................................................... 01400-1 Section 01500 Temporary Facilities............................................................ 01500-1 Section 01560 Temporary Controls............................................................. 01560-1 Section 01590 Storage Areas and Sheds ................................................... 01590-1 Section 01600 Materials and Equipment..................................................... 01600-1 Section 01650 Starting of Systems............................................................. 01650-1 Section 01700 Contract Closeout................................................................ 01700-1 DIVISION 2 - SITE WORK Section 02050 Demolition............................................................................ 02050-1 DIVISION 7 - THERMAL AND MOISTURE PROTECTION Section 07270 Firestopping......................................................................... 07270-1 DIVISION 16 - ELECTRICAL Section 16010 General Electrical Requirements ......................................... 16010-1 Section 16110 Conduit................................................................................ 16110-1 Section 16113 Surface Raceway................................................................ 16113-1 Section 16120 Wire..................................................................................... 16120-1 Section 16130 Pull and Junction Boxes ...................................................... 16130-1 Section 16141 Wiring Devices.................................................................... 16141-1 Section 16190 Supporting Devices............................................................. 16190-1 Section 16195 Electrical Identification......................................................... 16195-1 Section 16450 Secondary Grounding......................................................... 16450-1 Section 16930 Instrument and Communication Wire and Cable ................. 16930-1 Section 16940 Controls and Instrumentation .............................................. 16940-1 Section 16941 Controls and Instrumentation Drawings .............................. 16941-1 Section 16951 Spare Parts......................................................................... 16951-1 Section 16990 SCADA System 1/0 Listing .................................................. 16990-1 APPENDICES SampleDrawings.................................................................................................... 23 SCADAScreen Shots.............................................................................................. 40 PLANS ti 0 1 � C D N w NOTICE TO BIDDERS 2017 WATER TREATMENT PLANT SCADA UPGRADES PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 23rd day of August, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 5th day of September, 2017, or at special meeting called for that purpose. The Project will involve the following: Replacement of existing programmable logic controllers (PLCs) and serial data radios with new PLCs and new Ethernet radios in existing supervisory control and data acquisition (SCADA) control panels at the Iowa City Water Treatment Plant and several remote facilities including well houses, pump stations, ground storage reservoirs, and a radio tower. Installation of new OWNER - furnished Ethernet network switches in all control panels. Creation of a self -healing network communication ring at the water treatment plant using existing fiber optic cabling. Modification of existing PLC programming for several processes improvements and the removal of unused PLC code. Significant modification of the existing SCADA human machine interface (HMI) graphics software to improve graphical organization, improve the presentation of process data, and to incorporate controls for updated PLC programming. All work is to be done in strict compliance with the plans and specifications prepared by Strand Associates, Inc.®, of Madison, Wisconsin, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. O v The successful bidder will be required to furnish a bond in an amoj}aqLh# to hundred percent (100%) of the contract price, said bond to be issuedc4)4 rgsponsm surety approved by the City, and shall guarantee the prompt payment or1*hmZrialsVM labor, and also protect and save harmless the City from all claims an4<4;na@Ws of kind caused directly or indirectly by the operation of the contract, and shhaagplso%juar completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project: Final Completion Date: June 29, 2018 Liquidated Damages: $300 per day Complete digital Project Bidding Documents are available at www.questcdn.com. Download the digital Bidding Documents for $25 by inputting Quest project number 5235666 on the website's Project Search page. Please contact QuestCDN.com at (952) 233-1632 or info@questcdn.com for assistance with free membership registration, downloading, and working with this digital project information. Bidding Documents may be reviewed and paper copies may be obtained from the Issuing Office which is Strand Associates, Inc. ®, 910 West Wingra Drive, Madison, WI 53715. A nonrefundable fee of $100 will be required (shipping and handling fees included). Overnight mailing of Bidding Documents will not be provided. All Bidders submitting a sealed Bid shall obtain the Bidding Documents from QuestCDN.com or from Strand Associates, Inc.® Bidders who submit a Bid must be a Plan Holder of record at the Issuing Office. Bids from Bidders who are not on the Plan Holders List may be returned as not being responsive. Plan Holders are requested to provide an e-mail address if they wish to receive addenda and other information electronically. Plan Holders are requested to designate whether they are a prime contractor, subcontractor, or supplier if they want this information posted on the project Plan Holders List. A prebid conference will be held at 1:00 P.M., local time, on August 16, 2017, at the Iowa City Water Treatment Plant (80 Stephen Atkins Drive, Iowa City, IA). Bidders are encouraged to attend and participate in the conference. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be ob- tained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. o Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK =�c� a M 4� N O Cd AF -2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verged or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond and Bidder Status Form Form of Proposal 4. Lump Sum Base Bid with Bid Alternatives a. Bidders shall submit a Bid on a lump sum base bid basis. The price for all base bid items shall be included in the lump sum base bid. Bidder shall include a separate bid price for each bid alternative described in its Form of Proposal. The price for each bid alternative will be the amount to be deducted from the price of the base bid if OWNER selects the bid alternative. b. Failure to provide a separate price for each bid alternative may result in OWNER declaring Bid nonresponsive. Consideration of bid alternatives will be made prior to the Notice of Award. C. Bid aftemative prices shall include the entire cost of the bid alternatives and additional work to be performed which is not shown on the Drawings but which is required as a result of selection of the bid alternative. If a Contract is to be awarded, it will be awarded to the responsive and responsible Bidder with either the lowest lump sum base bid or the lowest lump sum base bid minus any bid alternative(s) selected by OWNER whose evaluation indicates to OWNER that the award will be in the best interest of the Project. Bid from the successful Bidder for the lump sum base bid plus or minus any bid alternative(s) selected by OWNER may not necessarily be lower in price than the lump sum base bid or bids for other bid alternative combinations. 6. OWNER reserves the right to accept or reject any bid alternatives to the lump sum base bid. Should OWNER wish to consider bid alternatives listed, Bidder may be required to provide additional information detailing the costs associated with each Bid.AIternative prior to the Notice of Award. If a bid alternative is selected by OWUR, is awarded Contract price will include the selected alternative(s). 0� >=4 r x �� fV S W NB -1 FORM OF PROPOSAL 2017 WATER TREATMENT PLANT SCADA UPGRADES PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS FORM ARE COW TAINED WITHIN THE BACK COVER OF THIS DOCUMENT OR AT WWW.QUESTCDN.COM. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated at lump sums to be agreed upon before starting such work. FP -1 N O_ o .,n m o FP -1 M 2017 WATER TREATMENT PLANT SCADA UPGRADES PROJECT CITY OF IOWA CITY, IOWA LUMP SUM BASE BID: rs (Words) (Numbers) Contract award will be made based on the Lump Sum Base Bid or Lump Sum Base Bid with any combination of Bid Alternatives selected. The price for all Base Bid Equipment items shall be included in the Lump Sum Base Bid. Bid Alternatives will be added or deducted from the Lump Sum Base Bid, if they are accepted, prior to Notice of Award being made. OWNER reserves the right to accept or reject any Bid Alternatives to the Lump Sum Base Bid. Should OWNER wish to consider Bid Alternatives listed, Bidder may be required to provide additional information detailing the costs included as part of each Bid Alternative. If a Bid Alternative is selected by OWNER, the awarded Contract price will include the selected Alternative(s). N O O � BID ALTERNATIVESy'-� ) � [ .rr �h o r`„ BID ALTERNATIVE NO. 1: a M 0 The price of $ shall be deducted from the contract luesun%ase bid if OWNER elects to allow CONTRACTOR to take ownership of all existing PLCs, PLS 1/0 cards, PLC communication cards, operator interface panels, and serial data radios being removed and not being reused, as indicated on the Drawings and in the Specifications as specified in Section 16940—Controls and Instrumentation. CONTRACTOR shall include all costs associated with the removal of this equipment in the Base Bid. BID ALTERNATIVE NO. 2: The price of $ shall be deducted from the contract lump sum base bid if OWNER elects to allow CONTRACTOR to take ownership of both temporary radio migration master stations being provided as part of the temporary work required for this project as indicated on the Drawings and in the Specifications as specified in Section 16940—Controls and Instrumentation. FP -2 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: Name: Type of Work: Appx $ Amnt: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents" and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents' prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. g 0 '-c-'c 'n NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, 'n all r M (b) If said Bid shall be accepted and the Principal shall execute a elivMa cdUct in the form specified, and the Principal shall then furnish a bo for tl eEPrincipal's faithful performance of said Project, and for the payment of all person"erforming labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20_ Witness Witness AIM Principal By_ Surety By — Attach Power -of -Attorney day of (Seal) (Title) (Seal) (Attorney-in-fact) FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 30th day of June, 2017, for the Iowa City 2017 Water Treatment Plant SCADA Upgrades ("Project'), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the lump sum amount of listed in its Form of Proposal, which includes the base bid and bid alternates 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; o N 0 C. Plans; d. Technical Specifications and Supplementary Conditions; ,dam o;v e. Performance and Payment Bond; Ax = n% (� f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. This Instrument. AG -1 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the supplementary conditions. Name $Amount DATED this day of 20 D City Contractor { By Mayor ATTEST: W (Title) ATTEST: (Title) City Clerk (Company Official) AG -2 Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor cUM Surety CD hereby bind themselves, their heirs, executors, administrators, successors and ns*intlyT" severally. 11,� _ r q M WHEREAS, Contractor has, as of entered in z v (date) ZE'r N written Agreement with Owner for the Iowa City 2017 Water Treatment Plant SCADAapgrades Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Strand Associates, Inc.°, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient am funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) year from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. o SIGNED AND SEALED THIS DAY OF a1 r �, 20 IN THE PRESENCE OF: Witness Witness a A M =40 O I -:< Fn -o v y ce (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program � r 1 CITY 4F IOWA CITY O V C")-< �� ��► 4n o f s m CD= r,. C.A CITY 4F IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code. section 2-3-1. N O o �n �w -'a m n a rV v _ F mgr`asst\wntractwmpliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor' shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. N m _ 00 d ~ C -< CD ME0 mgr\assficontracicompliance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date mgr\ass0contractcompliance.doc CC -3 N _ E3ti _O <� r `M.-0 M C3= -4�m MC N r mgr\ass0contractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your EqualJmployment Opportunity program. All employees authorized to hire, supervise, promote, or discharge oyy�ees orz� involved in such actions should be trained and required to comply with your pol and�he umnt equal employment opportunity laws. c =f M 4. RECRUITMENT = 0 (a) Let potential employees know you are an equal opportunity emplogtr. This -can be done by identifying yourself on all recruitment advertising as "an equal opportunity empbyer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your companys recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mg6asstoontmdcompliance.doc CC -4 Attached for your information is a copy of Section 2 — 3 —1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. _ N O _4 �+ 'n c� < CD O :)r M a po Ci CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16- 2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares throughtheRilization of guidelines established by the center for disease control of the United departma of health and human services, that a person with a condition related to a d murW" deficiency syndrome poses a significant risk of transmission of the huma62'< o i- � immunodeficiency virus to other persons in a specific occupation. m � v CC -6 F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 N _O C o ,ten CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. r 0 m r CC -8 CITY OF IOWA CITY WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") 'W b �+ I. Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. - C7 C r` b. Contracts for discretionary economic development assistance. D ior>�y' womic development assistance shall mean any economic development assistanc rovide'*by tRtrCity of Iowa City that is not required by law. a. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. if a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. WT -1 WAGE THEFT AFFIDAVIT o_ c 1> r STATE OF ) Zi� �r"i O rn ss: i 4 COUNTY ) w7 N r I, , upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. Signature This instrument was acknowledged before me by on 20 Notary Public in and for the State of WT -2 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. _ c3' O Z C– r , C-) C-) 3` N o r GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Wage Theft Policy S-10 S-11 Measurement and Payment Taxes CD a'—r C S-12 Bidder Status Form r S-13 Contractor Safety Training _4P MCaption and Introductory Statements �A __X !� These Supplementary Conditions amend or supplement Division 11 of the Iowa 1'epartment of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended. "CONSULTANT" shall mean Strand Associates, Inc.°. SC -1 S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without speck permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: o Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Excess Liability Each Occurrence $1,000,000 $1,000,000 LIM r M ca Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carder be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs SC -2 incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. 'Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specked in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance Contractor's Certificate of Insurance are canceled or modifie Contractor incurs liability losses, either due to activities under 1 other activities not under this Contract but covered by the san losses reduce the aggregate limits of Contractor's liability insi required hereunder, then in that event the City may in its di,, Contractor's operations or activities under this Contract, or term withhold payment for work performed on the Contract. SC -3 coveragQ,identified on J, -or in it event that Oct, a to ion urame, an8lbuch tette belowemits qRn eii her end §w @this�on , and j5 N v r 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractors operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 8. In addition to the Contracting Authority, the Consultant shall be named an Additional Insured on the general liability and automobile policies. Endorsement forms shall be CG 20100704 and CG 20370704 or equal for general liability and CA 2048 or equal for automobile liability. Endorsements or general liability policies shall not exclude supervisory and inspection services. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents, and the Consultant from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. _ _o 2. Contractor is not, and shall not be deemed to be, an agent or emp *e Cit f Iowa City, Iowa. 0 S-4 SUPERVISION AND SUPERINTENDENCE. =9 �= M Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICA-0 S: ry r CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. SC -4 The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT -1. S-10 MEASUREMENT AND PAYMENT. Section 01019—Contract Considerations, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-11 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-12 BIDDER STATUS FORM. r The Contractor awarded the project together with all Subcontractors shall be recut comnlite the form included with these specifications (and entitled the same as this sec"nd-subrrff the Engineer before work can begin on the project. c m 0 r SC -5 S-13 CONTRACTOR SAFETY TRAINING. Contractors and subcontractors performing construction, renovation, demolition, installation, maintenance or repair operations in or on Iowa City Water Division's property are responsible for insuring that all their employees, including subcontractor employees, attend and pass a one-hour Water Division Contractor Safety Orientation Course prior to starting work. The purpose of this training program is to ensure that contractors are informed of the presence and type of hazards in or near their work areas at the Water Purification Treatment Plant facilities; are made aware of the Water Division's expectations regarding safety compliance and control of worksite hazards; and to ensure the safety of Water Division employees and public who may be in close proximity to Contractor operations. This site-specific Water Division Contract Safety Orientation Course is a computer-based training program that is presented and administered by Kirkwood Community College. The cost of the training is $35.00 per person and can be arranged by calling (319) 398-5678 for the testing reservations. The contractor safety orientation training must be completed once every two years. Online -based training is available at www.gatefeed.com or by calling Gatefeed at (312) 467-9884. Contractors are asked to pay for assessments at the time of scheduling over the phone by credit card, or at the time of service. If a purchase order is required, please call 319-398-5893 with your account information. Currently the fees for testing are $35 dollars. Replacement cards are issued for a $15 fee. Please note that the Water Division Contractor Safety Orientation Course is only available in an English-language version. If the contractor or subcontractor have any non-English speaking employees, the employer is responsible for providing translation of the training materials for their employees. Contact Kirkwood Community College in advance to make the appropriate arrangements if this is necessary. SC -6 N .Zb C-) V C rn r SC -6 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: /—/—to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additi I sheet(s) if needed. To be completed by all bidders 020:c7 cs -if art D I certify that the statements made on this document are true and complete to the best of my knowl@jKand-d-F knoy'Mt my failure to provide accurate and truthful information may be a reason to reject my bid.mac, CD :<m -o M Firm Name: ;-,= s 0 Date: Y' t You must submit the completed form to the governmental body requesting bids per 675 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization Wiled in a state other than Iowa, has received a certificate of authority to transact businestSin lovaGand the certificate has not been revoked or canceled. *0. � rr rn O N , 0 D - r BF -2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts anew Chapter 156, "Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects. The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body" replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability, clause was added. The principal reason for adoption of this amendment is to implement legislative iolent. Nr$anance procedures are included in these rules because variance provisions are set forth in 875n5aaptg'7`t . After analysis and review of this rule making, no impact on jobs has been found. 1o: r— These rules are intended to implement Iowa Code section 73A.21. C)—< _ These rules shall become effective on February 12, 2014. trn The following amendment is adopted. �i *t = (n Adopt the following new 875 --Chapter 156: ACR iG (� CHAPTER 156 D BIDDER PREFERENCES IN GOVERNMENT CONTRACTING ua 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate, " when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division " means the division of labor of the department of workforce development. BF -3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent, " when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body "means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary, " when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2) "a" for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is 8horizeao transact business in the state if one or more of the following accurately describes the person*CV ti15 a. In the case of a sole proprietorship, the sole proprietor is an Iowa residentf6;:;Dwe-mcoi purposes; n C p— b. In the case of a general partnership orjoint venture, more than 50 percent of 4 general partn rr joint venture parties are residents of Iowa for Iowa income tax purposes; s ' a BF -4 era c. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 875-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of parent that would be a nonresident bidder if such parent were to bid on the public improvement inM own name, then the public body shall allow a preference as against such bidder that is equal�e p�feren en or required by the home state or foreign country of the bidder's parent. In the i ea labor preference, a public body shall apply the same resident labor force preference to s7ul0ic improv ~`t in this state as would be required in the construction of a public improvement by t e ate ori reign country of the nonresident bidder, or the parent of a resident bidder if the pa�otgquall"s a nonresident bidder if such parent were to bid on the public improvement in its oWBne v A preference shall not be applied to a subcontractor unless the home state (Vreignitountry of the nonresident bidder to whom the contract was awarded would apply a preference to the sukpntractor. BF -5 Specific methods of calculating and applying a preference shall mirror those that apply in the home state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that the specific method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availability of written complaintform. The written complaint form shall be available in all division offices and on the department of workforce development's Internet Web site. 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. c. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. n�n� d. Oaths; depositions; subpoenas. The commissioner may administer oaths joke ormuse to be taken deposition of witnesses, and require by subpoena the attendance and testimori ftw ses an production of all books, registers, payrolls, and other evidence relevant to a matt r stigaat or hearing. n"E e. Employment of personnel. The commissioner may employ qualified perso is armee nece ,%for the enforcement of Iowa Code section 73A.21. The personnel shall be empl urslant t merit system provisions of Iowa Code chapter 8A, subchapter IV.0 N c.ts MW f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. —$ [Filed 12/16/13, effective 2/12/14] [Published 1/8/14] EDrrox's NorE: For replacement pages for IAC, see IAC Supplement 1/8/14. BF -7 8 v x N r�1 A -G -<F M �x 0 D 8 v x N r�1 TECHNICAL SPECIFICATIONS N _O �n 0 !.rt PART1—GENERAL 1.01 DIVISION ONE SECTION 01010 SUMMARY OF WORK A� =rc-) -<F ra � x apply to all sections of the Contraco). A. The requirements of Division 1 1.02 PROJECT SCOPE N b L c r— N rn A. CONTRACTOR shall provide all items, articles, materials, operations or methods mentioned or scheduled on the Drawings or herein specified: including all labor, supervision, equipment, incidentals, taxes, and permits necessary to complete the Work as described within the Contract Documents. CONTRACTOR shall install all items provided by OWNER as mentioned or scheduled on the Drawings or herein specified. 1.03 CONTRACT DOCUMENTS—INTENT AND USE A. Intent of Documents: 1. Singular notations and specifications shall be considered plural where application is reasonably inferred. 2. Mention or indication of extent of work under any division or Specification section is done only for convenience of CONTRACTOR and shall not be construed as describing all work required under that division or section. 3. Some individual sections may contain a list of related sections. The list of related sections in individual sections is provided for the convenience of CONTRACTOR and is not necessarily all-inclusive. CONTRACTOR may not rely upon this listing for determination of scope of work. Other sections of the Specifications not referenced in individual sections shall apply as required for proper performance of the Work. 4. Command type sentences may be used in the Contract Documents. These sentences refer to and are directed to CONTRACTOR. 5. Symbols for various elements and systems are shown on the Drawings. Should there be any doubt regarding the meaning or intent of the symbols used, a written interpretation shall be obtained from ENGINEER. B. Use of Documents: 1. CONTRACTOR shall examine all Specifications and Drawings for the Work, including those that may pertain to Work CONTRACTOR does not normally perform with its own forces. 2. CONTRACTOR shall use all of the Project Drawings and Specifications: a. For a complete understanding of the Project. b. To determine the type of construction and systems required. c. For coordination with other contractors. d. To determine what other work may be involved in various parts or phases. e. To anticipate and notify others when work by others will be required. f. And all other relevant matters related to the project. 3. CONTRACTOR is also bound by all requirements of the Contract Documents which are applicable to, pertain to, or affect its Work as may be shown or inferred by the entire set of Project Drawings and Specifications. Section 01010-1 4443.001117-49 N 1.04 CONSTRUCTION REQUIREMENTS �» A. General Information and Requirements: b` r P; 1. The City of Iowa City Water Treatment Plant (WTP) is in continudas1peretion three shifts: Day (7 A.M. to 3 P.M.), Evening (3 F.M. to 11 P.M.), and N 412(1 R. m. fo 7 A. M.). The WTP provides high-quality water at approximately 5.5 mill llgs-peM- y with 9 million gallons of storage. x 2. ZE It shall be the responsibility of CONTRACTOR to not in any):way irMair the normal treatment or operation efficiency of the facilities, regardless of the Work underway. No bypassing of raw or partially treated water to the distribution system or to downstream treatment units shall occur at any time as a result of construction unless authorized in writing by plant superintendent. In general, this requires that temporary facilities be provided prior to removing existing units from service for modifications or repair. CONTRACTOR shall provide all temporary electrical and temporary construction required to meet the requirements of this section and to complete the Work. 3. Operation of the water supply and treatment facilities will be the responsibility of OWNER. CONTRACTOR shall cooperate with the water utility operation staff at all times, and removal of any operating units from service shall be coordinated by CONTRACTOR with OWNER and ENGINEER. Prior to removing or placing any unit process in or out of service, CONTRACTOR shall request in writing authorization from OWNER. 4. No more than one existing PLC control panel or radio link may be taken out of service at a time so that the remaining units are available for operation. CONTRACTOR shall coordinate equipment and controls out of service and placing units back in service with OWNER. 5. CONTRACTOR shall maintain plant site roadways open at all times to meet OWNER's requirements. CONTRACTOR shall be responsible for maintaining roadways in drivable conditions. 6. Outage Plan: CONTRACTOR shall submit for review, a detailed outage plan which includes time scheduled for work activities necessary to remove unit processes, tanks, piping, electrical service, equipment, or structure from service. The plan shall be in writing and also in the form of a bar graph. The outage plan shall be coordinated with the work construction schedule and shall be updated monthly. The outage plan shall follow the construction sequence specified herein and shall include the length of time required to complete said work. The length of time unit processes, controls, and communications are out of service shall be minimized. To that end, all new equipment, tools, and materials required for the Work shall be readily available when outage is implemented to minimize down time of unit processes. B. Construction Sequence: 1. The following construction sequence is provided as a general guideline for the information and for the benefit of CONTRACTOR. This construction sequence is not intended to dictate means, method of construction, or direct construction activities. This construction sequence is a conceptual general construction sequence with minimum recommended outage, shutdowns, and operating units to be maintained in service. The general construction sequence is projected to allow the Work to be completed while maintaining treatment of the water treatment plant. It is not intended to be all inclusive and does not list all work elements or details that are required to complete the Work or place equipment in service. CONTRACTOR shall be responsible for implementing any additional details required, including temporary wiring and equipment at no additional cost to OWNER. Section 0 10 10-2 4443.001/1749 2. CONTRACTOR may propose alternate sequence or modifications to this sequence. OWNER will review the proposed modification and determine if such modification of the sequence interferes with the proper operation of the treatment activities. Any modifications to this general construction sequence shall be proposed in writing and shall be approved by OWNER prior to their implementations. 3. Coordinate all Work associated with each control panel or remote facility, any Work resulting in a loss of communication, and all Work resulting in the disruption of water treatment processes with OWNER at least two weeks prior to starting Work to allow OWNER's operations staff to prepare for the necessary equipment shutdowns and modifications to process control. CONTRACTOR must maintain constant communication with OWNER and immediately identify any required changes to the approved schedule or scheduled area of Work, and promptly reschedule the Work with OWNER. OWNER reserves to right to cancel any scheduled Work, at no additional cost, due to unforeseen required changes to OWNER's water treatment operations, due to adverse weather conditions, or due to an equipment failure. 4. The existing 62.5 um multi -mode fiber optic cable routed between control panels at the WTP have 12 fibers per cable. Four of these strands are currently used for the existing SCADA System DH+ PLC network. Install newfiber optic patch panel in the WTP Server Room network equipment rack and install new 62.5 um multi -mode fiber optic cable and conduit from the rack to the existing fiber optic patch panel at PCP -R (Filter No. 5) in the WTP. Disconnect and cap ends of four spare fibers in the fiber optic patch panel at PCP -R that are currently routed to the Generator Building to allow four fibers (two spare) in the new fiber optic cable from the Server Room to be terminated in the fiber optic patch panel at PCP -R. This will allow both the PLC in LCP-A in the Generator Building to remain connected to the existing DH+ PLC network and the new Ethernet network switch in PCP -R to be connected to the new SCADA System Ethernet network ring. Refer to the SCADA Network Riser Diagram on the Drawings for the required fiber optic cable routing. 5. Install all new SCADA Ethernet network hardware and connect the new self -healing Ethernet network ring using two of the existing unused fibers and two fibers on the new fiber optic cable installed from the WTP Server Room to the fiber optic patch panel at PCP -R (Filter No. 5). Verify reliable communication with all network hardware, test the self -healing ring functionality, and test the network -based communication failure monitoring for each switch that will be implemented by the Iowa City IT Department. Confirm all network hardware functions are working properly and all network hardware settings are updated and accurate before proceeding with Work in other areas. 6. During PLC replacements, System Supplier shall update the SCADA HMI tag database for each PLC as it is replaced so that SCADA HMI monitoring and control is available at all times for both new and existing PLCs until all PLCs have been replaced. The on-site implementation of SCADA HMI graphics improvements associated with modified color schemes, removed background images, moved text, etc., shall be delayed until after all PLCs have been replaced to avoid introducing potential errors into the HMI graphics during PLC replacement and subsequent verification that information in the PLC is being correctly displayed at the SCADA HMI. 7. Communication with both new and existing PLCs shall be maintained untilgLl PLCs have been replaced. General HMI improvements as specified herein that are r1M associated with new PLC tag databases or new PLC controls can be complel86at -2-A ti The PLC programming improvements specified herein shall be incorpLm$tecp to u ted PLC programs used in the new PLCs so that the new controls cathe new HMI screens as soon as the new PLCs are brought online. 8. Coordinate reconfiguration of the existing Ethernet City network `s�ch-et thntdio Tower with the Iowa City IT Department to establish a SCADA VLAf 6rt r corloting ear Section 0 10 10-3 4443.001/1749 the new Ethernet radio at the Radio Tower. This new Ethernet radio will communicate with PCP -A in the WTP Server Room via the existing City network switch at the Radio Tower, which is logically connected to the main network switch at the WTP via single - mode fiber optic cable routed to the Iowa City Data Center. 9. Perform voltage standing wave ratio (VSWR) testing for all existing radio antenna and cable installations being reused to verify that the VSWR values for all existing installations comply with the installed antenna prior to replacing any of the existing radio telemetry equipment. 10. Install new Ethernet radio at the Radio Tower and connect to the SCADA System Ethernet network via the existing reconfigured network switch. Install a temporary radio migration master station to allow for staggered radio communications with remote facilities through both the existing serial data radio and the new Ethernet radio using the existing Radio Tower antenna. 11. Install new Ethernet radio at the WTP and a temporary radio migration master station to maintain radio communications with the Radio Tower serial data radio through both the existing serial data radio in PCP -A and to provide a communication path for new Ethernet radios communicating directly with the new Ethernet radio at the WTP using the existing antenna on the WTP roof. 12. PLC Replacements in Local Control Panels (LCPs) at the Wells and the Sand Pit Pump Station: a. PLCs at the existing wells and at the Sand Pit Pump Station currently communicate data back to registers in the PLC in PCP -A at the WTP via a PLC and serial data radio at the Radio Tower. During PLC, OIP, and radio replacements and Ethernet network reconfiguration work at each facility, communications for that facility shall be established with PCP -A via the new Ethernet radios at the Radio Tower or WTP, or via the new fiber optic SCADA System Ethernet network (LCP-B at Jordan Well No. 1 only). Update PLC programming and communications between the SCADA System HMI and PLCs to maintain existing functionality of the facilities and SCADA System HMI. b. Replace PLCs, OIPs, radios, and provide appurtenances as specified herein at the following remote well and pump station facilities, one at a time. All existing information available at the SCADA System HMI from the associated PLC shall be displayed at the HMI and tested for accuracy before beginning work at the next facility. o (1) LCP-C—Collector Well No. 1 (Radio to WTP). (2) LCP-D—Collector Well No. 2 (Radio to WTP). ' —n (3) LCP-E—Collector Well No. 3 (Radio to Radio Tower).C� _, --� (4) LCP-F—Collector Well No. 4 (Radio to Radio Tower). -:;n o r� (5) LCP-J—Silurian Well No. 3 (Radio to Collector Well 1469). _0 M (6) LCP-H—Silurian Well No. 2 (Radio to WTP). ci (7) LCP-K—Silurian Well No. 4 (Radio to Radio Tower). r" (8) LCP-L—Sand Pit Pump Station (Radio to WTP). (9) LCP-B—Jordan Well. No. 1 (SCADA Ethernet Network via Fier Optic). 13. Coordinate reconfiguration of existing Ethernet City network switches at each ground storage reservoir with the Iowa City IT Department to establish SCADA VLAN ports on the existing Ethernet City network switches to allow new SCADA System equipment at each reservoir to connect to the new SCADA System Ethernet network via the existing Ethernet network switches at each facility, which are currently connected to the Iowa City Data Center using single -mode fiber optic cable. 14. PLC Replacements in LCPs at the Ground Storage Reservoirs: a. The existing ground storage reservoirs currently communicate back to PLC registers in the PLC in PCP -A at the WTP via a PLC and serial data radio in LCP-M at the Section 01010-4 4449.001117-49 Radio Tower. During PLC and OIP replacements at each remote facility, communications shall be established with PCP -A via the existing reconfigured Ethernet network switches at each ground storage reservoir that are currently connected to the Iowa City Data Center. Update PLC programming and communications between the SCADA System HMI and PLCs to maintain existing functionality of the facilities and SCADA System HMI. b. Replace PLCs and OIPs and provide appurtenances as specified herein at the following ground storage reservoirs, one at a time. All existing information available at the SCADA System HMI from the associated PLC shall be displayed at the HMI and tested for accuracy before beginning work at the next facility. (1) LCP-R-Rochester GSR. (2) LCP-S-Sycamore GSR. (3) LCP-Q-Emerald GSR. (4) LCP-P-Bloomington GSR. c. Remove both temporary radio migration master stations, existing serial data radios from the Radio Tower and WTP, and the existing PLC from LCP-M at the Radio Tower once all remote facilities are communicating via the new SCADA System Ethernet network using new Ethernet radios or existing network switches connected to the Iowa City Data Center. 15. Coordinate with the Iowa City IT Department to patch spare single -mode fiber optic cables in the WTP Server Room and in the Generator Building to create a new dedicated, self -healing Ethernet network ring between SCADA System network switches in the WTP Server Room and the existing network switch in the Generator Building. This new fiber optic ring will be used to connect the new PLC in LCP-A in the Generator Building to the new SCADA System Ethernet network using the existing network switch in the Generator Building and four spare single -mode fibers in an existing fiber optic cable currently installed between the WTP Server Room and the Generator Building. 16. PLC Replacement in LCP-A at the Generator Building: a. All Work associated with LCP-A and the Generator Building is contingent on a dry weather forecast. Schedule this Work with OWNER at least one week prior to starting the Work and obtain final approval from OWNER no more than 24 hours prior to starting the Work. b. During the PLC replacement, update PLC programming and communications between the SCADA System HMI and the new PLC to maintain existing functionality of the facility and SCADA System HMI. c. Replace the PLC and provide appurtenances as specified herein for LCP-A in the Generator Building. All existing information available at the SCADA System HMI from the associated PLC shall be displayed at the HMI and tested for accuracy before beginning Work in PCPs at the WTP. d. Remove existing multi -mode fiber optic cable from the fiber optic patch panel at PCP -R (Filter No. 5) in the WTP to the Generator Building and remove the multi - mode fiber optic patch panel in the Generator Building. Terminate the remaining unterminated fibers in the new fiber optic cable installed from the Wg Server Room to the fiber optic patch panel at PCP -R. Only a few of the fibis in thismew fiber optic cable were able to be previously terminated in the patch p" atLw,-P-FMcause the PLC in LCP-A in the Generator Building needed to rRk1n donned tto the existing DH+ PLC network. o j'— 17. PLC Replacements in Process Control Panels (PCPs) at the a. PLC replacements in PCPs shall be coordinated with tlg TFagper s and maintenance staff. The PLCs in several PCPs share info n 0twe LCs in other PCPs which will require careful sequencing and manli''al operon by the WTP Section 01010-5 4443.00111749 operations staff. The Section 16940 System Supplier is ultimately responsible for identifying messaging conflicts between online PLCs and PLCs that are taken offline during replacement and for providing any temporary Work required to maintain plant operations. Coordinate all temporary Work requirements with the WTP operations staff. b. Replace each PLC and the OIP on the Permanganate Feed System PLC Control Panel, and provide appurtenances as specified herein for each PCP and the Permanganate Feed System PLC Control Panel. All existing information available at the SCADA System HMI from the associated PLC shall be displayed at the HMI and tested for accuracy before beginning work at the next PCP. For large PCPs with critical time frames defined below, provide additional personal for afterhours work as required to complete the Work within the allotted time frame. c. The following sequence for PLC replacements in each control panel was defined by OWNER. Only one PCP may be taken offline at any one time. Suggested deviations from this sequence must be discussed with OWNER as soon as the required deviations are identified, and a minimum of one month prior to the first scheduled PCP outage. The outage duration for each PCP must be as short as possible and a conservative estimate of the outage duration required for each PCP must be provided to the WTP operations staff at least one week prior to the scheduled outage for the associated PCP. (1) PCP-A—Server Room: Temporarily relocate and power the existing PLC to maintain communication with all remote facilities and the SCADA System HMI while installing the new PLC. (2) PCP-R—Filters 5 and 6: Operations staff will place filter No. 5 in standby prior the outage. Filter No. 6 is not in operation. (3) PCP-P—Filters 1 and 2: Operations staff will ensure filters are washed and placed in standby prior to the outage. (4) PCP-Q—Filters 3 and 4: Operations staff will ensure filters are washed and placed in standby prior to the outage. (5) PCP-N—Sump Pump and Raw Water Flow Monitoring: Program an artificial backwash turbidity signal into all PLCs that require this signal if a backwash cycle will be run during this PCP outage. (6) PCP-G—Softener No. 3, CO2 Feed, and Fluoride Feed: Operations staff will take softener out of service and manually feed chemicals during the outage. (7) PCP-M—Softener No. 1, Polymer Feed, and Ferric Sulfate (Coagulant) Feed: Operations staff will monitor softener operation, if in service, and manually feed chemicals. (8) PCP-L—Softener No. 2, Phosphate Feed, and Permanganate Feed: Operations staff will monitor softener operation, if in service, and manually feed chemicals. (9) Permanganate Feed System PLC Control Panel: Operations staff will monitor softener operation, if in service, and manually feed chemicals. (10) PCP -H or PCP-K—Lime Feed: Operations staff will swap lime feed systems as needed to keep one feed system online while the other system is being upgraded. (11) PCP -K or PCP-H—Lime Feed: Operations staff will swap Iinwjeed systems as needed to keep the updated feed system online -hile the remaining feed system is being upgraded. (12) PCP-F—Chlorine Feed, Backwash Pumping, and HipPerviR PurUjg: Work on this PCP must begin on a Monday and must be let wit " 8 hours. Operations staff will manually operate all pumps. rations s will also contact the Iowa Department of Natural Resources R)-jior t outage N Section 01010-6 u'o 4443.001117-49 to inform them of the need to modify disinfectant contact -time (CT) calculations during the outage. Install point 1/0 modules in the high service pump VFDs, reconfigure VFDs for hardwired 1/0, and install new network B. Parking and Deliveries: 1. CONTRACTOR is responsible for control of traffic by vehicles and persons within the limits of its operations. 2. Parking for employees, subcontractors, and agents of CONTRACTOR shall be confined to the south parking lot. The north parking lot requires security badge access and parking in that area will be subject to approval of OWNER. 3. Construction material or equipment deliveries shall be offloaded on the north parking lot loading dock accessed through the badge -controlled gate. The WTP has a freight elevator accessible from the loading dock. Standard packages shall be delivered to the front desk accessed from the south parking lot. All deliveries shall be made between 7 A.M. and 3 P.M. on normal working weekdays. 1.06 EXISTING SERVICES, OVERHEAD UTILITIES, AND UNDERGROUND FACILITIES INCLUDING STRUCTURES A. Interruption of existing services and systems including heating, ventilating, air conditioning, water, sanitary, lighting and power, signal and security systems, and similar work shall be kept to an absolute minimum and shall be limited to times approved by OWNER. B. Work shall not commence until all labor, materials, and equipment are available so Work can continue without interruption or delay. Section 01010-7 4443.00111749 cabling while PLC is being replaced. 18. Remove the existing ControlLogix PLC mounted on the wall in the WTP Server Room. Tum equipment over to OWNER if Bid Alternative No. 1 is not selected. Remove all blue -hose DH+ communication cables. 19. All Work activities shall be limited to Mondays, Tuesdays, Wednesdays, and Thursdays. Only cleanup and testing activities may be performed on Fridays to prevent unforeseen Work from extending into the weekend. Experienced WTP operations staff will not be available over the weekends. 20. Upgrade the existing SCADA HMI software to the latest version as specified herein and integrate all specified HMI graphics improvements. Install the new Historian's erver software and new read-only SCADA node applications and licenses oy4he new virtual machine hosts provided by the Iowa City IT Department on the existingIt Department's VMware server cluster. �h Mc is 1 C= .�.`. 1.05 CONTRACTOR USE OF SITE c)-<— �— o -=i C.) �frn -v m A. General: 1. OWNER's property lines, the Project right-of-way and/or any m4 obiMped for the Project shall be considered the "area of the site. a 2. Construction activities shall be confined within the "area of the site" limbs. 3. From the start of work to completion CONTRACTOR is responsible for the care of the site and the premises which are affected by operations of Work of this Contract. 4. CONTRACTOR shall restore property disturbed during the Work, to the conditions which previously existed. 5. Work in occupied spaces shall be restricted to specified Work and essential activities. Such work shall be scheduled in advance with OWNER. B. Parking and Deliveries: 1. CONTRACTOR is responsible for control of traffic by vehicles and persons within the limits of its operations. 2. Parking for employees, subcontractors, and agents of CONTRACTOR shall be confined to the south parking lot. The north parking lot requires security badge access and parking in that area will be subject to approval of OWNER. 3. Construction material or equipment deliveries shall be offloaded on the north parking lot loading dock accessed through the badge -controlled gate. The WTP has a freight elevator accessible from the loading dock. Standard packages shall be delivered to the front desk accessed from the south parking lot. All deliveries shall be made between 7 A.M. and 3 P.M. on normal working weekdays. 1.06 EXISTING SERVICES, OVERHEAD UTILITIES, AND UNDERGROUND FACILITIES INCLUDING STRUCTURES A. Interruption of existing services and systems including heating, ventilating, air conditioning, water, sanitary, lighting and power, signal and security systems, and similar work shall be kept to an absolute minimum and shall be limited to times approved by OWNER. B. Work shall not commence until all labor, materials, and equipment are available so Work can continue without interruption or delay. Section 01010-7 4443.00111749 C. Should uncharted or incorrectly charted services be encountered during installation, notify OWNER and consult with utility owner immediately. D. Cooperate with OWNER and utility companies in keeping respective services in operation and repair any damage. E. CONTRACTOR shall not interrupt existing services occupied and used by OWNER or others, except when permitted in writing by OWNER. Any accidental interruption of services shall be repaired immediately, including provision of temporary facilities until permanent repairs can be made. G. Any additional costs incurred because of failure of CONTRACTOR to report the condition of any and all existing services encountered shall be paid for by CONTRACTOR. H. Any additional costs incurred because of failure of CONTRACTOR to report the condition of any and all existing services and Underground Facility encountered shall be paid for by CONTRACTOR. 1.07 PROTECTION OF WORK AND IMPROVEMENTS A. CONTRACTOR shall protect the property of OWNER, existing improvements, and the Work installed by CONTRACTOR and others from abuse, damage, dust, debris, and other objectionable materials resulting from construction activities. B. CONTRACTOR shall provide suitable covers, partitions, or other dust and fume containment devices to suit construction operations. C. CONTRACTOR shall keep property, existing improvements, and the Work free from dirt and foreign matter at all times. D. CONTRACTOR shall provide temporary plugging of openings, holes, and conduit ends that are existing or that CONTRACTOR has installed. E. Property, improvements, and Work damaged by CONTRACTOR shall be repaired or replaced by CONTRACTOR to the satisfaction of OWNER. F. If more than one contractor is responsible, the cost shall be shared. ENGINEER will determine responsibility for damages. All repair and replacement methods shall be approved by OWNER. 1.08 OWNER -FURNISHED PRODUCTS A. OWNER is responsible for the following items when supplying material ouquipment to CONTRACTOR for installation. _ o 1. Arrange for delivery of shop drawings, product data, sarQiu, anufacturer's instructions, and certificates to CONTRACTOR. 1p•� Aa �� 1 2. Deliver supplier's bill of material to CONTRACTOR. c7 -C o r-- 3. Arrange and pay for delivery to site. --+� m 4. Inspect deliveries jointly with CONTRACTOR. qhs 5. Submit claims for transportation damage and arrange for repll erjGof di nDged, defective, or missing items. y. CA Section 0 10 10-8 4443.001/1749 1.09 B. CONTRACTOR's responsibilities for OWNER -furnished products are: 1. Receive and unload products at the site. 2. Inspect deliveries jointly with OWNER and record shortage and damaged or defective items. Any materials and equipment furnished by OWNER and found to be defective shall be clearly marked and set aside to be removed by OWNER. Any materials and equipment furnished by OWNER and installed by CONTRACTOR without discovery of such defects will be replaced with sound materials and equipment by OWNER. CONTRACTOR, however, shall at its own expense furnish all equipment, labor, and facilities necessary to remove the defective materials and equipment and install the sound materials and equipment. 3. Handle products at the site, including uncrating and storage. 4. Protect products from damage and from exposure to the elements. 5. Assemble, install, correct, adjust, and finish products in accordance with the appropriate technical section of these specifications. 6. Repair or replace items damaged by CONTRACTOR at no additional cost to OWNER. 7. CONTRACTOR's responsibility for materials and equipment furnished by OWNER shall begin at the point of delivery to CONTRACTOR. Materials and equipment already on the site shall become CONTRACTOR's responsibility on date of Notice to Proceed with Contract. C. OWNER -Purchased Equipment and Materials: OWNER has purchased materials and equipment and has an agreement with some manufacturers and suppliers. It is the intent of the Contract Documents for the CONTRACTOR to use the provided materials as part of the construction, install the provided equipment, and accept reassignment of the agreement that OWNER has with the manufacturers and suppliers when indicated in the Contract Documents. The materials, equipment, and agreement provided by OWNER are referred to throughout the Contract Documents. CONTRACTOR shall also furnish and install any additional equipment required to provide a complete working system as shown on the Drawings and as specified in this Contract Document. To identify the scope of the OWNER -provided material, equipment supplier, and agreements, the language in the Specification has been typed in an italic font and framed as shown in the example below`: OWNER -supplied equipment and material to be installed by CONTRACTOR and agreement to be assumed by CONTRACTOR as part of this Contract have been typed in this text font and framed in this format and inserted in the appropriate AVAILABILITY OF LANDS N r r m d A. Easements were not obtained for this Project. CONTRACTOR shall confine its operations, equipment and storage areas to the easements, lands and rights-of-way in which the Project is to be located. CONTRACTOR may enter into written agreements with property owners for use of other lands during construction. Copies of such agreements shall be provided to OWNER. Section 01010-9 4443.001117-49 PART 2—PRODUCTS 2.01 OWNER -FURNISHED PRODUCTS A. The following is a reference list of the OWNER -furnished equipment: 1. Managed network switches (HP ProCurve). 2. SCADA System computers and virtual machines (See Section 16940, Paragraph 2.01). 3. Large -screen, wall -mounted monitor for SCADA HMI and wall -mounting bracket. PART 3—EXECUTION NOT APPLICABLE END OF SECTION Section 01010-10 4443.001117-49 ev 0 Y r— T iv SECTION 01019 CONTRACT CONSIDERATIONS B. Include with the alternate bid prices all costs, including materials, instal latio /removal, and fees. C. Show the proposed alternate bid prices in their proper description on the Form of Proposal. D. No additional working days will be granted with the inclusion of the alternate bid(s). 1.02 MEASUREMENT AND PAYMENT—LUMP SUM A. Payment for Lump Sum projects will be based on the accepted schedule of values for the project. B. An acceptable schedule of values will include the following features: 1. Schedule shall list the installed value of the component parts of the work in sufficient detail to serve as a basis for computing values for progress payments during construction. Schedule shall be subdivided as necessary by specification section and work area. 2. Identify each line item with the number and title of the respective Specification Section. 3. For each major line item list sub -values of major products or operations under the item. 4. For the various portions of the work: a. Each item shall include a directly proportional amount of CONTRACTOR's overhead and profit. b. For items on which progress payments will be requested for stored materials, break down the value into: (1) The cost of the materials, delivered and unloaded, with taxes paid. Paid invoices are required for materials upon request by ENGINEER. (2) The total installed value. 5. The sum of all values listed in the schedule shall equal the total Contract Sum. 6. Schedule shall include a separate listing of general items such as bonds, insurance, mobilization, demobilization, Section 16940 -defined enhancement allowances, field supervision, and record documents. C. Once a schedule of values is accepted, it shall not be revised, except for changes associated with subsequently executed change orders. D. No separate measurement for payment will be performed for Lump Sum Work. E. CONTRACTOR shall estimate percentage of Work completed. ENGINEER will review CONTRACTOR's estimate of quantity of Work completed. Section 0 10 19-1 4443.001/1749 at PART1—GENERAL p 1.01 SUMMARY n� o r A. Work Included: :<� 9 rn 1. Measurement and Payment—Lump Sum. oma► _ d 2. Bid Alternatives. r B. Include with the alternate bid prices all costs, including materials, instal latio /removal, and fees. C. Show the proposed alternate bid prices in their proper description on the Form of Proposal. D. No additional working days will be granted with the inclusion of the alternate bid(s). 1.02 MEASUREMENT AND PAYMENT—LUMP SUM A. Payment for Lump Sum projects will be based on the accepted schedule of values for the project. B. An acceptable schedule of values will include the following features: 1. Schedule shall list the installed value of the component parts of the work in sufficient detail to serve as a basis for computing values for progress payments during construction. Schedule shall be subdivided as necessary by specification section and work area. 2. Identify each line item with the number and title of the respective Specification Section. 3. For each major line item list sub -values of major products or operations under the item. 4. For the various portions of the work: a. Each item shall include a directly proportional amount of CONTRACTOR's overhead and profit. b. For items on which progress payments will be requested for stored materials, break down the value into: (1) The cost of the materials, delivered and unloaded, with taxes paid. Paid invoices are required for materials upon request by ENGINEER. (2) The total installed value. 5. The sum of all values listed in the schedule shall equal the total Contract Sum. 6. Schedule shall include a separate listing of general items such as bonds, insurance, mobilization, demobilization, Section 16940 -defined enhancement allowances, field supervision, and record documents. C. Once a schedule of values is accepted, it shall not be revised, except for changes associated with subsequently executed change orders. D. No separate measurement for payment will be performed for Lump Sum Work. E. CONTRACTOR shall estimate percentage of Work completed. ENGINEER will review CONTRACTOR's estimate of quantity of Work completed. Section 0 10 19-1 4443.001/1749 F. Payment will be made based on the percentage of the Contract completed less retainage and/or liquidated damages. G. Unless noted otherwise, all Work described in the Specifications and/or shown on the Drawings shall be included in the Lump Sum Bid. H. Some technical specification sections may include payment provisions. These provisions are in addition to the provisions of this section which apply to all the Work. Payment under this contract shall occur no more than once per month for work completed by CONTRACTOR. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 1.03 BID ALTERNATIVES A. Alternate Bid Items: Refer to the Form of Proposal for a description of Bid Alternatives No. 1 and No. 2. B. Alternate Bids: Bid Alternatives No. 1 and No. 2 will be reviewed by the City Council on September 5, 2017. The possible results of their review of the Bid Alternatives are: 1. Not accept any Bid Alternatives. 2. Accept Bid Alternative No. 1 only. 3. Accept Bid Alternative No. 2 only. 4. Accept Bid Alternatives No. 1 and No. 2. PART 2—PRODUCTS Section 01019-2 4443.001117-49 NOT APPLICABLE O =+ *'Q PART 3—EXECUTION �� o NOT APPLICABLE A _ END OF SECTION Section 01019-2 4443.001117-49 SECTION 01039 COORDINATION, FIELD ENGINEERING, AND MEETINGS PART 1—GENERAL o �+ c r T+ 1.01 SUMMARY n -� A. Work Included: rn 1. Coordination. =v _x 2. Preliminary Schedule and Preconstruction Meeting. y N 3. Progress meetings. m 4. Preinstallation meeting. 1.02 COORDINATION A. CONTRACTOR shall coordinate scheduling, submittals, and work of the various sections of the work to assure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. See Section 01010—Summary of Work for specific construction sequence. B. CONTRACTOR shall verify characteristics of operating equipment are compatible with building utilities and coordinate Work of various sections having interdependent responsibilities for installing, connecting to, and placing in service such equipment. C. CONTRACTOR shall coordinate space requirements and installation of electrical work which is indicated diagrammatically on the Drawings and shall follow existing routing shown for pipes, ducts, and conduit as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, CONTRACTOR shall conceal pipes, ducts, and wiring within the construction and coordinate locations of fixtures and outlets with finish elements. E. CONTRACTOR shall coordinate completion and cleanup of Work of separate sections in preparation for substantial completion and for portions of Work occupied by OWNER. F. CONTRACTOR shall coordinate access to Site for correction of defective Work and Work not in accordance with Contract Documents to minimize disruption of OWNER's activities. 1.03 PRELIMINARY SCHEDULES AND PRECONSTRUCTION MEETING A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement, Contractor shall submit the following to Engineer for timely review: 1. A preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work. 2. A preliminary Schedule of Submittals 3. A preliminary Schedule of Values for all the Work as detailed in Section 01019—Contract Considerations. Section 01039-1 4443.001/1749 B. Preconstruction Meeting: 1. Before any Work at the Site is started, a conference attended by Owner, CONTRACTOR, ENGINEER, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 1.03.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2. At this meeting, OWNER and CONTRACTOR each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. CONTRACTOR shall also provide contact information for a 24-hour emergency response representative having the authority of the authorized representative described above. 3. Priorto this meeting, CONTRACTOR shall submit a detailed schedule of proposed Work with the controlling operation identified. The schedule shall include proposed dates durations of control panel outages. 1.04 PROGRESS MEETINGS A. Progress meetings will be held throughout progress of the Work at intervals agreed to by OWNER, ENGINEER, and CONTRACTOR. Interval will generally be monthly. B. CONTRACTOR's project manager, job superintendent, major subcontractors, and suppliers shall attend as appropriate to address agenda topics for each meeting. CONTRACTOR's representatives shall have authority to bind CONTRACTOR to decisions at the meetings. C. The project schedule shall be updated monthly and shall be reviewed at each progress meeting. CONTRACTOR shall provide the following information in written form at each meeting. 1. Construction progress, including: a. Activities completed this reporting period. o b. Activities in progress this reporting period.,' in c. Activities scheduled to commence this reporting period. c->-< _ 2. Description of problem areas. 3. Current and anticipated delays. /n -0 m a. Cause of the delay. JA . b. Corrective action and schedule adjustments to correct the dwy. ty c. Impact of the delay on other activities, on milestones, and on compJWion dates. 4. Changes in construction sequence. D. Meeting minutes will be prepared and distributed to all attending parties by OWNER or by ENGINEER when present. 1.05 PREINSTALLATION MEETING A. When required in individual specification sections, CONTRACTOR shall convene a preinstallation meeting at Work Site prior to commencing Work of the section. B. CONTRACTOR shall require attendance of parties directly affecting or affected by work of the specific section. Section 01039-2 4443.001/1749 C. CONTRACTOR shall notify OWNER 7 days in advance of meeting date. D. CONTRACTOR shall prepare agenda and preside at meeting: 1. Review conditions of installation, preparation, and installation procedures. 2. Review coordination with related work. E. CONTRACTOR shall record minutes and distribute copies to participants within 2 days after meeting; two copies to OWNER, ENGINEER, participants, and those affected by decisions made. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION Section 01039-3 4443.001/17-49 N O O .y v t- C J'J --X rn T SECTION 01045 CUTTING, PATCHING, AND ALTERATIONS PART 1—GENERAL 1.01 SUMMARY A. Work Included: CONTRACTOR shall be responsible for all cutting, fitting, patching, and other alterations required to complete the Work as specified herein or to: 1. Make its several parts fit together properly. 2. Uncover portions of the Work to install improperly sequenced Work. 3. Remove and replace defective Work. 4. Remove and replace Work not conforming to requirements of the Contract Documents. 5. Remove samples of installed Work as specified for testing. 6. Provide penetrations of surfaces for installation of electrical conduit. 1.02 REFERENCES A. ANSI A10 Safety Requirements for Construction and Demolition. 1.03 QUALITY ASSURANCE A. CONTRACTOR shall perform all cutting, patching, and alterations in strict accordance with pertinent requirements of these Specifications. B. Except as modified by governing codes, CONTRACTOR shall comply with the applicable provision and recommendations of ANSI A10. 1.04 SUBMITTALS A. CONTRACTOR shall submit a written request to OWNER well in advance of executing any cutting or alteration which affects the following: 1. Work of OWNER or any separate contractor. 2. Structural value or integrity of any element of the Project. 3. Integrity or effectiveness of weather -exposed or moisture -resistant elements or systems. 4. Efficiency, operational fife, maintenance, or safety of operational elements. 5. Visual qualities of sight -exposed elements. B. The request shall include 1. Description of affected work. o 2. The necessity for cutting, patching, or alteration. 3. Effect on work of OWNER, any separate contractor, or on the stru4Lal orLueatht"roof integrity of the Project. �>=4 4. Description of proposed work to include: 2--,4 a. Scope of cutting, patching, or alteration. <r" rn b. Trades who will execute the work. aR s c. Products proposed to be used. y d. Extent of refinishing to be done. n _ 5. Alternatives to cutting and patching. Section 01045-1 4443.001/17-49 6. Written permission of any separate contractor whose work will be affected. C. Submit written notice to OWNER designating the date and the time the Work will be uncovered or executed. 1.05 SCHEDULING AND COORDINATION A. All work under this section shall be coordinated with OWNER's work forceaand those of+ other contractors and shall be accomplished at times acceptable to QZINE B. All new materials for patching and extending work shall match existing products and work. C. CONTRACTOR shall determine type and quality of existing products by inspection and any necessary testing and workmanship by use of existing as the standard. 2.02 SALVAGEABLE MATERIAL A. Materials or items designated to be reinstalled or to become the property of OWNER shall be as specified or as shown on the Drawings. B. CONTRACTOR shall remove such items with care under the supervision of the trade responsible for reinstallation. C. CONTRACTOR shall store these materials (off-site if necessary) and protect from damage until they are incorporated into the new work. D. Items which are not to be reinstalled but are to become the property of OWNER shall be removed by CONTRACTOR with care, cleaned, and stored in a location at the Site to be approved by OWNER. E. Materials or items damaged in its removal shall be replaced by CONTRACTOR with similar new material at no additional cost to OWNER. F. Where existing equipment or fixtures are indicated to be reused, CONTRACTOR shall repair such equipment and refinish as specified elsewhere. 2.03 UNSALVAGEABLE MATERIALS A. Materials or items demolished and not designated to become the property of OWNER or not designated to be reinstalled shall become the property of CONTRACTOR and shall be removed from the site and legally and properly disposed of by CONTRACTOR. B. Materials shall be removed by CONTRACTOR in a manner that will avoid damage to materials or equipment to remain. Section 01045-2 4443.001/1749 PART 2—PRODUCTS 2.01 NEW MATERIALS A. For replacement of work removed, CONTRACTOR shall use materos whig comply with the pertinent sections of these Specifications. m B. All new materials for patching and extending work shall match existing products and work. C. CONTRACTOR shall determine type and quality of existing products by inspection and any necessary testing and workmanship by use of existing as the standard. 2.02 SALVAGEABLE MATERIAL A. Materials or items designated to be reinstalled or to become the property of OWNER shall be as specified or as shown on the Drawings. B. CONTRACTOR shall remove such items with care under the supervision of the trade responsible for reinstallation. C. CONTRACTOR shall store these materials (off-site if necessary) and protect from damage until they are incorporated into the new work. D. Items which are not to be reinstalled but are to become the property of OWNER shall be removed by CONTRACTOR with care, cleaned, and stored in a location at the Site to be approved by OWNER. E. Materials or items damaged in its removal shall be replaced by CONTRACTOR with similar new material at no additional cost to OWNER. F. Where existing equipment or fixtures are indicated to be reused, CONTRACTOR shall repair such equipment and refinish as specified elsewhere. 2.03 UNSALVAGEABLE MATERIALS A. Materials or items demolished and not designated to become the property of OWNER or not designated to be reinstalled shall become the property of CONTRACTOR and shall be removed from the site and legally and properly disposed of by CONTRACTOR. B. Materials shall be removed by CONTRACTOR in a manner that will avoid damage to materials or equipment to remain. Section 01045-2 4443.001/1749 PART 3—EXECUTION 3.01 INSPECTION A. CONTRACTOR shall inspect existing conditions including elements subject to movement or damage during cutting, patching, and other alterations. B. After uncovering the work, CONTRACTOR shall inspect conditions affecting installation of new products or performance of new work. C. CONTRACTOR shall report unsatisfactory or questionable conditions to ENGINEER in writing. D. CONTRACTOR shall not proceed with work until unsatisfactory or questionable conditions are resolved. o E3 =+ E. Beginning of cutting, patching, and alterations work means acceptanc xia*g co-Aions by CONTRACTOR. =1c1, o 3.02 PREPARATION AND PROTECTION a M A. Temporary supports must adequately carry all existing and imposed ^' B. CONTRACTOR shall provide and maintain temporary protection of su; ace finishes, equipment, and adjacent work designated to remain where demolition, removal, and new work is being done, connections are being made, materials are being handled, or equipment is being removed. C. CONTRACTOR shall provide temporary partitions or barriers to contain all dust, dirt, and debris from entering into finished areas or areas where OWNER is operating, and areas where process water or materials are exposed to potential contamination from construction activities. D. CONTRACTOR shall provide adequate fire protection in accordance with local Fire Department requirements. E. CONTRACTOR shall provide waterproofing, weather protection, and other facilities for that portion of the work which may be exposed by cutting and patching, demolition, or other alterations. CONTRACTOR shall cut, move, or remove items as necessary for access to alterations and renovations work and replace and restore at completion of work. G. CONTRACTOR shall prepare surfaces to provide for proper installation of new work. H. CONTRACTOR shall be responsible for any damage to existing structures or their contents directly or indirectly by its crews or those of its subcontractors. 3.03 PERFORMANCE A. CONTRACTOR shall accomplish all work of cutting, removal, demolition, patching, or other alterations using only persons skilled in the appropriate trade. Section 01045-3 4443.001/1749 B. CONTRACTOR shall execute the work in a careful and orderly manner with the least possible disturbance to the public and to the occupants of the building. C. CONTRACTOR shall execute cutting and demolition by methods which will prevent damage to other work and will provide proper surfaces to receive installation of repairs. D. CONTRACTOR shall execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes. E. CONTRACTOR shall fit work airtight to conduit and other penetrations through surfaces. F. CONTRACTOR shall thoroughly clean and prepare all surfaces to receive new finish or covering to completely remove all dirt, dust, grease, oil, paint, loose materials, and soil. G. CONTRACTOR shall refinish entire surface as necessary to provide an evenish to match adjacent finishes: ES 1. For continuous surfaces, refinish to nearest intersection. I .n 2. For an assembly, refinish entire unit.cj C31 3.04 DEMOLITION, CUTTING, AND REMOVAL q� M A. Cutting and removal of construction shall be performed by CONTRAGTOFJ;:5o asQ)t to cut or remove more than is necessary and so as not to damage adjacent work:: B. CONTRACTOR shall not cut structural work in a manner resulting in a reduction of load -carrying capacity or load/deflection ratio. C. CONTRACTOR shall not cut operational elements and safety components in a manner resulting in decreased performance, shortened useful life, or increased maintenance. D. CONTRACTOR shall not cut work exposed to view (exterior or interior) in a manner resulting in noticeable reduction of visual qualities as determined by OWNER. E. Construction that is to remain which is loosened, cracked, or otherwise damaged or defaced as a result of careless cutting or demolition and is unsuitable for use intended shall be removed and replaced at no additional cost to OWNER. F. CONTRACTOR shall clean demolished areas and remove debris, waste, and rubbish from the building at the conclusion of each day's work. G. CONTRACTOR shall not let piled waste material endanger the structure or water treatment process. 3.05 PATCHING, EXTENDING, AND MATCHING A. Patching work shall conform to the standards of the Specifications where applicable, and where not specified, work shall conform to the highest standards of the applicable trade. B. CONTRACTOR shall patch construction to match adjacent work unless noted otherwise. C. Patching or restoration shall be carried to natural breaks (e.g., corners) wherever possible. Section 01045-4 4443.001/17-49 D. CONTRACTOR shall provide adequate support to substrate for patching finishes. E. Transitions: 1. Where new work abuts or finishes flush with existing work, CONTRACTOR shall make 2. CONTRACTOR shall restore existing work that is damaged during patching operations to a condition equal to its construction at the time of the start of work. END OF SECTION Section 01045-5 4443.001/1749 N O Cl) ( - ` M rry 'D rn Section 01045-5 4443.001/1749 SECTION 01060 REGULATORY REQUIREMENTS PART 1—GENERAL 1.01 SUMMARY A. Work Included: 1. OSHA requirements. 2. Permits. 1.02 OSHA REQUIREMENTS A. All work including site safety, equipment, materials, and fabricated items provided under the Contract shall comply with the provisions of the "Occupational Safety and Health Act." 1.03 PERMITS A. No permits were obtained by OWNER for this Project. CONTRACTOR shall obtain required permits. Where the requirements of any permit are more restrictive than the Drawings or the Specifications, the permit requirements shall govern. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION b v NOT APPLICABLEy �n c7 -f _. rrir END OF SECTION Dx IV m Section 01060-1 4443.001/1149 SECTION 01090 REFERENCE STANDARDS AND DEFINITIONS PART1—GENERAL 1.01 SUMMARY A. Work Included: o _ 1. Reference Standards: N a. Throughout the Contract Documents, reference is made tecodes.and standards which establish qualities and types of workmanship and mateffAs, and which establish methods for workmanship and materials, and which establish methods for testing and reporting on the pertinent characteristics. b. Where materials or workmanship are required by these Contract Documents to meet or exceed the specifically named code or standard, it is CONTRACTOR's responsibility to provide materials and workmanship which meet or exceed that specifically named code or standard. c. It is also CONTRACTOR's responsibility, when so required by the Contract Documents, to deliver to ENGINEER all required proof that the material or workmanship, or both, meet or exceed the requirements of the specifically named code or standard. Definitions: a. A substantial amount of specification language constitutes definitions for terms found in other Contract Documents, including the Drawings which must be recognized as diagrammatic in nature and not completely descriptive of requirements indicated thereon. b. Certain terms used in the Contract Documents are defined generally in this section to supplement definitions of the Agreement, General Conditions, Supplementary Conditions, and other general contract documents. c. Definitions and explanations of this section are not necessarily either complete or exclusive, but are general for the Work. B. Related Work Described Elsewhere: The specific naming of codes or standards occurs on the Drawings and in other sections of these Specifications. 1.02 QUALITY ASSURANCE A. Familiarity with Pertinent Codes and Standards: 1. It is CONTRACTOR's responsibility to verify the requirements of the specifically named codes and standards and to verify that the items procured for use in this Work meet or exceed the specified requirements. 2. When required by individual sections of these specifications, CONTRACTOR shall obtain a copy of each pertinent code or standard and maintain the copies at the job site during submittals, planning, and progress of the Work until Substantial Completion of the Work is attained. B. Overlapping or Conflicting Requirements: 1. Where compliance with two or more industry standards or sets of requirements are specked, and the overlapping of those standards or requirements establishes different or conflicting minimums or levels of quality, the most stringent requirement (which is Section 01090-1 4443.001117-49 N C7 V Ci C— C) A. Work Included: o _ 1. Reference Standards: N a. Throughout the Contract Documents, reference is made tecodes.and standards which establish qualities and types of workmanship and mateffAs, and which establish methods for workmanship and materials, and which establish methods for testing and reporting on the pertinent characteristics. b. Where materials or workmanship are required by these Contract Documents to meet or exceed the specifically named code or standard, it is CONTRACTOR's responsibility to provide materials and workmanship which meet or exceed that specifically named code or standard. c. It is also CONTRACTOR's responsibility, when so required by the Contract Documents, to deliver to ENGINEER all required proof that the material or workmanship, or both, meet or exceed the requirements of the specifically named code or standard. Definitions: a. A substantial amount of specification language constitutes definitions for terms found in other Contract Documents, including the Drawings which must be recognized as diagrammatic in nature and not completely descriptive of requirements indicated thereon. b. Certain terms used in the Contract Documents are defined generally in this section to supplement definitions of the Agreement, General Conditions, Supplementary Conditions, and other general contract documents. c. Definitions and explanations of this section are not necessarily either complete or exclusive, but are general for the Work. B. Related Work Described Elsewhere: The specific naming of codes or standards occurs on the Drawings and in other sections of these Specifications. 1.02 QUALITY ASSURANCE A. Familiarity with Pertinent Codes and Standards: 1. It is CONTRACTOR's responsibility to verify the requirements of the specifically named codes and standards and to verify that the items procured for use in this Work meet or exceed the specified requirements. 2. When required by individual sections of these specifications, CONTRACTOR shall obtain a copy of each pertinent code or standard and maintain the copies at the job site during submittals, planning, and progress of the Work until Substantial Completion of the Work is attained. B. Overlapping or Conflicting Requirements: 1. Where compliance with two or more industry standards or sets of requirements are specked, and the overlapping of those standards or requirements establishes different or conflicting minimums or levels of quality, the most stringent requirement (which is Section 01090-1 4443.001117-49 generally recognized to be also most costly) is intended and will be enforced, unless more detailed language written directly into Contract Documents clearly indicates that a less stringent requirement is acceptable. 2. Refer all uncertainties to ENGINEER for decision before proceeding. 1.03 REFERENCE STANDARDS A. Applicable standards of the construction industry are made a part of the Contract Documents by reference as if copied directly into the Contract Documents, or as if published copies were bound herewith. See Article 3.02 of the General Conditions for additional provisions regarding references. B. Standards referenced directly in the Contract Documents or by governing regulation, have precedence over nonreferenced standards which are recognized in industry for applicability to the Work. C. Nonreference standards are hereby defined to have no particular applicability to the work except as a general measurement of whether the Work complies with standards recognized in the construction industry. D. Reference standards and codes listed in these specifications may includgbut are not necessarily limited to, standards or codes published by the follMvipg encies and organizations: m= Cj-C —. 1. AA Aluminum Association --42 o 1525 Wilson Boulevard, Arlington, VA 22209 -<�M -0 M, E53! = 0 2. AAMA American Architectural Manufacturer's Association* 1827 Walden Office Square Suite 550, Schaumberg, IL 6(873-4268 3. AASHTO American Association of State Highway & Transportation Officials 444 North Capitol Street NW Suite 249, Washington, DC 20001 4. ACI American Concrete Institute 38800 Country Club Drive, Farmington Hills, MI 48331-3439 5. Al Asphalt Institute 2696 Research Park Drive, Lexington, KY 40511-8480 6. AISC American Institute of Steel Construction One East Wacker Drive Suite 700, Chicago, IL 60601-1802 7. AISI American Iron and Steel Institute 25 Massachusetts Avenue NW Suite 800, Washington, DC 20001 8. ANSI American National Standards Institute 25 West 43rd Street, New York, NY 10036 9. APA American Plywood Association 7011 South 19th, Tacoma, WA 98466-5333 Section 01090-2 4443.001/1749 10. API American Petroleum Institute 1220 L Street NW, Washington, DC 20005-4070 11. ARI Air -Conditioning & Refrigeration Institute 4100 North Fairfax Drive Suite 200, Arlington, VA 22203 12. ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers 1791 Tullie Circle NE, Atlanta, GA 30329 13. ASME American Society of Mechanical Engineers Two Park Avenue, New York, NY 10016-5990 14. ASSE American Society of Sanitary Engineering 901 Canterbury Suite A, Westlake, OH 44145 15. ASTM ASTM International 100 Barr Harbor Drive, West Conshohoken, PA 19428-2959 16. AWI Architectural Woodwork Institute 46179 Westlake Drive Suite 120, Potomac Falls, VA 20165-5874 17. AWPA American Wood Protection Association P.O. Box 361784, Birmingham, AL 35236-1784 m 18. AWS American Welding Society 8669 Doral Boulevard Suite 130, Doral, FL 33161 o _ 19. AWWA American Water Works Association 6666 West Quincy Avenue, Denver, CO 80235 N 20. BHMA Builder's Hardware Manufacturers Association 355 Lexington Avenue 15th floor, New York, NY 10017 21. BIA Brick Industry Association 1850 Centennial Park Drive Suite 301, Reston, VA 20191 22. CRSI Concrete Reinforcing Steel Institute 9333 North Plum Grove Road, Schaumburg, IL 60173 23. EJMA Expansion Joint Manufacturers Association 25 North Broadway, Tarrytown, NY 10591 24. FM FM Global FM Global Corporate Offices, 270 Central Avenue, Johnston, RI 02919 25. FTI Facing Tile Institute Box 8880, Canton, OH 44711 Section 01090-3 4443.001/17-49 26. GA Gypsum Association 6525 Belcrest Road Suite 480, Hyattsville, MD 20782 27. GANA Glass Association of North America 800 SW Jackson Street Suite 1500, Topeka, KS 66612-1200 28. ICC International Code Council 500 New Jersey Avenue NW 6th Floor, Washington, DC 20001 29. IES Illuminating Engineering Society 120 Wall Street, Floor 17, New York, NY 10005-4001 30. MIL Military Specifications Naval Publications and Forms Center 5801 Tabor Avenue, Philadelphia, PA 19120 31. NAAMM National Association of Architectural Metal Manufacturers 800 Roosevelt Road Building C Suite 312, Glen Ellyn, IL 60137 32. NCMA National Concrete Masonry Association 13750 Sunrise Valley Drive, Herndon, VA 20171-4662 33. NECA NECA c National Electrical Contractors Association o 3 Bethesda Metro Center Suite 1100, Bethesda, 0 � C") 34. NEMA National Electrical Manufacturers Association —+ o too - 1300 North 17th Street Suite 1752, Rosslyn, VAS 09� 1300 35. NFPA -c33 'V11 _� National Fire Protection Association 5 °" 0 1 Batterymarch Park, Quincy, MA 02169-7471 36. NIST National Institute of Standards and Technology (U.S. Department of Commerce), 100 Bureau Drive, Stop 1070 Gaithersburg, MD 20899-1070 37. NRCA National Roofing Contractors Association 10255 West Higgins Road Suite 600, Rosemont, IL 60018-5607 38. NSF National Sanitation Foundation International P.O. Box 130140, 789 North Dixboro Road, Ann Arbor, MI 48113-0140 39. OSHA Occupational Safety & Health Administration 200 Constitution Avenue NW, Washington, DC 20210 40. PCA Portland Cement Association 5420 Old Orchard Road, Skokie, IL 60077 41. PCI Prestressed Concrete Institute 200 West Adams Street Suite 2100, Chicago, IL 60606 Section 01090-4 4443.001117-49 42. SAE Society of Automotive Engineers SAE World Headquarters 400 Commonwealth Drive, Warrendale, PA 15096-0001 43. SDI Steel Deck Institute P.O. Box 25, Fox River Grove, IL 60021 44. SDI Steel Door Institute 30200 Detroit Road, Westlake, OH 44145-1987 45. SIGMA Sealed Insulating Glass Manufacturers Assoc. 401 North Michigan Avenue Suite 2400, Chicago, IL 60611 46. SJI Steel Joist Institute 234 Chaves Street, Florence, SC 29501 47. SMACNA Sheet Metal and Air Conditioning Contractor's National Association 4201 Lafayette Center Drive, Chantilly, VA 20151-1219 48. SSPC Society for Protective Coatings 40 24th Street 6th Floor, Pittsburgh, PA 15222-46 c� 2P.y r'me 49. TCA Tile Council of America 100 Clemson Research Boulevard, Anderson, SC.4R25� 00 50. UL Underwriters Laboratories RN, 333 Pfingston Road; Northbrook, IL 60062 o+ 1.04 SUBMITTALS A. For OWNER's records, CONTRACTOR shall submit copies of permits, licenses, certifications, inspection reports, and similar documents, correspondence and records established in conjunction with compliance with standards and regulations bearing upon performance of the Work. 1.05 DEFINITIONS A. Indicated: 1. The term "indicated" is a cross-reference to details, notes, or schedules on the drawings, to other paragraphs or schedules in the specifications and to similar means of recording requirements in the Contract Documents. 2. Where terms such as "shown," "noted," "scheduled," and "specified" are used in lieu of "indicated", it is for the purpose of helping the reader locate cross-reference, and no limitation is intended except as specifically noted. B. Approve (or Words of Similar Nature): 1. Where used in conjunction with ENGINEER's response to submittals, requests, applications, inquiries, reports, and claims by CONTRACTOR, the meaning of the term "approve" will be held to the limitation of ENGINEER's responsibilities and duties as specified in Paragraph 1.02.B.1. of the General Conditions. Section 01090-5 4443.00111749 2. In no case will "approval' by ENGINEER be interpreted as a release of CONTRACTOR from responsibility to fulfill requirements of the Contract Documents. C. Minimum Requirements: 1. Indicated requirements are for a specific minimum acceptable level of quality or quantity, as recognized in the industry. 2. Actual work must comply with (or within specified tolerances) or exceed minimums. 3. CONTRACTOR shall refer uncertainties to ENGINEER before proceeding. D. Abbreviations: Abbreviations, where not defined in the Contract Documents, will be interpreted to mean the normal construction industry terminology. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION Section 01090-6 4443.00111749 c > 1',-a .n rc- r i pM� m SECTION 01300 SUBMITTALS M 1. Whenever possible throughout the Contract Documents, the linimam acceptable quality of workmanship and materials has been defined either by manuwcturer's name and catalog number or by reference to recognized industry standards. 2. To facilitate CONTRACTOR's understanding of the design intent, procedures have been established for advance submittal of design data and for its review or rejection by ENGINEER. 3. The type of submittal requirements specified in this section include progress schedule, shop drawings, product data, samples, and other miscellaneous work related submittals. B. Related work described elsewhere: More detailed requirements for submittals are described in other sections of these specifications for some materials and equipment. They are to be considered additional requirements to supplement the requirements specified in this section. Submittals shall conform to Article 7 of the General Conditions. C. Definitions: "Electronic Submittal" is defined as any submittal transmitted electronically to ENGINEER for review. 1.02 IDENTIFICATION OF SUBMITTALS A. CONTRACTOR shall completely identify each submittal and resubmittal by showing at least the following information: 1. Name and address of submitter, plus name and telephone number of the individual who may be contacted for further information. 2. Name and location of project and identification number. 3. Drawing number and specifications section number to which the submittal applies. 4. Include the date of each submittal or resubmittal. 1.03 GROUPING OF SUBMITTALS A. Unless otherwise specifically permitted by ENGINEER, CONTRACTOR shall make all submittals in groups containing all associated items so that information is available for checking each item when it is received. B. Partial submittals may be rejected as not complying with the provisions of the Contract Documents. 1.04 TIMING OF SUBMITTALS A. CONTRACTOR shall make all submittals far enough in advance of scheduled dates of installation to provide required time for reviews, for securing necessary approval, for possible revision and resubmittal, and for placing orders and securing delivery. Section 01300-1 4443.00111749 PART1—GENERAL ny L 1.01 SUMMARY "rh r- f71 A. Work Included: �x = Q 1. Whenever possible throughout the Contract Documents, the linimam acceptable quality of workmanship and materials has been defined either by manuwcturer's name and catalog number or by reference to recognized industry standards. 2. To facilitate CONTRACTOR's understanding of the design intent, procedures have been established for advance submittal of design data and for its review or rejection by ENGINEER. 3. The type of submittal requirements specified in this section include progress schedule, shop drawings, product data, samples, and other miscellaneous work related submittals. B. Related work described elsewhere: More detailed requirements for submittals are described in other sections of these specifications for some materials and equipment. They are to be considered additional requirements to supplement the requirements specified in this section. Submittals shall conform to Article 7 of the General Conditions. C. Definitions: "Electronic Submittal" is defined as any submittal transmitted electronically to ENGINEER for review. 1.02 IDENTIFICATION OF SUBMITTALS A. CONTRACTOR shall completely identify each submittal and resubmittal by showing at least the following information: 1. Name and address of submitter, plus name and telephone number of the individual who may be contacted for further information. 2. Name and location of project and identification number. 3. Drawing number and specifications section number to which the submittal applies. 4. Include the date of each submittal or resubmittal. 1.03 GROUPING OF SUBMITTALS A. Unless otherwise specifically permitted by ENGINEER, CONTRACTOR shall make all submittals in groups containing all associated items so that information is available for checking each item when it is received. B. Partial submittals may be rejected as not complying with the provisions of the Contract Documents. 1.04 TIMING OF SUBMITTALS A. CONTRACTOR shall make all submittals far enough in advance of scheduled dates of installation to provide required time for reviews, for securing necessary approval, for possible revision and resubmittal, and for placing orders and securing delivery. Section 01300-1 4443.00111749 B. The review period for submittals that are received after 3 P.m. shall commence on the following business day. 1.05 CONSTRUCTION PROGRESS SCHEDULE A. Submit initial schedule in duplicate within 10 days after date of OWNER -CONTRACTOR Agreement. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each major portion of Work or operation, identifying first workday of each week. E. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. F. Indicate estimated percentage of completion for each item of Work at each submission. G. Indicate submittal dates required for shop drawings, product data, s legL"Ind product delivery dates. 1.06 SHOP DRAWINGSr-o � t" A. Shop drawings shall include specially prepared technical data forTR pct ding drawings, diagrams, performance curves, data sheets, schedule temp es, Mfferns, reports, calculations, instructions, measurements, and similar information Mt in standard printed form for general application to a range of similar projects. Shop drawings shall be submitted for all manufactured or fabricated items. See individual technical sections for special requirements. B. CONTRACTOR shall make all shop drawings accurately to scale and sufficiently large to show all pertinent aspects of the item and its method of connection to the work. C. Shop drawings shall be checked, approved, and stamped by CONTRACTOR in accordance with the General Conditions before transmittal to ENGINEER for review and approval. D. Complete shop drawings and descriptive data shall be submitted on all manufactured or fabricated items prior to 25% completion of the Work. Applications for payment beyond 25% of the Contract amount will not be recommended for payment until all shop drawings are submitted, including the required hard copies, or a revised schedule for any remaining submittals is agreed to by OWNER and ENGINEER. E. CONTRACTOR shall submit shop drawings following the electronic submittal procedure described below. If electronic submittal is impossible, CONTRACTOR may request ENGINEER to review hard copy submittals on a limited basis. ENGINEER may request to review hard copy submittals on a limited basis for submittals that are over 100 pages in length. If ENGINEER agrees to or requests hard copy submittal review, CONTRACTOR shall submit six color copies of shop drawings and descriptive data to ENGINEER for approval. Three copies of these will be returned to CONTRACTOR if approved. If shop drawings are Section 01300-2 4443.001/17-49 not approved or if they are stamped "Approved as Noted -Resubmit," two corrected copies will be returned to CONTRACTOR for use in resubmittal. If CONTRACTOR desires more than three approved copies, submitted quantity shall be increased accordingly. F. Shop drawings shall be submitted in 3 -tab report covers, binder clips, or large envelopes. G. Shop drawings submitted to ENGINEER will be reviewed and stamped "Approved," "Approved as Noted," "Approved as Noted -Resubmit," or "Not Approved." CONTRACTOR shall resubmit the above number of corrected shop drawings for all shop drawings stamped "Approved as Noted -Resubmit" and "Not Approved" and will continue this process until shop drawings are stamped "Approved" or "Approved as Noted." If drawings are stamped "Approved as Noted -Resubmit," fabrication may proceed in accordance with the marked -up shop drawings. Installation shall not proceed until shop drawings have been resubmitted and stamped "Approved" or "Approved as Noted." H. If shop drawings are stamped "Approved as Noted" or "Approved as Noted -Resubmit" and CONTRACTOR does not agree with revisions or cannot conform with revisions, fabrication shall not proceed and shop drawings shall be resubmitted with explanation of CONTRACTOR's position. I. All shop drawings used for construction site activities shall bear the "ApprovedQ„�gr "Approved a* as Noted" stamp of ENGINEER. J. Arrangements may be made between CONTRACTOR and ENGINEErdPide a Monal copies of "Approved" shop drawings for field activity purposes. K. Electronic Submittal Procedures: `{►'� M 1. Summary: a. Shop drawing and product data submittals shall be trans ed to_ENGINEER in electronic (PDF) format using Submittal Exchange, or equal, a website service designed specifically for transmitting submittals between construction team members, or equal. b. The intent of electronic submittals is to expedite the construction process by reducing paperwork, improving information flow, and decreasing turnaround time. c. The electronic submittal process is not intended for color samples, color charts, or physical material samples. 2. Procedures: a. CONTRACTOR shall review and apply electronic stamp certifying that the submittal complies with the requirements of the Contract Documents including verification of manufacturer/product, dimensions and coordination of information with other parts of the work. b. CONTRACTOR shall transmit each submittal to ENGINEER using the Submittal Exchange website, www.submittalexchange.com, or equal. c. ENGINEER review comments will be made available on the Submittal Exchange website for downloading. CONTRACTOR will receive email notice of completed review. d. Distribution of reviewed submittals to subcontractors and suppliers is the responsibility of CONTRACTOR. e. Electronically submitted shop drawings shall follow the following format: (1) Filenames for the shop drawing submittals shall follow a XXXXX.YYY-Z. Description convention where XXXXX is the specification section number, YYY is the submittal number, .Z is the resubmittal number, and description is Section 01300-3 4443.00111749 a short description of what the submittal includes. Submittals shall be consecutively numbered in direct sequence of submittal. Resubmittals shall be consecutively numbered with the first submittal numbered with an -0 and the first resubmittal numbered with a -1. (a) Example file name: 03200.016-1. Structure 10 Concrete Reinforcement. This would be the first revision of the sixteenth submittal and contain information on concrete reinforcement. (2) All files shall be delivered in PDF format with a minimum resolution of 300 dpi unless otherwise requested by ENGINEER. Scanned in material shall be scanned in color and any markings by CONTRACTOR shall be made in red. Pages shall be rotated to the appropriate position for easy reading on a computer monitor such that the majority of text is vertical. (3) Files shall be delivered without security features activated. (4) Shop Drawings shall be uploaded as individual files. Files combined into a zip drive are not acceptable. All pages of one submittal should be contained in one file. (5) The file shall open to a cover page containing, at a minimum, the following information: (a) CONTRACTOR's stamp. (b) Name, e-mail, and telephone number of the individual who may be contacted for further information. (c) Project number. (d) Submittal number. (e) Submission date, if resubmittal, all previous submission dates. (f) Index detailing contents and the total number of pages in the submittal. f. Once a shop drawing has been "Approved" or "Approved as Noted," CONTRACTOR shall provide three hard color copies of the "Approved" or "Approved as Noted," shop drawings to ENGINEER. CONTRACTOR is responsible for the hard copy color replication of ENGINEER's "Approved" or "Approved as Noted," shop drawings for use by CONTRACTOR. Hard copy shop drawings shall be submitted in 3 -ring binders or 3 -tab report covers. 3. Costs: a. CONTRACTOR shall include the full cost of Submittal Exchange, or equal, project subscription in their proposal. This cost shall be included in the Contract amount. Contact Submittal Exchange at 1-800-714-0024 to verify cost prior to Bid. b. At CONTRACTOR's option, training is available from Submittal Exchange regarding use of website and PDF submittals. Contact Submittal Exchange at 1-800-714-0024. c. Internet Service and Equipment Requirements: (1) Email address and Internet access at CONTRACTOR's main office. (2) Adobe Acrobat (www.adobe.com), Bluebeam PDF Revu (www.bluebeam.com), or other similar PDF review software for applying electronic stamps and comments. Wo L. CONTRACTOR is fully responsible for obtaining any and all copyrighF�ermiton a2Mciated with conversion of shop drawing information to electronic format. c :<mn M s Q D Section 01300-4 4443.00111749 1.07 PRODUCT DATA A. CONTRACTOR shall provide product data as required to supplement shop drawings. B. Product data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams, and other information furnished by CONTRACTOR to illustrate a material, product, or system for some portion of the work. C. CONTRACTOR shall collect required product data into one submittal for each unit of work or system. D. CONTRACTOR shall include manufacturer's standard printed recommendations for application and use, compliance with standards, performance characteristics, wiring and piping diagrams and controls, component parts, finishes, dimensions, required clearances, and other special coordination requirements. E. CONTRACTOR shall mark each copy of standard printed data to identify pertinent products, models, options, and other data. c O �+ F. CONTRACTOR shall supplement manufacturer's standard data L*2ovLiW info ation unique to the work.r C7 -< 1.08 RESUBMISSION REQUIREMENTS -"rt A. Make any corrections or changes in the submittals required by ENCQLNERry (� B. Shop Drawings and Product Data: 1. Revise initial drawings or data and resubmit as specified for initial submittal. 2. Itemize in a cover letter any changes which have been made other than those requested by ENGINEER. C. Electronic shop drawing resubmissions shall follow the nomenclature described in Section 1.06.K.2.e. 1.09 MANUFACTURER'S DIRECTIONS A. Manufactured articles, materials, and equipment shall be stored, commissioned, operated, applied, installed, connected, erected, used, cleaned, and conditioned as directed by the manufacturer, unless specified to the contrary. B. Wherever specifications call for work to be performed or materials to be installed in accordance with the manufacturer's printed instructions or directions, CONTRACTOR shall furnish copies as required for shop drawings of those instructions or directions to ENGINEER before installing the material or performing the work. 1.10 MAINTENANCE MANUAL A. Prior to Substantial completion of the Contract or at a minimum of 45 days prior to the scheduled start-up date of any individual item of equipment, whichever is earlier, CONTRACTOR shall furnish to ENGINEER four complete copies of a maintenance manual for all equipment furnished and an electronic format compact disk of the maintenance manual in the most recent version of Adobe (.pdq format identical to the hard copy. Applications for payment beyond 50% of the contract amount will not be recommended for Section 01300-5 4443.001/1749 payment until all maintenance manuals are submitted or a revised schedule for remaining maintenance manuals is agreed to by OWNER and ENGINEER. B. CONTRACTOR is responsible for producing an electronic version of the Equipment Operations and Maintenance (O&M) Manuals Manual. The Electronic Equipment O&M Manual shall be delivered in Portable Document Format (PDF). The entire manual may be converted to PDF via scanning or other method of conversion. Drawings or other graphics must be converted to PDF format and made part of the PDF document. The CONTRACTOR shall provide all Equipment O&M Manuals in the electronic format as defined below. C. The filename for the Equipment O&M Manual submittal will be provided with the request for final Equipment O&M Manuals. Filenames use the "eight dot three" convention (XXXXX_YY.PDF) where XXXXX is the specification section number and W is an ID number. No one file shall be larger than 10 MB. If technical problems require that the submittal be divided into more than one file, a letter extension shall be added to the end of each filename. D. (Example: 19876_01 a.pdf). The number offiles shall be kept to a minimum. Equipment O&M Manuals that span more than one file shall have the final Bookmark "Return to Table of Contents" which shall take the User to the first file on the Equipment O&M Manual. E. All text (word processed), spreadsheets, and electronic graphics shall be delivered in portable document format ('.PDF). The resolution of all scanned images shall be a minimum of 300 dpi unless otherwise requested by ENGINEER. Scanned images shall be processed with the "original image with hidden text" option (Adobe Acrobat 6 or higher). This results in a clear image and provides for optical character recognition (OCR) and word search functionality. Graphical files shall be fully searchable. All submittals must be indexed with the Adobe Catalog feature. Placement and structure of index files shall be in accordance with Adobe's recommendations to minimize problems when transferring files. Successful searches for words or strings in the PDF document shall demonstrate proof of OCR. F. Rotate pages viewed in landscape to the appropriate position for easy reading on a computer monitor. G. Bookmarks shall be created in the navigation frame for each entry in the Table of Contents. Three levels deep is usually enough (i.e., "Chapter", "Section", "Subsection"); however, complex submittals like instrumentation and electrical may be required at the discretion of ENGINEER. When setting bookmarks for Chapter level heading, the page shall be displayed at Full Page. Section and Subsection level heading pages shall be displayed as a magnified view. Bookmarks shall be displayed as subordinate (to other bookmarks in their hierarchy set so that only the Chapter level headings are displayed. H. Thumbnails shall be generated and embedded in each PDF file. Files shall be delivered without Security features activated. Password protecl@i files will be unacceptable. p J. The opening view for PDF files shall be set as follows: 1. Initial View: Bookmarks and Page o 2. Magnification: Fit In Window <r" M 3. Page Layout: Single Page o s v Section 01300-6 4443.001/1749 K. The file shall open to the cover page of the Equipment O&M Manual with bookmarks to the left. The first bookmark shall be the name of Equipment O&M Manual. L. The submittal shall be delivered on USB 3.0 flash drive after all Equipment O&M Manuals have been received and reviewed. Each flash drive shall be labeled. M. Manufacturer name, point of contact, telephone number, facsimile number, and e-mail address as appropriate. N. Equipment name and/or O&M title spelled out in complete words. Example "Operations and Maintenance Manual" "Horizontal Centrifugal Nonclog Pump" O. Specifications section number. P. Project name. Q. Date and File Name: Example "12-20-07," "19876_01.pdf." R. CONTRACTOR shall reprocess any portion of the document that does not view or print to OWNER's satisfaction. S. CONTRACTOR is fully responsible for obtaining any and all copyright permissions associated with conversion of this information to electronic format. T. The manuals shall include manufacturer's instructions for maintenance and operation for each item of electrical equipment. Manuals shall be specific for the equipment as installed; provide project specific inserts as required. Manuals shall contain: operation instructions, lubrication schedules, types and quantities, preventive maintenance program, spare parts list, parts lists, assembly instructions, parts supplier location, troubleshooting and start-up procedures and, where applicable, test data and curves. All sheets shall have reduced dimensions as described for shop Drawings. All sheets shall be furnished in 3 -ring binders. PART 2—PRODUCTS NOT APPLICABLE N 0 PART 3—EXECUTION NOT APPLICABLE 4n o r- <r - M END OF SECTION N :P v Section 01300-7 4443.00111749 SECTION 01310 PROGRESS AND SCHEDULES PART1—GENERAL 1.01 SUMMARY A. Prepare, submit, and update as necessary a schedule of the work. 1.02 SUBMITTALS A. CONTRACTOR shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations. Work may not begin until the schedule is approved by ENGINEER. B. CONTRACTOR shall submit updated construction schedules at one month intervals throughout the duration of the project. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION A. A Pre -Bid meeting will be held on August 16, 2017 at 1:00 P.M. at the Iowa City Water Treatment Plant (80 Stephen Atkins Drive, Iowa City, IA). B. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK A. This is a completion date contract. The specified completion date is June 29, 2018. Liquidated damages of $300 per day will be charged for all work beyond June 29, 2018. B. No work shall be done between the hours of 3:30 P.M. and 7:00 A.M. withoLlAhe approval of ENGINEER. 40 -' IDO C. Construction will proceed in phases. The particular phasing sequees4s Qytline i the project plans. .. Ic i c r r _ M END OF SECTION m ^� J Section 01310-1 4443.001/1749 SECTION 01400 QUALITY CONTROL 1.02 QUALITY ASSURANCE—CONTROL OF INSTALLATION A. CONTRACTOR shall monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship to produce Work of specified quality. B. CONTRACTOR shall comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, CONTRACTOR shall request clarification from ENGINEER before proceeding. D. CONTRACTOR shall comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Work shall be performed by persons qualified to produce workmanship of specified quality. CONTRACTOR shall secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.03 TOLERANCES A. CONTRACTOR shall monitor tolerance control of installed products to produce acceptable work and shall not permit tolerances to accumulate. B. CONTRACTOR shall comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, CONTRACTOR shall request clarification from ENGINEER before proceeding. C. CONTRACTOR shall adjust products to appropriate dimensions; position before securing products in place. 1.04 MANUFACTURERS' FIELD SERVICES AND REPORTS A. When specified in individual specification sections or when requested by ENGINEER, CONTRACTOR shall require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, and quality of workmanship. Section 01400-1 4443.001/17-49 N O_ PART1—GENERAL a 1.01 SUMMARYr— =.r� o A. Work Includes: (" 1. Quality Assurance—Control of Installation. 3C 0 2. Tolerances. 3. Manufacturers' Field Services and Reports. 1.02 QUALITY ASSURANCE—CONTROL OF INSTALLATION A. CONTRACTOR shall monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship to produce Work of specified quality. B. CONTRACTOR shall comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, CONTRACTOR shall request clarification from ENGINEER before proceeding. D. CONTRACTOR shall comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Work shall be performed by persons qualified to produce workmanship of specified quality. CONTRACTOR shall secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 1.03 TOLERANCES A. CONTRACTOR shall monitor tolerance control of installed products to produce acceptable work and shall not permit tolerances to accumulate. B. CONTRACTOR shall comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, CONTRACTOR shall request clarification from ENGINEER before proceeding. C. CONTRACTOR shall adjust products to appropriate dimensions; position before securing products in place. 1.04 MANUFACTURERS' FIELD SERVICES AND REPORTS A. When specified in individual specification sections or when requested by ENGINEER, CONTRACTOR shall require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, and quality of workmanship. Section 01400-1 4443.001/17-49 B. CONTRACTOR shall submit qualifications of observer to ENGINEER 30 days in advance of required observations. C. CONTRACTOR shall report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. D. CONTRACTOR shall submit report in duplicate within 30 days of observation to ENGINEER for information. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION Section 01400-2 4443.001/17-49 ti 0 O �+ C. el Cl) co OM Dx _ N 0 V SECTION 01500 TEMPORARY FACILITIES PART 1—GENERAL 1.01 SUMMARY A. Work Included: 1. Temporary utilities. 2. Temporary support facilities. 3. Removal of temporary facilities. N O m fV B. CONTRACTOR shall arrange for and provide temporary facilities as required for proper and expeditious prosecution of the Work. C. CONTRACTOR shall pay all costs, except as otherwise specified, until final acceptance of the Work unless OWNER makes arrangements for use of completed portions of the Work after substantial completion in accordance with the provisions of the General Conditions. 1.02 TEMPORARY UTILITIES A. Temporary Toilets and Water Fountains: Restroom facilities are available at the WTP for CONTRACTOR's use. All personnel must maintain proper cleanliness and etiquette when using OWNER's facilities and clean up after themselves. B. Temporary Electrical: 1. Existing electrical outlets and wiring may be used for small electrical loads (e.g., handheld drills, battery chargers, computers, etc.). Existing outlets and wiring shall not be used for motors larger than fractional HP or for welding equipment. Circuits for larger motors and welding equipment may be provided with special circuits to mains of electrical panels at the expense of those trades requiring them, provided that special permission is obtained from OWNER and ENGINEER and the installation is made by skilled electricians. 2. Any temporary electrical services required during power outages shall be obtained and paid for by CONTRACTOR. 3. All temporary lighting required for construction as well as OWNER's full use of the entire facility throughout construction shall be provided by CONTRACTOR. C. Temporary Telephone Service: CONTRACTOR shall provide, without extra cost to OWNER, telephone services at the Site for the duration of the Work as required for CONTRACTOR's use. Parry making toll calls shall pay for same. D. Temporary Fire Protection: CONTRACTOR and Subcontractor(s) who maintain or provide an enclosed shed or trailer shall provide and maintain in operating order in each shed or trailer a minimum of one fire extinguisher. More extinguishers shall be provided as necessary. Fire extinguishers shall be minimum dry chemical, nonfreezing -type, UL rating 2A-30BC, with 10 -pound capacity for Class A, B, and C fires. E. Smoking is prohibited on any City property. Section 01500-1 4443.00111749 1.03 TEMPORARY STAIRS AND ACCESS A. CONTRACTOR shall provide and maintain all equipment such as temporary stairs, ladders, ramps, runways, chutes, and so on as required for proper execution of the Work. CONTRACTOR shall be responsible for providing its own scaffolds, hoists, etc. B. All such apparatus, equipment, and construction shall meet all requirements of OSHA, the labor laws, and other applicable State and local laws. Provide stairs with handrails. As soon as possible and where applicable, permanent stairs shall be installed. 1.04 TEMPORARY SUPPORT FACILITIES A. CONTRACTOR shall provide whatever facilities and services which may be needed to properly support primary construction process and meet compliance requirements and governing regulations. B. CONTRACTOR shall not use permanent facilities except as otherwise indicated, unless authorized by OWNER. 1.05 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary materials, equipment, and construction as soon as practicable but no later than just prior to substantial completion inspection. B. Clean and repair damage caused by installation or use of temporary facilities and restore existing facilities used during construction to specified, or to original, condition. C. Minor temporary facilities which interfere with OWNER's operations shall be removed at the end of each Work period. PART 2—PRODUCTS M O � NOT APPLICABLE _ PART 3—EXECUTION �rn = rn NOT APPLICABLE R' ..e END OF SECTION Section 01500-2 4443.001117-49 SECTION 01560 TEMPORARY CONTROLS PART 1 -GENERAL 1.01 SUMMARY A. Work Included: C_ 1. Dust Control. n� F 2. Noise Control. �n o 3. Site Security. -v 4. Daily Cleanup. oz v N PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION 3.01 DUST CONTROL A. CONTRACTOR shall execute the Work by methods to minimize raising dust from construction operations. B. CONTRACTOR shall provide positive means to prevent airborne dust from dispersing into atmosphere. C. CONTRACTOR shall provide partitions, enclosures, etc., within buildings as necessary to confine dust, protect adjacent areas, and avoid contaminating treatment processes. 3.02 NOISE CONTROL A. Provide methods, means, and facilities to minimize noise produced by construction operations. 3.03 SITE SECURITY A. Iowa City Water Treatment Plant (WTP) and Remote Sites: 1. CONTRACTOR personnel must sign -in and sign -out of the WTP each work day using the book provided at the front -desk. 2. CONTRACTOR employees must have a valid Kirkwood Community College safety card. 3. Normal working hours for CONTRACTOR shall be between 7 A.M. and 3:30 P.M. on normal working weekdays. Any deviation from this schedule must be approved by OWNER. 4. CONTRACTOR shall provide cell phone numbers for key personnel to City, including a 24-hour emergency contact. 5. WTP: a. The WTP is a locked facility controlled by RFID badges and keys. Section 01560-1 4443.001117-49 b. All appropriate badges and keys will be provided to CONTRACTOR by OWNER for access to portions of the WTP for Work activities at the discretion of the OWNER. 6. Vehicle access to the WTP is off Dubuque Road north of Interstate -80. 7. South Parking Lot: a. This lot provides access to the front of the WTP, front -desk and administrative offices. b. The gate controlling access to this lot is open from 7 A.M. to 5 P.M. on normal working weekdays. This gate is locked shut at all other times. 8. North Parking Lot: a. This lot provides access to the loading dock area and direct access to the water treatment process area. b. The gate controlling access to this lot is badge -activated or may be opened by the front -desk at the request of CONTRACTOR utilizing the plant intercom system. 9. Remote Sites: a. All remote sites (ground storage reservoirs, wells, Radio Tower, and Generator Building) are key -locked facilities with passcode security alarm systems. b. Passcodes and keys will be provided to CONTRACTOR at the discretion of the City. B. CONTRACTOR shall at all times be responsible for the security of the Work including materials and equipment. OWNER will not take any responsibility for missing or damaged equipment, tools, or personal belongings. CONTRACTOR shall have the sole responsibility of safeguarding the Work and the Site throughout the duration of the Project. 3.04 DAILY CLEANUP A. CONTRACTOR shall clean up the Site and remove all rubbish on a daily basis. END OF SECTION Section 01560-2 4443.00111749 N C> —4 v C7� r r =,C-), o r oM 73Co gt Section 01560-2 4443.00111749 SECTION 01590 STORAGE AREAS AND SHEDS PART 1 -GENERAL 1.01 SUMMARY p r A. Work Included: A rr 1. Materials, equipment, and furnishings. �-< — *Mob ,. 2. Construction. c 3. Storage areas and sheds. '� _ M 4. Preparation. o 5. Removal. yi N PART 2 -PRODUCTS 2.01 MATERIALS, EQUIPMENT, AND FURNISHINGS A. Materials, equipment, and furnishings shall be serviceable, new or used, and adequate for required purpose. 2.02 CONSTRUCTION A. CONTRACTOR shall provide structurally sound, secure, weathertight enclosures for storage spaces. B. Exterior materials shall be weather resistant. C. Provide appropriate type fire extinguisher at each storage area. D. Interior materials in storage sheds shall be as required to provide specified conditions for storage of products. 2.03 STORAGE AREAS AND SHEDS A. Provide storage areas and sheds of size to meet storage requirements for products of individual sections, allowing for access and orderly provision for maintenance and for observation of products to meet requirements of Section 01600 -Materials and Equipment. B. Coordinate indoor storage locations, if available, with OWNER. PART 3 -EXECUTION 3.01 PREPARATION A. CONTRACTOR shall fill and grade sites for temporary structures to provide drainage away from buildings. Section 01590-1 4443.001117-49 3.02 REMOVAL A. Upon final acceptance and completion of the Work, CONTRACTOR shall restore storage areas. END OF SECTION _ C� 4 N O v 1% i CJ-( �11YP o = N v Section 01590-2 4443.001/17-49 SECTION 01600 MATERIALS AND EQUIPMENT O � PART 1—GENERAL o 1.01 SUMMARY �rn _ A. Work Included: CONTRACTOR shall be responsible for the deliver7?handliog, storage and protection of all material and equipment required to complete the Work as sdecified herein. B. Related Sections and Divisions: Specific requirements for the handling and storage of material and equipment are described in other sections of these Specifications. 1.02 PRODUCTS A. Components required to be supplied in quantity within a Specification section shall be the same, and shall be interchangeable. B. CONTRACTOR shall not use materials and equipment removed from existing construction, except as specifically required, or allowed, by the Contract Documents. C. When any construction deviations from the Drawings and/or Specifications necessary to accommodate equipment supplied by CONTRACTOR, result in additional costs to CONTRACTOR or other contractors, such additional costs shall be borne by CONTRACTOR. CONTRACTOR shall also pay any additional costs necessary for revisions of Drawings and/or Specifications by ENGINEER. D. Each major component of equipment shall bear a nameplate giving the name and address of the manufacturer and the catalogue number or designation. 1.03 TRANSPORTATION AND HANDLING A. Materials, products and equipment shall be properly containerized, packaged, boxed, and protected to prevent damage during transportation and handling. B. CONTRACTOR shall not overload any portion of the structure in the transporting or storage of materials. C. CONTRACTOR shall not damage other construction by careless transportation, handling, spillage, staining or impact of materials. D. CONTRACTOR shall provide equipment and personnel to handle products, including those provided by OWNER, by methods to prevent soiling and damage. E. CONTRACTOR shall provide additional protection during handling to prevent marring and otherwise damaging products, packaging, and surrounding surfaces. CONTRACTOR shall handle product by methods to avoid bending or overstressing. Lift large and heavy components only at designated lift points. Section 01600-1 4443.00111749 1.04 DELIVERYAND RECEIVING A. CONTRACTOR shall arrange deliveries of products in accordance with the Progress Schedule, allowing time for observation prior to installation. B. CONTRACTOR shall coordinate deliveries to avoid conflict with the Work and conditions at the Site; work activities of other contractors or OWNER; limitations on storage space; availability of personnel and handling equipment and OWNER's use of premises. C. CONTRACTOR shall deliver products in undamaged, dry condition, in original unopened containers or packaging with identifying labels intact and legible. D. CONTRACTOR shall clearly mark partial deliveries of component parts of equipment to identify equipment and contents to permit easy accumulation of parts and to facilitate assembly. E. Immediately on delivery, CONTRACTOR shall inspect shipment to ensure: 1. Product complies with requirements of Contract Documents andsview9submittals. 2. Quantities are correct. ;:4h� „� 3. Accessories and installation hardware are correct. �'-=� r,- 4. Containers and packages are intact and labels legible. :-q o r 5. Products are protected and undamaged. � M -0 M LS 1.05 STORAGE AND PROTECTION z N Y A. General: 1. CONTRACTOR shall store products, immediately on delivery, in accordance with manufacturer's instructions, with all seals and labels intact and legible. 2. Available storage space at the Site is limited. Any additional off-site space required shall be arranged by CONTRACTOR. 3. CONTRACTOR shall allocate the available storage areas and coordinate their use by the trades on the job. 4. CONTRACTOR shall arrange storage in a manner to provide access for maintenance of stored items and for observation. B. In enclosed storage, CONTRACTOR shall: 1. Provide suitable temporary weather tight storage facilities as may be required for materials that will be damaged by storage in the open. 2. Maintain temperature and humidity within ranges stated in manufacturer's instructions. 3. Provide ventilation for sensitive products as required by manufacturer's instructions. 4. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. 5. Store solid materials such as electrical equipment, conduit, and fittings under shelter, in original packages, away from dampness and other hazards. 6. Store liquid materials away from fire or intense heat and protect from freezing. C. At exterior storage, CONTRACTOR shall: 1. Store unit materials such as conduit off ground, out of reach of dirt, water, mud and splashing. 2. Store tools or equipment that carry dirt outside. 3. Store large equipment so as not to damage the Work or present a fire hazard. 4. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet material and provide ventilation to avoid condensation. Section 01600-2 4443.001/1749 Completely cover and protect any equipment or material which is prime coated or finish painted with secured plastic or cloth tarps. Store out of reach of dirt, water, mud and splashing. Provide surface drainage to prevent erosion and ponding of water. 1.06 MAINTENANCE OF STORAGE A. CONTRACTOR shall periodically inspect stored products on a scheduled basis. B. CONTRACTOR shall verify that storage facilities comply with manufacturer's product storage requirements, and verify that manufacturer required environmental conditions are maintained continually. C. CONTRACTOR shall verify that surfaces of products exposed to the elements are not adversely affected and that any weathering of finishes is acceptable under requirements of Contract Documents. D. CONTRACTOR shall perform scheduled maintenance of equipment in storage as recommended by the manufacturer. A record of the maintenance shall be kept and turned over to ENGINEER when the equipment is installed. 1.07 INSTALLATION REQUIREMENTS A. Manufactured articles, materials, and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned as directed by the respective manufacturers, unless otherwise specified. B. After installation, CONTRACTOR shall protect all materials and equipment against weather, dust, moisture, and mechanical damage. C. CONTRACTOR shall be responsible for all damages that occur in connection with the care and protection of all materials and equipment until completion and final acceptance of the Work by OWNER. Damaged material and equipment shall be immediately removed from the Site. 1.08 EQUIPMENT WARRANTIES A. Warranties shall be nonprorated, include all parts and labor, and be in written form. Warranties shall specifically exclude buyer's indemnification language. Warranty language shall not eliminate manufacturer's responsibility for sizing of the equipment. During warranty period, manufacturer shall be responsible for any travel expenses, outside contractor fees, and rental equipment fees associated with providing warranty service. Warranties shall not exclude normal wear items. Manufacturer shall pay expenses incurred for re airs and parts replacement not made by manufacturer if manufacturer's response is not wilwn 72 hours of notification by OWNER. Warranty language shall be provided with thop L"bwings. PART 2—PRODUCTS =� NOT APPLICABLE o`er _ ;em _N r Section 01600-3 4443.001/1719 PART 3—EXECUTION NOT APPLICABLE END OF SECTION Section 01600-4 4443.001117-49 N 4 _ V C- Cyt --4 9? C Q- _= SECTION 01650 STARTING OF SYSTEMS B. CONTRACTOR shall perform the Work described in the following subsections. 1.02 GENERAL A. The number of days for manufacturer's services stated in the Specifications shall be considered as the minimum number of days. Should additional time be required for services because of equipment malfunction or other problem, such time shall be at the expense of CONTRACTOR, with no change in Contract Price. B. "Days" specified shall consist of 8 -hour days on-site, excluding travel time. C. CONTRACTOR shall designate and provide one person to be responsible for scheduling, coordinating, and expediting the specified services. Scheduling the services shall be done in cooperation with, and with the prior approval of ENGINEER and OWNER. Such schedule shall be arranged with the appropriate subcontractors, manufacturers, and suppliers with sufficient time to allow their compliance with the service requirements. D. CONTRACTOR shall manage equipment checkout such that checkout has been completed and deficiencies addressed prior to demonstration and training. Scheduling training prior to checkout may result in cancellation when checkout cannot be completed prior to training. 1.03 EQUIPMENT AND SYSTEM INSTALLATION A. Competent and experienced technical personnel shall represent the manufacturers of all equipment and systems for as many days as may be necessary to provide proper installation and to resolve assembly or installation problems at the site that are attributable to, or associated with, the equipment furnished. This requirement applies to manufacturers for all equipment furnished, whether or not specifically set forth in the Specifications. B. Where a manufacturer's certificate is called for in this Specification Section, the manufacturer's representative shall provide the attached certificate stating that the equipment or system has been installed in accordance with the manufacturer's instructions and has been inspected by a manufacturer's authorized representative, that it has been serviced with the proper initial lubricants, that applicable safety equipment has been properly installed, that the proper electrical connections have been made, and that any other Section 01650-1 4443.00111749 N _O PART 1—GENERAL y; roc„ 'in 1.01 SUMMARY r �rn s rn A. Work Included: o� ^� 0 1. General. v 2. Equipment and system installation. 3. Starting equipment and systems. 4. Demonstration, instructions, and operator training. 5. Start-up and testing. 6. Equipment systems requiring certification of proper installation. B. CONTRACTOR shall perform the Work described in the following subsections. 1.02 GENERAL A. The number of days for manufacturer's services stated in the Specifications shall be considered as the minimum number of days. Should additional time be required for services because of equipment malfunction or other problem, such time shall be at the expense of CONTRACTOR, with no change in Contract Price. B. "Days" specified shall consist of 8 -hour days on-site, excluding travel time. C. CONTRACTOR shall designate and provide one person to be responsible for scheduling, coordinating, and expediting the specified services. Scheduling the services shall be done in cooperation with, and with the prior approval of ENGINEER and OWNER. Such schedule shall be arranged with the appropriate subcontractors, manufacturers, and suppliers with sufficient time to allow their compliance with the service requirements. D. CONTRACTOR shall manage equipment checkout such that checkout has been completed and deficiencies addressed prior to demonstration and training. Scheduling training prior to checkout may result in cancellation when checkout cannot be completed prior to training. 1.03 EQUIPMENT AND SYSTEM INSTALLATION A. Competent and experienced technical personnel shall represent the manufacturers of all equipment and systems for as many days as may be necessary to provide proper installation and to resolve assembly or installation problems at the site that are attributable to, or associated with, the equipment furnished. This requirement applies to manufacturers for all equipment furnished, whether or not specifically set forth in the Specifications. B. Where a manufacturer's certificate is called for in this Specification Section, the manufacturer's representative shall provide the attached certificate stating that the equipment or system has been installed in accordance with the manufacturer's instructions and has been inspected by a manufacturer's authorized representative, that it has been serviced with the proper initial lubricants, that applicable safety equipment has been properly installed, that the proper electrical connections have been made, and that any other Section 01650-1 4443.00111749 1.04 manufacturer requirements have been met. This certification shall be provided to ENGINEER and OWNER prior to the start-up. This certificate is in addition to the manufacturer's standard startup reports, checklists, and other pertinent information. C. Functional (or run) testing is required for all equipment and systems. The manufacturer's representative shall supervise the functional test, which shall include checking for proper rotation, alignment, speed, excessive vibration, and noisy operation. The Manufacturer's Certificate of Proper Installation shall state that proper adjustments have been made and that the equipment or system is ready for start-up. Refer to Paragraph 1.09 in Section 16940—Controls and Instrumentation for additional functional testing requirements. D. Manufacturer shall demonstrate, using laser alignment equipment, if appropriate, that the installed equipment has been aligned properly. Final acceptance of equipment will not be granted until manufacturer has demonstrated to ENGINEER that acceptable alignment to tolerances have been achieved. STARTING EQUIPMENT AND SYSTEMS A. Where field testing and start-up services are called for in the Specifications, or when technical assistance is necessary as a result of any malfunction of the equipment or system furnished, the manufacturer's representative shall provide such services. B. Manufacturer's representative shall also conduct and/or assist with performance testing, as required by the Specifications. These services shall continue until such times as the applicable equipment or system has been successfully tested for performance and has been accepted by OWNER for full-time operation. C. Coordinate schedule for start-up of various equipment and systems. Coordination includes, but is not limited to, communication with subcontractors, suppliers, OWNER, and ENGINEER. CONTRACTOR shall confirm that all necessary work is complete and that the equipment and systems can be operated in conjunction with all associated processes. D. Notify ENGINEER and OWNER prior to starting Work as specified in Section 01010—Summary of Work. E. Verify that each piece of equipment or system has been checked for proper control sequence or for other conditions that may cause damage. F. Verify that tests and specified electrical characteristics agree with those required by the equipment or system manufacturer and to maintain existing functionality, unless noted otherwise. G. Verify wiring and support components for equipment are complete H. Execute start-up of new radios under supervision of representative and CONTRACTOR's personnel in actor instructions. Section 01650-2 4443.001/1749 Q1 testes -' c Pe `_manuketurer's Lyth c3nan ac urers' 'nM V v x N KL 1.05 DEMONSTRATION, INSTRUCTIONS, AND OPERATOR TRAINING A. For all mechanical equipment and systems and where called for in the Specifications, provide a qualified technical representative to provide detailed instructions to OWNER's personnel for operation and maintenance of new equipment and software. B. Refer to the Specifications for additional training requirements. C. CONTRACTOR shall coordinate the training periods with OWNER's operating personnel and manufacturers' representatives. 1. Schedule training dates and times with OWNER, that are acceptable to the OWNER, using equipment, startup, and O&M training form. Normal hours available for training are between 7 A.M. to 3:30 P.M., Tuesdays or Fridays, except for holidays. 2. Submit syllabus and presentation to OWNER and ENGINEER at least 2 weeks in advance of training for approval. 3. Provide name, contact information, and brief synopsis of qualifications of the trainer. 4. If materials above are not provided at least 2 weeks in advance, training may be canceled. 5. Failure of supplier's or manufacturer's representative to appear for scheduled training, failure to notify OWNER 24 hours in advance of need to cancel scheduled training or failure to arrive within 30 minutes of start of scheduled training shall result in reimbursement to OWNER for time lost by OWNER's personnel in waiting for arrival of manufacturer's representative. Except in case of failure to arrive on time, time will not exceed 1 hour for each employee scheduled to receive training. Failure to arrive on time will be reimbursed by actual time late, up to 1 hour, after 1 hour, training will be rescheduled. CONTRACTOR shall reimburse OWNER via a change order. 6. During the training, instructor will dedicate its time solely to training and not start-up services. 7. Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with OWNER's personnel in detail to explain all aspects of operation and maintenance. 8. Demonstrate start-up, operation, control, adjustment, troubleshooting, servicing, maintenance, and shutdown of each item of equipment. 9. Prepare and insert additional data in operation and maintenance manuals when need for additional data becomes apparent during instruction. 10. OWNER may videotape the training for future internal use. Provide to OWNER paper and electronic copies of any media used as part of training. 11. Provide training handouts for each of OWNER's personnel present. D. CONTRACTOR shall provide attached Certificate of Operator Training cosigned by OWNER and supplier's representative verifying training was accomplished to satisfaction of all parties. O C_ E. Operation and maintenance manual submitted inyX*,5cdancM with Section 01300—Submittals shall be provided prior to operator training -t _ --t c�, o F. Final payment for various items of equipment will not be mad8<g 04NEMtil the equipment is operating to OWNER's satisfaction. w Section 01650-3 4443.001/1749 G. Section 16940—System Supplier Training: Provide separate training sessions for equipment operation and maintenance, and for new SCADA System equipment and software as follows: 1. Operation and Maintenance Training: a. Course length shall be minimum 4 hours total. b. Provide one 4-hour session at the Iowa City Water Treatment Plant for up to eight plant personnel. c. Training shall include all new equipment as well as integration of existing equipment. d. Training shall include a real-time demonstration of network resiliency (e.g., loss of a network switch, disconnected fiber optic cable, etc.), as well as the inspection of completed equipment installations. e. Training shall include a description of Operation and Maintenance Manual wiring diagrams and how to identify and troubleshoot common problems. 2. SCADA System Software Training: a. Course length shall be minimum 8 hours total. b. Provide two 4-hour sessions at the Iowa City Water Treatment Plant for up to ten plant personnel. (1) One 4-hour session shall be provided after the new SCADA Historian server and trending client software is online and functional. This training shall be focused on acclimating OWNER to the Historian trend client software capabilities and options, including a live demonstration of how to configure and save a trend, how to export raw data from the Historian database, and how to import data into the Historian database. (2) A final 4-hour session shall be provided at final completion of the project to review updates to SCADA System HMI graphics and to review the Historian server database and trending client software functions. This training shall include a minimum 1-hour question and answer period. c. Training shall be conducted by the software designer(s) who programmed/configured each piece of SCADA System software. d. At the completion of training, OWNER's personnel shall be able to perform, at a minimum, the following functions: (1) Navigate the new SCADA HMI graphics. o (2) Create and save custom trends. Cc-) C_ (3) Import/export data to/from the Historian database. xP':-; r (4) Display SCADA HMI graphics on the new large screWfrioaupr in& WTP Control Room. `� M (5) Identify and troubleshoot communication problems. (6) Add new tags into the Historian server database. N 0 e. Training manuals shall include color software screenshotsiSFor deMonstration and instruction. +t 1.06 START-UP AND TESTING A. Prior to acceptance of any portion of the Work, start-up and testing of all equipment and testing of all materials furnished on the Project by CONTRACTOR shall have been conducted in the presence of representatives of CONTRACTOR, OWNER, and ENGINEER and also manufacturer if requested by OWNER or ENGINEER. B. CONTRACTOR shall provide whatever temporary installations and conditions are necessary in order to perform start-up and testing operations on all equipment and materials furnished under the Contract. Temporary connections and equipment necessary during start-up and testing operations shall include, but not be limited to, temporary electrical power and control equipment and devices, temporary connection from various parts of the systems and any Section 01650-4 4443.001117-49 other labor, materials, fuel, devices, or items that may be required for start-up and testing operations. Temporary conditions shall include filling with water, if necessary, to check equipment controls. C. All temporary installations and conditions shall be removed by CONTRACTOR upon completion of start-up and testing. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION NOT APPLICABLE END OF SECTION Section 01650-5 4443.001117-49 N -i L r•` � M a m o`er CERTIFICATE OF OPERATOR TRAINING Equipment/Software Specification Section Contract Date Time CEUs Offered Handouts_ PRESENTER Name Job Title Street/Address City/State/Zip I hereby certify the equipment supplier/manufacturer has instructed OWNER's personnel in the start-up operation and maintenance of this equipment as required in the Specifications. CONTRACTOR Name (pri OWNER -tom rn I hereby certify that I received instruction for start-up, operation, and maintenar thfequit7nt. :c> Signature Date �. Name (pri END SECTION Section 01650-6 4443.001/17-49 SECTION 01700 CONTRACT CLOSEOUT PART1-GENERAL o 1.01 SUMMARY m 'ijl A. Work Included: cD 1. Closeout procedures. �rn -0 2. Final cleaning. oM -X 3 ^� Q 3. Adjusting. 4. Project record documents. 5. Warranties. 6. Spare parts and maintenance materials. 1.02 CLOSEOUT PROCEDURES A. CONTRACTOR shall provide submittals to ENGINEER that are required by governing or other authorities. B. CONTRACTOR shall comply with General Conditions and Supplementary Conditions and complete the following before requesting ENGINEER's observation of the Work or designated portion thereof for substantial completion. 1. Submit executed warranties, workmanship bonds, maintenance agreements, inspection certificates, and similar required documentation for specific units of Work, enabling OWNER's unrestricted occupancy and use. 2. Submit record documentation, maintenance manuals, spare parts, keys, and similar operational items. 3. Submit consent of surety (if surety required in Contract). 4. Complete final cleaning, touch-up work of marred surfaces, and remove temporary facilities and tools. 1.03 FINAL CLEANING A. It is CONTRACTOR's responsibility to completely clean up the inside and outside of all control panels and the construction site at the completion of the Work. 1.04 ADJUSTING A. CONTRACTOR shall adjust operating products and equipment to ensure smooth and unhindered operation. 1.05 PROJECT RECORD DOCUMENTS A. CONTRACTOR shall maintain on Site one set of the following record documents to record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. Section 01700-1 4443.001/1749 6. Manufacturer's instruction for assembly, installation, and adjusting. B. CONTRACTOR shall ensure entries are complete and accurate, enabling future reference by OWNER. C. CONTRACTOR shall store record documents separate from documents used for construction. D. CONTRACTOR shall record information concurrent with construction progress. E. Specifications: CONTRACTOR shall legibly mark and record at each Product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by addenda and modifications. F. Record Drawings: CONTRACTOR shall legibly mark each item to record actual construction including: 1. Field changes of dimension and detail. 2. Details not on original Contract drawings. 1.06 WARRANTIES A. CONTRACTOR shall provide warranties beyond project one-year warranty as required by technical sections and as follows. B. Submit warranty information as follows: 1. Provide notarized copies. 2. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and manufacturers, and provide Table of Contents and assemble in three-ring binder with durable cover. 3. Submit with request for certificate of Substantial Completion. 4. For items of work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance listing date of acceptance as start of warranty period. 5. Provide contact information for post -construction warranty support. 1.07 SPARE PARTS AND MAINTENANCE MATERIALS A. CONTRACTOR shall provide spare parts, maintenance, and extra materials in quantities specified in individual specification sections. PART 2—PRODUCTS NOTAPPLICABLE o t PART 3—EXECUTION y M M NOT APPLICABLE wM1 N END OF SECTION Section 01700-2 4443.001/17-49 SECTION 02050 DEMOLITION PART1—GENERAL 1.01 SUMMARY A. Work Included: All demolition, removal, and salvage work as shown on the drawings or specified herein. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern work in this section. 1.02 SUBMITTALS A. CONTRACTOR shall submit permits and notices, if required, authorizing building demolition. 1.03 QUALITY ASSURANCE A. CONTRACTOR shall perform demolition, removal, and salvage inconformity with applicable federal, state, and local safety practices and code requirements. B. CONTRACTOR shall contact all public utilities and shall shut off, cut and cap all utility services in accordance with utility requirements, codes, rules and regulations. C. Obtain and pay for all necessary permits, licenses and certificates required. 1.04 SEQUENCE A. No demolition, removal, or salvage work shall commence until approval to proceed has been granted by OWNER. Such work shall be completed in accordance with the construction sequence included in Division 1 of these specifications and in accordance with the construction phases of this project and work to be done by the Iowa City IT t�partment. PART 2—PRODUCTS NOT APPLICABLE PART 3—EXECUTION 3.01 EQUIPMENT A. CONTRACTOR shall remove all equipment specified herein or indicated on the Drawings. B. CONTRACTOR shall remove associated exposed conduit, power wiring, controls, switches, control wiring, appurtenances, and their supports serving equipment to be removed. Electrical items shall be removed to their junction with control panel or their junction with conduit serving other equipment that is to remain. Section 02050-1 4443.001/17-49 C. CONTRACTOR shall patch floors, walls, and ceilings as required to match existing or as indicated where equipment, electrical conduit, or supports are removed. 3.02 SALVAGE A. OWNER has first right of refusal to all equipment removed. B. All equipment, except as specified hereinafter, noted shall be removed by CONTRACTOR. CONTRACTOR shall inspect each control panel and determine the type and amount of equipment, materials, and wiring to be removed. C. All equipment, except as specified hereinafter, within the limits of the demolition and additional items noted to be removed, will become the property of CONTRACTOR if OWNER does not claim under first right of refusal and shall be removed from the project site. Comply with State and local ordinances and regulations for disposing of materials. D. The following equipment and materials shall be removed and turned over to OWNER if Bid Alternative No. 1 is not selected: 1. PLCs and all 1/0 cards and communications adapters. 2. Radios. 3. Operator interface panels. END OF SECTION Section 02050-2 4443.001/17-49 —i .ynr i41 rq n� z i Section 02050-2 4443.001/17-49 SECTION 07270 FIRESTOPPING PART 1—GENERAL 1.01 SUMMARY A. Work Included: Silicone firestopping sealant for sealing annular spaces around conduit penetrations through fire -rated assemblies and to seal gaps at intersections of walls and floors/ceilings. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern work in this section. a =+ 1.02 REFERENCES IDy A. UL 1479—Fire Tests of Through -Penetration Fire Stops. 91 r B. UL—Fire Hazard Classifications. n 1.03 REGULATORY REQUIREMENTS A. Firestopping materials and installation shall conform to the applicable building code requirements, including fire -resistance ratings and surface -burning characteristics. B. Provide certificate of compliance from local building inspector indicating approval of firestopping materials and installation. PART2—PRODUCTS 2.01 FIRESTOPPING SEALANT A. Firestopping sealant for conduit penetrations through fire -rated assemblies shall be a single -component silicone elastomer. B. Acceptable products include the following, or equal: Fire Barrier Silicone Sealant 2000 by 3M Corporation. 2.02 DAMMING MATERIAL A. Damming material shall be fire-resistant mineral fiber (if left in place) or other combustible material (if removed), as directed by the appropriate fire -tested designs. 2.03 PRIMER AND WRAP STRIP A. Primer for firestopping sealant shall be 3M Corporation, or equal. B. Wrap strip for firestopping sealant shall be 3M Fire Barrier FS -195 Wrap/Strip, or equal. Section 07270-1 4443.001/17-49 PART 3—EXECUTION 3.01 INSTALLATION A. Firestopping sealant shall be applied according to manufacturer's written instructions and shall achieve a fire rating equal to rating of construction which is penetrated. Substrate shall be free of all combustible materials (except damming material for later removal), loose impediment, oil, and other free liquids. B. Install damming material to establish the thickness and hold the firestopping sealant in place. Follow the manufacturer's installation instructions. All gaps or cracks left after damming materials are in place must be sealed. C. Apply primer and wrap strip in accordance with manufacturer's instructions prior to installing sealant. Apply sealant to a minimum depth of 1 1/2 inches and with uniform density and texture. D. Remove combustible damming material after sealant has cured. Noncombustible damming material may be left in place. 3.02 QUALITY CONTROL A. Check completed work for complete adhesion and seal 48 hours after sealant application. B. Clean adjacent surfaces of excess sealant using a compatible solvent in accordance with the manufacturer's instructions. END OF SECTION Section 07270-2 4443.001117-49 N D Df -t V o -4-E =tc r o J b Section 07270-2 4443.001117-49 SECTION 16010 GENERAL ELECTRICAL REQUIREMENTS PART1—GENERAL 1.01 SUMMARY A. Work includes general requirements for all electrical work. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern Work in this section. 1.02 REFERENCES a, A. ANSI/NFPA70—National Electrical Code (NEC). B. ANSI/IEEE C2—National Electrical Safety Code. 1 �. 1.03 CONTRACT DOCUMENTS ism Mr 1" A. Any equipment roughed in improperly and/or not positioned on impNed cenT rlines or as dictated by good practice shall be repositioned at no cost to OWNER. �0 B. The drawings are generally diagrammatic, and CONTRACTOR shall coordinate the Work so that interferences are avoided. Provide all offsets in conduit, fittings, etc., necessary to properly install the work. All offsets, fittings, etc., shall be provided without additional expense to OWNER. C. Classified locations, where referenced in the Specifications or on the Drawings, shall be as defined in the NEC. 1.04 REGULATORY REQUIREMENTS A. Conform to ANSI/NFPA 70. B. Conform to ANSI/IEEE C2. C. The rules and regulations of the federal, state, local, and civil authorities and utility companies in force at the time of execution of the Contract shall become a part of this specification. D. Obtain electrical permits and inspections from authority having jurisdiction. Costs for permits and inspections shall be by CONTRACTOR. 1.05 CODES AND ORDINANCES A. CONTRACTOR is expected to know or to ascertain, in general and in detail, the requirements of all codes and ordinances applicable to the construction and operation of systems covered by this Contract. CONTRACTOR shall know or ascertain the rulings and Section 16010-1 4443.001117-49 interpretations of code requirements being made by all authorities having jurisdiction over the work to be performed by them. B. In preparing a Bid, CONTRACTOR shall include the cost of all items and procedures necessary to satisfy the requirements of all applicable codes, ordinances, and authorities, whether or not these are specifically covered by the drawings and specifications. All cases of serious conflict or omission between the drawings, specifications, and codes shall be brought to ENGINEER's attention, as herein before specified. CONTRACTOR shall carry out work and complete construction as required by applicable codes and ordinances and in such a manner as to obtain approval of all authorities whose approval is required. C. When requested by ENGINEER, CONTRACTOR shall provide written calculations to show compliance with applicable codes or the Contract Documents. This shall include, but not be limited to, conduit and wire sizing, junction and pull box fill and sizing, conductor derating, and voltage drop. CONTRACTOR shall indicate calculation method used as well as compliance with applicable code, drawing, or specification. 1.06 EQUIPMENT PROVIDED UNDER OTHER DIVISIONS A. Included in this Contract are electrical connections to equipment provided under other divisions. CONTRACTOR shall refer to final shop drawings for equipment being furnished under other divisions, for exact location of electrical equipment, and the various connections required. 1.07 ELECTRICAL DISTRIBUTION SYSTEM A. Provide a complete electrical distribution system consisting of components inlated on the drawings or specified herein including, but not limited to: _ 1. Branch wiring, and electrical distribution equipment. ` 2. All control wiring. D`_n—r rte - 3. Access panels and access doors for access to equipment install(R* Division 4. Wiring between control and communication system components -71C3 c 5. Communication cable raceway system. z M 6. Support system design and supports for electrical raceways. h r'v 7. Code -required disconnects. v B. Provide balancing and adjusting of electrical loads. C. CONTRACTOR shall instruct OWNER's representative in the operation and maintenance of all equipment. The instruction shall include a complete operating cycle on all apparatus. D. Provide miscellaneous items for a complete and functioning system as indicated on the drawings and specified herein. E. A partial list of work not included in Division 16 is as follows: Painting (except as otherwise specified herein). 1.08 NOISE A. Eliminate any abnormal noises that are not considered by ENGINEER to be an inherent part of the systems as designed. Abnormal buzzing in equipment components will not be acceptable. Section 16010-2 4443.00111749 a 1.09 DRAWINGS 1.10 A. The drawings indicate approximate locations of the various items o"*eIddrical terns. These items are shown approximately to scale and attempt to show Wei mthd5b items should be integrated with building construction. Locate all the variouc<F4msdby Me -job measurements in conformance with Contract Documents and cooperaW a othprrades. B. Prior to locating equipment, confer with ENGINEER as to desired I caticGin the various areas. In no case should equipment locations be determined by scaling drawings. Relocate equipment and bear cost of redoing work or other trades' work necessitated by failure to comply with this requirement. C. In certain instances, electrical devices and equipment, etc., may be relocated. Where relocation is within 10 feet of location shown on the drawings, and when CONTRACTOR is informed of necessary relocation before work is begun on this portion of the job, the relocation shall be at CONTRACTOR's expense. D. The drawings are schematic in nature and are not intended to show exact locations of conduit, but rather to indicate distribution, communication, and control. SUBMITTALS A. CONTRACTOR shall submit to ENGINEER for approval prior to beginning work, shop drawings on the equipment and materials proposed to be furnished and installed. See Section 01300—Submittals for requirements. B. CONTRACTOR shall, in addition, submit drawings and/or diagrams for review and for job coordination in all cases where deviation from the Contract drawings are contemplated because of job conditions, interference or substitution of equipment, or when requested by ENGINEER for purposes of clarification of CONTRACTOR's intent. CONTRACTOR shall also submit detailed drawings, rough -in sheets, etc., for all special or custom-built items or equipment. Drawings and details under this section shall include, but not be limited to electrical interconnection wiring diagrams; see Section 16940—Controls and Instrumentation. C. These drawings and diagrams shall show applicable electrical switch and breaker sizes as well as the manufacturer's name and catalog number for each piece of equipment used. D. Equipment and material submittals must show sufficient data to indicate complete compliance with Contract Documents as follows: 1. Proper sizes and capacities. 2. That the item will fit in the available space in the manner that will allow proper service. 3. Construction materials and finishes. E. When the manufacturer's reference numbers are different from those specified, provide correct cross-reference number for each item. The shop drawings shall be clearly marked and noted accordingly. F. When equipment and items specified include accessories, parts, and additional items under one designation, shop drawings shall be complete and include all components. G. See additional requirements of shop drawings under Division 1—General Requirements. Section 16010-3 4443.00111749 PART 2—PRODUCTS 2.01 STANDARD PRODUCTS A. All equipment and products shall be of new manufacture per applicable specifications. B. All equipment shall be UL and NEMA approved. C. All equipment and wiring shall be selected and installed for conditions in which it will perform (e.g., general purpose, raintight, dustproof, or any other special type). 2.02 SUBSTITUTION OF MATERIALS AND EQUIPMENT A. While it is not the intention of OWNER to discriminate against any manufacturer of equipment which may be equivalent to specified equipment, a strict interpretation of such equivalency will be exercised in considering any equipment offered as a substitute for specified equipment. CONTRACTOR shall submit with each request for approval of substitute material or equipment sufficient data to show conclusively that it is equivalent to that specified in the following respects: 1. Performance: a. Capacity at conditions and operating speeds scheduled shall be equal to or greater than that of the specified equipment. b. Energy consumption at the point of rating shall not exceed that of the specified equipment. c. Vibration and noise production at the point of rating shall not exceed that of the specified equipment. 2. Materials of construction. 3. Gauges, weights, and sizes of all portions and component parts. 4. Design arrangements, methods of construction, and workmanship. 5. Coatings, finishes, and durability of wearing parts. 6. National reputation of the manufacturer as a producer of first quality equipment of the type under consideration. 7. Availability of prompt, reliable, and efficient service facilities franchised by or affiliated with the equipment manufacturer. This shall include the maintenance of local stocks of critical replacement parts equal to those maintained for the specified equipment. B. Requests for substitution shall include CONTRACTOR's reason for the request. C. If ENGINEER does not consider the items equivalent to those spCcified,:ZONTRACTOR shall provide those specified. c D. See General Conditions for additional requirements. o <ir v M PART 3—EXECUTION N 3.01 CONTINUITY OF SERVICE o A. CONTRACTOR shall provide and maintain continuous services (power, controls, alarms, etc.) during the entire construction period. Section 16010-4 4443.001117-49 B. No service shall be interrupted or changed without permission from OWNER. Written permission shall be obtained before any work is started. C. When interruption of service is required, all persons concerned shall be notified and a prearranged time agreed upon. Notice shall be a minimum of one week prior to the interruption, unless noted otherwise. 3.02 CLEANUP AND REMOVAL OF RUBBISH A. Control panels, disconnect switch enclosures, patch panels, junction boxes, and pullboxes shall be cleaned of debris and wires neatly arranged with surplus length cut off before installation of covers. B. Equipment shall be thoroughly cleaned of all stains, paint spots, dirt, and dust. All temporary labels not used for instruction or operation shall be removed. 3.03 PAINTING A. All painting of electrical equipment shall be done by CONTRACTOR unless equipment is specified to be furnished with factory -applied finish coats. B. All electrical equipment shall be provided with factory -applied prime finish, unless otherwise specified. C. If the factory finish on any equipment furnished by CONTRACTOR is damaged in shipment or during construction, the equipment shall be refinished by CONTRACTOR. D. One can of touch-up paint shall be provided for each different color factory finish which is to be the final finished surface of the product. 3.04 CAULKING A. Caulk with a caulking sealant where indicated on the electrical drawings or hereinafter specified. B. Caulking sealant shall be silicone construction sealant as manufactured by General Electric or two-part polysulfide conforming to the requirements and bearing the seal of the Thiokol Chemical Corporation. at C. Caulking sealant shall contain no acid or ingredients that will staiatone,ibrrode metal, or have injurious effect on painting. It shall be colored to match adjadmd�urtffindin' rr D. Caulking shall be performed by craftsman skilled at such work. :qc-) c ern s 3.05 BUILDINGACCESS o�10 fV A. CONTRACTOR shall arrange for the necessary openings in tt a builgng to allow for admittance of all apparatus. B. When the installation requires openings and access through existing construction and the openings are not provided, CONTRACTOR shall provide the necessary openings. Section 16010-5 4443.00111749 r<�iZ:�•ZiZi - � - • A. Provide communication cables, control wiring, and power wiring for all electrically -powered or electrically -controlled equipment. B. CONTRACTOR shall connect and wire all apparatus according to approved wiring diagrams furnished by the Section 16940 System Supplier. 3.07 EQUIPMENT ACCESS AND LOCATION A. All equipment shall be installed at the proper time, fit the available space, and allow proper service access to those items requiring maintenance. This means adequate access to all equipment not just that installed under this division. Any components for the electrical systems that are installed without regard to the above shall be removed and relocated as required to provide adequate access at CONTRACTOR's expense. B. Where various items of equipment and materials are specked and scheduled, the purpose is to define the general type and quality level, not to set forth the exact trim to fit the various types of ceiling, wall, or floor finishes. Provide materials that will fit properly the types of finishes actually installed. C. All equipment, junction and pull boxes, and accessories shall be installed to permit access to equipment for maintenance. Any relocation of conduits, equipment, or accessories to provide maintenance access shall be accomplished by CONTRACTOR at no additional cost. D. Electrical equipment, devices, instruments, hardware, etc., shall be installed with ample space allowed for removal, repair, calibration or changes to the equipment. Ready accessibility to equipment and wiring shall be provided without moving other equipment that is to be installed or that is already in place. E. Locate equipment to fit the details, panels, decorating, or finish of the space. ENGINEER shall reserve the right to make minor position changes of the outlets befor the work has been installed. Verify door swings before installing room lighting switch bo, and install boxes on the latch side of door unless noted otherwise. o �.h C -4 r 3.08 WORKMANSHIP 1 n A. All work shall be in compliance with the NEC. <M -v rn N B. Install work using procedures defined in NECA Standard of Installafiv. C. w Location of process equipment as shown on the drawings is approximate. D. Control devices required under these specifications shall be mounted in a code -approved manner. E. Control devices as shown on the drawings are within 10 feet of actual positions. Any mounting of this equipment within this 10 -foot distance will be performed at no additional cost to OWNER. Section 16010-6 4443.091/1749 F. Unless otherwise noted, conduit shall be fastened to building structure or equipment framework and not placed on the floor. G. Where materials, equipment apparatus, or other products are specified by manufacturer, brand name, and type or catalog number, such designation is to establish standards of desired quality and style and shall be the basis of the Bid. H. Materials and equipment of the types for which there are National Board of Fire Underwriters Laboratories (UL) listings shall be so labeled and shall be used by CONTRACTOR. 3.09 AREA CLASSIFICATION A. As noted on the drawings. 3.10 MODIFICATIONS TO EXISTING CONSTRUCTION A. Alterations: 1. Alter, extend, and reconnect conduits as necessary. 2. Reconnect existing conduits that were reused, cut, or exposed because of construction as quickly as possible. 3. Where wiring is involved, new wires shall be `pulled in" between the nearest available accessible reused outlets to the extent allowed by the governing code. 4. Provide new conduits for wires if they cannot be 'pulled in" to existing conduits. 5. All new conduits, wiring, and electrical items shall be connected to the existing systems so as to function as a complete unit. 6. Where existing electrical equipment, devices, fixtures, electrically operated items, etc., interfere with any remodeling work, they shall be removed and reinstalled in another location to avoid such interferences. All existing and relocated equipment shall be left in good operating condition. B. CONTRACTOR shall remove all electrical equipment, conduit, and wiring associated with the equipment and control systems specified herein and/or shown on the Drawings to be removed, unless noted otherwise. C. Include in Bid removal of existing electrical material and equipment as specified hereinafter, as noted on the drawings, or as needed by field conditions. D. Provide stainless steel cover plates for all existing recessed junction boxes not being reused. Seal or cap all existing conduit penetrations not being reused. END OF SECTION o =+ 0lY"17 1 :.E:X S N .L �n Section 16010-7 4443.001/17-49 SECTION 16110 CONDUIT PART1—GENERAL 1.01 SUMMARY A. Work Included: 1. Rigid metal conduit and fittings. 2. Rigid aluminum conduit. 3. Electrical metallic tubing. 4. Polyvinyl chloride conduit and fittings. 5. Liquidtight flexible metal conduit and fittings. 6. Conduit seals and special fittings. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern work in this section. o 1.02 REFERENCES D A. F, ANSI C80.1—Electrical Rigid Steel Conduit (ERSCI. o ANSI C80.3—Steel Electrical Metallic Tubing (EMT). C. ANSI C80.5—Electrical Rigid Aluminum Conduit (ERAC). —i -<r-n -v M a �n D. ANSI/NEMA FB 1—Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable. 1.03 QUALITY ASSURANCE A. Manufacturers of Raceways: Firms regularly engaged in the manufacture of electrical raceways of the types and capacities required whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: A firm with at least 5 years of successful installation experience on projects with electrical wiring installation work similar to that for the project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) and any and all local codes as applicable to construction and installation of electrical wiring devices, material, and equipment herein specified. D. UL Labels: Provide electrical cable, raceways, wire, connectors, outlets, switches, etc., which have been listed and labeled by Underwriters Laboratories. E. Prior to shipment to the site, all conduit provided shall be new, unused material and may not have been stored outdoors or exposed to weather. F. NECA Standard: Comply with applicable portions of National Electrical Contractor's Association's "Standard of Installation." Section 16110-1 4443.001/1749 1.04 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01300—Submittals. 1.05 PRODUCT DELIVERY. STORAGE AND HANDLING A. Provide color -coded thread protectors on the exposed threads of threaded rigid metal conduit. B. Handle conduit carefully to prevent end damage and to avoid scoring the finish. C. Store conduit inside and protect from weather. When necessary to so a oulmors, elevate well above grade and enclose with durable, waterproof wrapping. Cen ~ PART 2—PRODUCTS 2.01 RIGID METAL CONDUIT AND FITTINGS A—e r— t7� '— ��w o 1 r �m = M oM x N v A. Rigid Steel Conduit: ANSI C80.1 and UL6. Heavy wall seamless tubing mth hot -dipped galvanized coating. B. Conduit bodies for rigid steel conduit shall be as manufactured by Appleton, Form 35, or equal, and be constructed of stamped steel for sizes 2 inches and under, and cast malleable iron for sizes over 2 inches. Conduit bodies shall have built-in pulling rollers, domed gasketed covers, and stainless steel screws. Covers for conduit bodies must have bolts that thread into the conduit body. Snaptight and wedgenut covers are not allowed. CONTRACTOR shall select body style and size according to application. C. Rigid Aluminum Conduit: ANSI C80.5 and UL6. Heavy wall. D. Conduit bodies for rigid aluminum conduit shall be as manufactured by Appleton, Form 85, or equal, and be constructed of pressure -cast, copper -free aluminum for sizes 2 inches and under, and sand-cast, copper -free aluminum for sizes over 2 inches. Conduit bodies shall have built-in pulling rollers, domed gasketed covers, and stainless steel screws. Covers for conduit bodies must have bolts that thread into the conduit body. Snaptight and wedgenut covers are not allowed. CONTRACTOR shall select body style and size per application. E. Fittings and Conduit Bodies: ANSI/NEMA FB 1 and UL 514B; threaded -type material to match conduit. For hazardous locations, fittings and conduit bodies shall meet the requirements of UL 886. Split couplings are not allowed. F. Supports: One -hole or two -hole pipe straps may be used for surface -mounted conduit. Where one -hole straps are used, provide conduit clamp and back spacer. Where standoffs are required, provide pipe straps and supporting devices as specified in Section 16190—Supporting Devices. Support material shall match that of the conduit type provided. Section 16110-2 4443.001/17-49 2.02 ELECTRICAL METALLIC TUBING (EMT) AND FITTINGS A. Conduit: ANSI C80.3 and UL6. Thin wall seamless tubing with hot -dipped galvanized coating. Maximum size 2 inches. 0 B. Fittings: Compression -type only. `o c C. Supports: Mineralac with nut and clamping bolt; one hole straps. `— �� o 2.03 POLYVINYL CHLORIDE CONDUIT (PVC) AND FITTINGS <rn -0 M E) -'o 3 A. Conduit: Heavy wall rigid, Schedule 40, UL listed for underrVAd, rigncaQ and aboveground applications. B. Conduit bodies for PVC conduit shall be as manufactured by Carlon, or equal, and be suitable for use with Schedule 40 PVC conduit. Conduit bodies shall have smooth hubs, textured lids, and foam -in-place gaskets. CONTRACTOR shall select body style and size per application. C. Supports: Two -hole nonmetallic clamps or conduit support straps may be used for surface -mounted conduit. Where standoffs are required, provide pipe straps and supporting devices as specified in Section 16190—Supporting Devices. Support material shall match that of the conduit type being provided. 2.04 LIQUIDTIGHT FLEXIBLE CONDUIT AND FITTINGS A. Liquidtight Flexible Metal Conduit: 1. Conduit: Spiral -wound, electrogalvanized, single -strip steel with integral grounding conductor continuously enclosed within the entire length of the convolutions. The flexible PVC jacket shall be sunlight -resistant, flame-retardant, and resistant to damage from mild acids. Conduit shall be UL Listed and be rated for installation in Class I, Division 2, Groups C and D locations. Conduit shall be Liquatite Type LA, or equal. 2. Fittings: UL listed with thermoplastic elastomer sealing gasket. a. Provide stainless-steel fittings outdoors and in NEMA 4X locations, unless noted otherwise. b. Provide electro -zinc plated steel fittings in all other areas, unless noted otherwise. 2.05 CONDUIT SEALS AND SPECIAL FITTINGS A. Conduit Seals: Duct sealing compound, OZ Gedney Type DUX, or equal. B. Expansion Fittings: Crouse Hinds or Robroy type XJG, or equal, for rigid, IMC, or PVC -coated rigid conduit. Crouse Hinds, type XD, or equal for PVC conduit. C. Expansion Deflection Fittings: O -Z type "DX," Crouse Hinds, type XD (PVC conduit only), or Appleton. D. Ground Bushings: Crouse Hinds Model GLL, or equal. E. Watertight Hubs: Diecast, insulated and gasketed, rated for wet or dry locations indoors or outdoors. Watertight hubs shall be Appleton HUBXXXDN, Crouse -Hinds Myers Hubs, or equal. Section 16110-3 4443.001117-49 F. Conduit Plugs: Kwik N Sure pipe plug as manufactured by Cherne Industries, or equal. Plug shall include natural rubber O-ring with galvanized wing nut and hex nut. N _ d _C PART 3—EXECUTION n r _—n 3.01 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT A. Size conduits for branch circuit conductors, control wires, and instru ti=cab o as to have not less than 25% spare capacity after installation; 3/4 inch rr r�rtlml.9ize. mum size for liquidtight flexible metal conduit is 1/2 inch. B. Maintain at least 1 inch of separation between conduit sizes to 1 1/2 inches and 2 inches between conduits 1 1/2 inches or larger. Maintain 1 foot of separation between signal conduits (below 100 volts) and power conduits (100 volts and above). C. All conduit shall be supported in accordance with the NEC and as specified herein. This shall apply to all conduit types, including flexible conduit. D. Provide for the proper application, installation, and location of inserts, supports, and anchor bolts for a satisfactory raceway system. Where any component of the raceway system is damaged, replace or provide new raceway system. E. Run conduits concealed to avoid adverse conditions such as heat and moisture, to permit drainage, and to avoid all existing materials and equipment. Maintain a minimum clearance of 6 inches from all hot water pipes, flues, or any high-temperature piping or ductwork. Conduits shall be attached to building surfaces and not suspended unless installed in a Unistrut-type conduit rack as specified herein. Individual conduits shall not be suspended. Clevis hangers are not allowed. G. Independently support or attach the raceway system to structural parts of construction in accordance with good industry practice. H. Conduit attached to building surfaces that may be damp shall be spaced out to avoid rust and/or corrosion using fittings approved for the use. Use back straps on all conduit in damp or wet locations, or mount conduit with Unistrut straps, or equal. Watertight hubs shall be used in all damp locations. Damp locations shall include, but not be limited to, washdown areas, garage areas, the WTP process area, and exterior locations. Conduits shall be securely fastened to building structure at intervals not exceeding 8 feet or closer, if necessary. Where hangers are necessary, 3/8 -inch rod/eyelets/rings/or trapeze type in Unistrut channel and pipe clamps shall be used. Wire or perforated strap iron is not acceptable. PVC conduit shall be securely fastened to building structure at intervals not exceeding 3 feet. 3.02 GENERAL CONDUIT INSTALLATION REQUIREMENTS A. Interior conduit shall be run concealed above suspended ceilings and in building cavities, chases, and attic spaces, where possible. Exposed conduit runs shall be avoided. Conduit may be run exposed only where it is impossible to conceal. Section 16110-4 "43.001/1749 B. Run exposed conduit grouped and parallel or perpendicular to construction. Do not route exposed conduits over boilers or other high-temperature machinery nor in contact with such equipment. C. Ream conduit smooth at ends, cap upon installation, rigidly attach to structural parts of the building, and securely fasten to all panel cabinets, junction boxes, pull boxes, safety switches, and all other components of the raceway system. D. Conduit seals shall be provided for any conduit entering a NEMA 4X area. E. Liquidtight flexible conduit shall be installed in such a manner that liquids tend to run off the surfaces and not drain toward the fittings. All runs of flexible conduit to equipment and devices shall be as short as practicable, of the same size as the conduit it extends, and with enough slack to reduce the effects of vibration to a minimum. G. Provide conduit expansion -deflection fittings as specified herein in all conduit runs where movement perpendicular to axis of conduit may be encountered. H. Conduit bends for PVC conduit shall be made using a hot box, heat blanket, or glycol bender. Open flame or point heat sources of any type are not allowed. Conduit bodies shall not be used for antenna cable and fiber optic cable routing. Provide pull boxes sized as required for antenna cable and fiber optic cable bending radius. 3.03 CONDUIT PENETRATIONS AND TERMINATIONS A. Where fittings are brought into an enclosure with a knockout, a gasket assembly consisting of an O-ring and retainer shall be installed on the outside. Fittings shall be insulated throat type. B. Conduit penetrations for control panels or enclosures containing electronic equipment shall utilize watertight hubs and enter the sides or bottom of the enclosure. Conduits shall not penetrate the top of the enclosure. C. Conduit penetrations for all exterior enclosures (e.g., disconnects, junction boxes, control panels) shall utilize watertight hubs and enter the sides or bottom of the enclosure. Conduits shall not penetrate the top of the enclosure. D. Provide conduit expansion fittings as specified herein in all conduit runs that cross a structural expansion joint. �1 25 E. Provide firestopping for all conduits penetrating fire barrie 03s pecTmvj peain Section 07270-Firestopping. D-� r 0 F. Where above -grade conduits pass through cores in existing structurWFthr4gh r"onry walls, grout openings between conduit and walls or floors with sand cp _ t MbrtarO �� N G. All spare conduits shall be plugged with conduit plugs as specified heLin. — Section 16110-5 4443.001117-49 3.04 CONDUIT INSTALLATION SCHEDULE A. The following schedule lists specific conduit types allowed in designated areas. Those areas not listed under a specific conduit type shall not have that type of conduit installed: 1. Rigid steel: a. Interior locations requiring mechanical protection. b. All exposed interior locations. c. All concealed interior locations. 2. EMT: a. Interior partitions in the Control Room and Server Room. b. Above suspended ceilings. 3. Rigid aluminum: a. All exposed interior locations. b. Interior locations requiring mechanical protection. c. Above suspended ceilings. d. All locations where attached to aluminum railings or aluminum structural members. 4. PVC: NEMA 4X areas (interior only). 5. Liquidtight flexible metal conduit not over 3 feet in length for final connections to: a. Equipment in NEMA 4X or wet locations. b. Equipment with flexible positioning. c. Equipment with vibration isolation mounting. END OF SECTION N 0 bC-) L •I r—ryl -V M o� x tO Section 16110-6 4443.001/17-49 SECTION 16113 SURFACE RACEWAY PART1—GENERAL 1.01 SUMMARY A. Work included: Provide surface raceways where shown on the Drawing in the WTP Control Room. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern work in this section. 1.02 QUALITY ASSURANCE A. Surface raceway sections and fittings shall be UL labeled. 1.03 SUBMITTALS A. Submit shop drawings and product data in accordance Zvisiq% of Section 01300—Submittals. D� PART 2—PRODUCTS rr1 = r 2.01 SURFACE METAL RACEWAY �o A. Description: Sheet metal channel with fitted cover, suitable for use as surface metal raceway; 4000 Series manufactured by Legrand Wiremold, or equal. Provide divided wireway to separate power wiring and communication cables. B. Size: 4 3/4 inches by 1 3/4 inches. C. Faceplate and Activation Fittings: Legrand Wiremold 4047 faceplates, corresponding components and "Open Connectivity Solutions Modules" shall be installed for all 4000 Series locations. D. Finish: Match existing wall finish, as approved by OWNER. E. Fittings: Couplings, elbows, ceiling trim rings and connectors designed for use with raceway system. F. Boxes and Extension Rings: Designed for use with raceway systems and wiring devices specified in Section 16141—Wiring Devices. Section 16113-1 4443.001117-49 PART 3—EXECUTION 3.01 INSTALLATION A. Use flathead screws to fasten channel to surfaces every 24 inches. In addition, mount plumb and level per the manufacturer's recommendations. B. Use suitable insulating bushings and inserts at connections to outlets and corner fittings. C. Install trim rings at the ceiling when the raceway passes through the ceiling. D. Maintain grounding continuity between raceway components to provide a continuous grounding path per the manufacturer's installation requirements. END OF SECTION Section 16113-2 4443.00111749 o a=' `rx "n vA N N O Section 16113-2 4443.00111749 SECTION 16120 WIRE E5 PART 1—GENERAL n -C 1.01 SUMMARY 1c� �r M A. Work Included: 1. Wire. `= 2. Terminal blocks and accessories. 3. Wiring connections and terminations. ro 0 .4 C r 3C N N 0 r M 0 B. Related Sections and Divisions: Applicable provisions of Division 1 shall govem work in this section. 1.02 QUALITY ASSURANCE A. Manufacturers of Wire: Firms regularly engaged in the manufacture of electrical wire products of the types and ratings needed whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: A firm with at least 5 years of successful installation experience on projects with electrical wiring installation work similar to that in this project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) and any and all local codes as applicable to construction and installation of electrical wiring devices, material, and equipment herein specified. D. UL Labels: Provide electrical raceways, wire, connectors, outlets, switches, etc., which have been listed and labeled by Underwriters Laboratories. E. NECA Standard: Comply with applicable portions of National Electrical Contractor's Association's "Standard of Installation." 1.03 SUBMITTALS A. Submit shop drawings and product data under the provisions of Section 01300—Submittals. B. Submit shop drawings for wiring system including layout of distribution devices, branch circuit conduit and cables, circuiting arrangement, and outlet devices. C. Submit manufacturer's instructions. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Provide factory -wrapped, waterproof, flexible -barrier material for covering wire on wood reels, where applicable, and weather -resistant fiberboard containers for factory -packaging of wire, connectors, outlets, boxes, lamps, fuses, etc., to protect against physical damage in transit. Do not install damaged wire or other material; remove from project site. Section 16120-1 4443.001117-49 B. Store wire and other material in factory -installed coverings in a clean, dry, indoor space which provides protection against the weather. all 0 ::E� PART 2—PRODUCTS )> 2.01 WIRE�r m �- S A. All wire for permanent installation shall be new stranded copper ierQ toT9ject in unopened cartons or reels, except where specifically noted and be UL limed for the use intended. No wire smaller than 12 AWG shall be used unless specifically noted. The use of multiconductor cable is NOT ALLOWED. B. All wiring within control panels that does not extend outside of the enclosure shall be insulation -type MTW, minimum size 16 AWG. C. Field -installed control and branch -circuit power wiring shall be THHN. D. All available colors shall be used; however, green shall be used only for equipment grounds. Where color -coded wire in larger sizes is not available, one wrap of 1 -inch -wide colored self-adhesive tape at each terminal end shall be used for identification. Initial phase color shall be used throughout the run. Colors must meet code requirements for each class voltage. Do not duplicate colors, including neutral, on different voltages. E. Refer to Section 16195—Electrical Identification for conductor labeling and insulation color requirements. 2.02 LOW -VOLTAGE WIRING (LESS THAN 100 VOLTS) A. Low -voltage wiring specified in this section shall be applicable to all systems installed that utilize low -voltage wiring where such wiring is not specified in other technical sections. B. All wiring shall have copper conductors with 300 -volt insulation rating and meet the requirements of NEC Article 725. C. All conductors must be suitable for the application intended. Conductors 16 AWG and larger shall be stranded. Conductors 18 AWG and smaller may be solid or stranded. D. Control Cable for Class 1 Remote Control and Signal Circuits: Individual conductors twisted together, shielded, and covered with an overall PVC jacket. Cable shall be UL listed, temperature rated, and plenum or nonplenum rated for the application as required in the National Electrical Code. E. Control Cable for Class 2 or Class 3 Remote Control and Signal Circuits shall be constructed, UL listed, temperature rated, and plenum or nonplenum rated for the application as required in the NEC Article 725. 2.03 WIRING CONNECTIONS AND TERMINATIONS A. Provide crimp type UL or ETL listed terminations for 6 AWG and smaller stranded conductor connections to electrical devices and equipment such as receptacles, switches, and terminal strips. Crimp devices shall be Sta-kon, or equal. Section 16120-2 4443.001117-49 B. No splices will be allowed. �2 o n C_ �- 2.04 TERMINAL BLOCKS AND ACCESSORIES A. Terminal Blocks: ANSI/NEMA ICS 4: UL listed or UL recognized unFffXL&i7, In au6E, UL1059, and UL 1953 (power terminals only). m 9 1 �� v B. Signal and Control Terminal Blocks: y, 1. General -Purpose Terminal Blocks: ro o a. Terminal blocks shall be rated up to 600 volts AC/DC. b. Terminal blocks shall accept center -mounted jumper bars without increasing the installed space. c. Terminal blocks shall be Allen-Bradley Bulletin 1492 -J3,1492 -J4,1492 -J6, or equal, depending on the application. d. Terminal block color shall be gray. 2. Grounding Terminal Blocks: a. Terminal blocks shall accept 22- to 14 -AWG conductors. b. Terminal blocks shall be Allen-Bradley Bulletin 1492-JG3, or equal. c. Terminal block color shall be green/yellow. 3. Disconnect -type Terminal Blocks: a. Terminal blocks shall be rated up to 300 volts AC/DC. b. Terminal blocks shall be feed -through type with a knife -blade disconnect. c. Terminal blocks shall be Allen-Bradley Bulletin 1492-JKD3, 1492-JKD4, or equal, depending on the application. d. Terminal block color shall be gray. 4. Fuse -type Terminal Blocks with Indicator (300 -Volt Class): a. Terminal blocks shall be rated up to 15 amps. b. Terminal blocks for applications from 100 to 300 volts AC shall be Allen-Bradley Bulletin 1492-1-14, or equal, with neon blown -fuse indicator. c. Terminal blocks for applications from 10 to 50 volts AC/DC shall be Allen-Bradley Bulletin 1492-1-15, or equal, with LED blown -fuse indicator. d. Terminal blocks shall accept 1/4 -inch by 1 1/4 -inch fuses. e. Terminal block color shall be black. 5. Fuse -type Terminal Blocks with Indicator (600 -Volt Class): a. Terminal blocks shall be rated up to 20 amps. b. Terminal blocks shall be Allen-Bradley Bulletin 1492J3P, or equal, with associated indicating -type fuse plug. c. Terminal blocks shall accept 5 -mm by 20 -mm fuses. d. Terminal block color shall be gray. 6. Terminal blocks shall have self-locking screw compression clamps rated for the size of conductors being terminated and upstream overcurrent protection for each application. 7. Terminal blocks with different current ratings shall be used based on the selected application; however, the same manufacturer and style of terminal block shall be used throughout the entire project for all applications. 8. Terminal blocks shall have tin-plated copper current bars and tin-plated steel screws. Terminal housings shall be completely finger safe from all live circuits and be constructed of self -extinguishing material with minimum UL 94 -VO flammability rating. 9. Terminal blocks shall accept pre-printed, snap -in labeling cards on both sides without increasing the installed space. Provide terminal block manufacturer's end barriers and screw-type retainers for all terminal block groupings. Section 16120-3 4443.001/1749 10. Terminals shall be a maximum of 2.2 inches tall. Maximum terminal block width shall be as follows: a. Terminal blocks rated up to 25 amps and grounding terminal blocks: maximum .20 inches wide. b. Terminal blocks rated from 25 to 50 amps: maximum .32 inches wide. 11. Terminal blocks shall mount on standard DIN rail and shall be able to be removed without removing adjacent terminal blocks. 12. Multi-level terminal blocks and stacked, single -level terminal block installations are not acceptable. C. Refer to Section 16195—Electrical Identification for terminal block labeling retirements. PART 3—EXECUTION 3.01 INSPECTION o� _ A. Examine the areas and conditions under which the work is to b»i?tst*d amotify CONTRACTOR of conditions detrimental to the proper and timely ampletiw of the work. Do not proceed with the work until unsatisfactory conditions have been corrRted. 3.02 GENERAL WIRING METHODS A. Install electrical wire and connectors in accordance with the manufacturer's written instructions, applicable requirements of the NEC, the National Electrical Contractors Association's "Standard of Installation," and in accordance with recognized industry practices to ensure that products serve the intended functions. Use appropriate wiring methods and materials for the equipment or environment. Stranded conductors shall be terminated using crimp -type devices specified herein. Conductors may not be wrapped around a terminal screw. C. Place an equal number of conductors for each phase of a circuit in same raceway. D. Torque conductor connections and terminations with calibrated torque wrench to manufacturer's recommended values. Control panels shall not have any splices or spring -wire connectors installed; all terminations shall be on terminal blocks. Neatly train, lace, and tie wrap all wiring and communication cables inside boxes, fiber patch panels, equipment racks and enclosures, and control panels. G. Make conductor lengths for parallel circuits equal. H. The same color shall be used for each numbered wire throughout its entire length. Terminate all wiring on terminal blocks in control panels and similar equipment. This shall include all spare or unused wires. J. Provide a dedicated neutral for each branch circuit requiring a neutral. Ampacity of neutral conductor shall match that of the branch circuit. Section 16120-4 4443.001117-49 K. Do not use a pulling means that can damage the raceway. L. Signal wiring (below 100 volts) must be in a conduit separate from power and/or control wiring (over 100 volts). Signal wire shall include, but not be limited to, loop -powered devices, and communication cables (i.e., Ethernet, RS -232, etc.). Analog wiring shall be in a conduit separate from all other wiring. M. Provide junction or pull boxes to facilitate the "pulling in" of wires or to make necessary connections. All raceways and apparatus shall be thoroughly blown out and cleaned of foreign matter prior to pulling in wires. N. Thoroughly clean wires before installing lugs and connectors. O. Make taps and terminations to carry full capacity of conductors without perceptible temperature rise. P. Terminate spare conductors within control panels and pull or junction boxes on terminal strips and label as "SPARE." All spare conductor labels shall indicate where the conductors terminate. Refer to Section 16195—Electrical Identification, for additional requirements. 3.03 GENERAL LOW -VOLTAGE WIRING METHODS (LESS THAN 100 VOLTS) A. Low -voltage wiring installation requirements specified herein shall be applicable to all systems installed that utilize low -voltage wiring where such wiring installation is not specified in other technical sections. B. Low -voltage wiring shall be installed in conduit. Unless noted in other specification sections, low -voltage wiring located in office buildings above suspended ceilings shall be allowed to be installed free air, as specified herein if the cable meets NEC requirements for the D. Motorized machines of any type are NOT ALLOWED for any wire or cable pulling. E. Conductors shall be installed in conduit systems in such a manner that insulation is not damaged, conductors are not overstressed in pulling, and walls are not damaged. Section 16120-5 4441001117-49 application. C. Do not use wire smaller than 14 AWG for control wiring greater than 60 volts` r 18 AWG for voltages less than 60 volts. All sizes subject to NEC 725 requirementS Z 1EE L D. Low -voltage cable splices will not be allowed. nIq 3.04 WIRING INSTALLATION IN RACEWAYS =CF A. Pull all conductors into a raceway at the same time. N N B. Install wire in raceway after all mechanical work likely to injure condu9ors has been completed. C. Completely and thoroughly swab raceway system before installing conductors and communication cables. D. Motorized machines of any type are NOT ALLOWED for any wire or cable pulling. E. Conductors shall be installed in conduit systems in such a manner that insulation is not damaged, conductors are not overstressed in pulling, and walls are not damaged. Section 16120-5 4441001117-49 F. CONTRACTOR shall observe code limitation on the number and size of wires in an outlet box. CONTRACTOR shall either lay out work so that the wires do not exceed the particular box limitation or provide larger boxes approved for additional capacity. G. Circuiting is indicated diagrammatically on the drawings. 3.05 TERMINAL BLOCK INSTALLATION A. A maximum of one conductor shall be installed on the field -wired side of each terminal block. If rated to accept more than one conductor, a maximum of two conductors shall be installed on the enclosure -wired side of each terminal block. Provide additional terminal blocks and shorting jumpers as required. B. Provide a separate ground -type terminal block for each shielded -cable drain conductor. C. Provide ten percent spare terminal blocks for each type of connected terminal block, minimum five spare terminal blocks total. For each grouping of terminal blocks, provide 25% spare DIN rail space. Refer to Section 16951—Spare Parts for additional spare terminal block requirements. D. Maintain a minimum of 1 1/2 inches between terminal blocks and Wcernevices and enclosure wireways. ZIE2 "" c D-4 r— 3.06 FIELD QUALITY CONTROL o 4c), A. Inspect wire for physical damage and proper connection. `min -0 o B. Prior to energizing, check conduit, raceways, boxes, and wire for con'Sirluity N 4ircuitry and for short circuits. Correct malfunction when detected. o C. Subsequent to wire hookups, energize circuitry and demonstrate functionality in accordance with these specifications. D. Perform continuity test on all power and equipment branch circuit conductors. Verify proper phasing connections. E. Perform field inspection and testing according to provisions of this section. 3.07 ACCEPTANCE TESTS A. CONTRACTOR shall furnish all materials, labor, and equipment necessary for the acceptance tests specified herein. Acceptance tests shall be performed in the presence of OWNER or OWNER's representative and must be passed before final acceptance of the work. B. CONTRACTOR shall be responsible for powered tests of each field -installed device unless specifically noted otherwise. CONTRACTOR shall be responsible for device operation as powered from its power source and signals as received at the 1/0 modules. C. Operation Test: By operational testing, OWNER will give final acceptance of the wiring system when all of the wiring is considered a complete system. All equipment shall function and operate in the proper manner as indicated in the details of the specifications and on the Section 16120-6 4443.001/1749 M drawings. All motors shall be properly connected to protective devices, and motor rotation shall be in the correct direction. D. At the request of OWNER's representative, demonstrate by test the compliance of the installation with these specifications and drawings, the National Electrical Code, and the acceptance standards of good workmanship. These tests shall include operation of equipment, continuity of the conduit system, grounding resistance and insulation resistance. E. A written record of performance tests on electrical and control and instrumentation systems and equipment shall be supplied to OWNER. Such tests shall show compliance with governing codes. WIRE INSTALLATION SCHEDULE A. Install all wiring and cables in raceways except as otherwise noted. This includes all low -voltage wiring, communication cables, fiber optic cables, etc. END OF SECTION Section 16120-7 4443.001/1749 N 0 �J ::i n --1 — C r...,. -<r- -0m M o x = 0r. � ro 0 SECTION 16130 PULL AND JUNCTION BOXES PART1—GENERAL 1.01 SUMMARY A. Work Included: Pull and junctio 1.02 REFERENCES n B. Related Sections and Divisions: section. O v 7•{ r boxes. rn--� Applicable provisions of Division 1 sh�l"gbveR Wot^k-fi this N O A. ANSUNEMA OS 2—Nonmetallic Outlet Boxes, Device Boxes, Covers, and Box Supports. B. NEMA 250—Enclosures for Electrical Equipment (1000 Volts Maximum). 1.03 QUALITY ASSURANCE A. Manufacturers of switches, outlets, boxes, lamps, fuses, lugs, etc.: Firms regularly engaged in the manufacture of these products, of the types and ratings required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: A firm with at least 5 years of successful installation experience on projects with electrical wiring installation Work similar to that in this project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) and any and all local codes as applicable to construction and installation of electrical wiring devices, material, and equipment herein specified. D. UL Labels: Provide electrical cable, boxes, raceways, wire, connectors, outlets, switches, etc., which have been listed and labeled by Underwriters Laboratories. E. NECA Standard: Comply with applicable portions of National Electrical Contractor's Association's "Standard of Installation." 1.04 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01300—Submittals. PART 2—PRODUCTS 2.01 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA 12: Code gauge steel with painted ANSI 61 gray exterior and painted white interior finishes. Hoffman CONCEPT, or equal, with quarter -turn latches. Section 16130-1 4443.001/1749 A. ANSUNEMA OS 2—Nonmetallic Outlet Boxes, Device Boxes, Covers, and Box Supports. B. NEMA 250—Enclosures for Electrical Equipment (1000 Volts Maximum). 1.03 QUALITY ASSURANCE A. Manufacturers of switches, outlets, boxes, lamps, fuses, lugs, etc.: Firms regularly engaged in the manufacture of these products, of the types and ratings required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: A firm with at least 5 years of successful installation experience on projects with electrical wiring installation Work similar to that in this project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) and any and all local codes as applicable to construction and installation of electrical wiring devices, material, and equipment herein specified. D. UL Labels: Provide electrical cable, boxes, raceways, wire, connectors, outlets, switches, etc., which have been listed and labeled by Underwriters Laboratories. E. NECA Standard: Comply with applicable portions of National Electrical Contractor's Association's "Standard of Installation." 1.04 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01300—Submittals. PART 2—PRODUCTS 2.01 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA 12: Code gauge steel with painted ANSI 61 gray exterior and painted white interior finishes. Hoffman CONCEPT, or equal, with quarter -turn latches. Section 16130-1 4443.001/1749 B. NEMA 4X Boxes: PVC or FRP, Carlon HS Series, or equal with hinged cover and gasket. C. Boxes specified in this section are not allowed to have knockouts. PART 3—EXECUTION 3.01 COORDINATION OF BOX LOCATIONS A. Provide electrical boxes as shown on the drawings and as necessary for wire pulling, cable bending radii, equipment connections, and code compliance. B. Electrical box locations shown on the drawings are approximate C. Where dedicated raceways are provided for different voltage systems or wiring, (e.g., power wiring and Class 2 wiring), separate boxes shall also be provided unless acceptable to ENGINEER. Where acceptable to ENGINEER, combined boxes shall be physically divided to separate the wiring. D. Locate and install boxes to allow access. Where installation is inaccessible, coordinate locations and sizes of access doors. Locate and install to maintain headroom and to present a neat appearance. All boxes attached to building surfaces that may be damp shall be spaced to avoid rust and/or corrosion. All boxes in damp locations shall be on 1/2 -inch standoffs. Damp locations shall include, but not be limited to, garage areas and any washdown areas. 3.02 PULL AND JUNCTION BOX INSTALLATION A. Locate pull boxes and junction boxes above accessible ceilings or in unfinished areas. B. Support pull and junction boxes independent of conduit. C. Knockout punches or saws shall be used for holes; boxes with prepunched holes are not acceptable. D. Refer to Section 16195—Electrical Identification for junction box labeling requirements. All interior exposed iunction and pull boxes shall be NEMA 12 with hinged "ver, unless noted otherwise. m=4 -n END OF SECTION C7"< 0 Section 16130-2 4443.001/17-49 SECTION 16141 WIRING DEVICES c PART 1—GENERAL C -) or 1.01 SUMMARY N A. Work Included: r> 1. Receptacles. c 2. HDMI/USB pass-through wall plates. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern work in this section. 1.02 REFERENCES A. NEMA WD 1—General-Color Requirements for Wiring Devices. 1.03 QUALITY ASSURANCE A. Manufacturers of switches, outlets, boxes, lamps, fuses, lugs, etc.: Firms regularly engaged in the manufacture of these products, of the types and ratings required, whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: A firm with at least 5 years of successful installation experience on projects with electrical wiring installation work similar to that in this project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) and any and all local codes as applicable to construction and installation of electrical wiring devices, material, and equipment herein specified. D. UL Labels: Provide electrical cable, raceways, wire, connectors, outlets, switches, etc., which have been listed and labeled by Underwriters Laboratories. E. NECA Standard: Comply with applicable portions of National Electrical Contractor's Association's "Standard of Installation." 1.04 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01300—Submittals. B. Provide product data showing configurations, finishes, dimensions, and manufacturer's instructions. Section 16141-1 4443.001/17-49 PART 2—PRODUCTS 2.01 RECEPTACLES A. Twenty ampere, 125 -volt, NEMA 5-20R, Industrial specification grade, straight blade, 3 -wire duplex grounded outlets, one of the following: Cooper 5362, Leviton 5362, Pass and Seymour 5362. Provide white color. B. Cover plates for receptacles shall be standard 302 series stainless steel. 2.02 HDMI/USB PASS-THROUGH WALL PLATES A. Provide pass-through wall plates, with HDMI and USB Type A ports, Cables2Go Model 39702, or equal. PART 3—EXECUTION 3.01 INSTALLATION A. All receptacles shall be mounted vertically. B. Install devices and cover plates flush and level. C. Individual labels shall be placed on the back of all switch faceplates and receptacle faceplates indicating the lighting panel and circuit from which the receptacle is fed. Labels shall be White background with Black lettering no smaller than 12 -point font. Provide permanently attached self-adhesive type, machine fed, and self -laminating labels, or equal. All labels must be by the same manufacturer, same size, and same font. Handwritten labels are not acceptable. END OF SECTION d =� D-4 C-) rn _m ne E5= 0 � N O Section 16141-2 4443.001/17-49 SECTION 16190 SUPPORTING DEVICES PART1—GENERAL 1.01 SUMMARY A. Work Included: 1. Conduit and equipment support members. 2. Fastening hardware. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern work in this section. 1.02 QUALITY ASSURANCE A. Support systems shall be adequate for weight of equipment and conduit, including wiring, which they carry. 1.03 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01300—Submittals. PART 2—PRODUCTS 2.01 MATERIAL PART 3—EXECUTION 3.01 INSTALLATION A. All supporting devices and support structures shall be constructed such that the structure adequately supports the load of the equipment installed on it including any wind and/or snow loads. Provide additional support members to those shown on the Drawings to adequately support load. Section 16190-1 4443.001/17-49 A. Support Members: Cp �r 1. Stainless steel in NEMA 4X areas. 5;n 2. Galvanized steel in all other areas. �� _ B. Hardware:;Grn M 1. Stainless steel in NEMA4X areas. _ 2. Galvanized steel in all other areas. !u N C. Manufacturers: Unistrut P-1000, B-line, Superstrut, or equal. PART 3—EXECUTION 3.01 INSTALLATION A. All supporting devices and support structures shall be constructed such that the structure adequately supports the load of the equipment installed on it including any wind and/or snow loads. Provide additional support members to those shown on the Drawings to adequately support load. Section 16190-1 4443.001/17-49 B. Fasten hanger rods, conduit clamps, and outlet and junction boxes to building structure using expansion anchors or support members. Do not use spring steel clips and clamps. Provide standoffs or suspended ceiling grid bridge supports as specified in other technical sections. C. Use toggle bolts or hollow wall fasteners in hollow masonry, plaster, or gypsum board partitions and walls; expansion anchors or preset inserts in solid masonry walls; self -drilling anchors or expansion anchors on concrete surfaces; sheet metal screws in sheet metal studs; and wood screws in wood construction. D. Where support members are used for conduit, cutoff ends shall be ground smooth. E. Do not fasten supports to piping, ductwork, mechanical equipment, or conduit. F. Do not use powder -actuated anchors. G. Do not drill structural steel members. H. Fabricate supports with welded end caps and all welds and surfaces ground smooth for neat appearance. Use hexagon head bolts with steel spring -lock washers under all nuts. Install surface -mounted enclosures with a minimum of four anchors. J. Do not use chain, wire rope, or perforated strap hangers. K. All welds shall be continuous and ground smooth. END OF SECTION Section 16190-2 4443.00111749 0 V c. M z M SM N LJ N Section 16190-2 4443.00111749 SECTION 16195 ELECTRICAL IDENTIFICATION PART1—GENERAL 1.01 SUMMARY A. Work Included: 1. Nameplates. 2. Wire markers. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern work in this section. 1.02 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01300—Submittals. B. Provide schedule for nameplates and labeling tags with shop drawings. Reference drawings for type used. PART 2—PRODUCTS 2.01 NAMEPLATES FrA C .J C r rrir C-) - 0 A. Type "A": :<� -o M 1. Use: a. Each separately mounted disconnect switch. ^� D b. Each device on control panel exterior. N c. Cabinets, enclosures, pull, and junction boxes. 2. Size: 2 -inch by 3 -inch. 3. Material: 3 -layer laminated Micarta. 4. Background Color: Black. 5. Character Color: White. 6. Character Size: 1/4 -inch. 7. Engraving: As requested by ENGINEER. Label shall include equipment number and description (i.e., SCAL-60-01, Fluoride Scale). 8. Mounting Location: Front exterior. 2.02 WIRE AND CABLE MARKERS A. Wire and cable markers shall be permanently -attached, heat -shrink type labels. 1. Sleeve: Permanent, PVC, white, with legible machine -printed black markings. 2. Acceptable Manufacturers: Raychem Model D -SCE or ZH-SCE, Brady Model 3PS, or equal. 3. Grounding Conductor: Provide green wire marker; minimum 2 inches wide. B. Wire or cable numbering preprinted on the conductor or cable insulation, flag -type labels, and individual wraparound numbers (such as Brady preprinted markers) are not acceptable. All wire markers shall be the same throughout the project. Section 16195-1 4443.001/17-49 PART 3—EXECUTION Conductor at All Systems INSTALLATION o3.01 � .r c Tj White* Single -Phase, Three Wire One Hot Leg Black A. Degrease and clean surfaces to receive nameplates.�-- Other Hot Leg o 120/208 Volts Grounded Neutral �� Three -Phase, Four Wire Phase A B. Install nameplates parallel to equipment lines. err � M Phase C Blue Note: Phase A B C implies direction of positive phase rotation. C. Affix nameplates with sticky -back, permanent adhesive. ,> N ry D. Prepare and install neatly -typed directions and updated circuit directories in all panels, including existing panels where Work is done under this Contract. 3.02 WIRE IDENTIFICATION A. Provide wire markers on each conductor, including neutral and spare conductors, in panelboard gutters, pull boxes and junction boxes, and at load connection. Neutral conductor labels shall include the associated branch circuit number. Identify with branch circuit or feeder number for power and lighting circuits, and with control wire number as indicated on schematic and interconnection diagrams for control wiring. Spare conductors shall have control wire number or shall indicate termination point of wire. B. Conductors in pull boxes, control panels, cabinets, and panelboards shall be grouped as to circuits and arranged in a neat manner. All conductors of a branch circuit shall be grouped, bound together with nylon ties, and identified. Phase identification shall be consistent throughout the system. All wiring labels shall be able to be read without removing wire management (i.e., wiring trough covers, spiral windings, etc.) or twisting the wire/cable. C. Power Conductor Insulation Color Code: 1. 6 AWG and Larger: Provide general-purpose, flame-retardant, permanent tape at each termination and at accessible locations such as manholes, handholes, junction and pull boxes, panelboards, motor control centers, switchboards, switchgear, etc. Apply tape with at least six full, overlapping wraps; minimum 2 inches wide. 2. 8 AWG and Smaller: Provide conductors with color -coded insulation. 3. Colors: System Conductor Color All Systems Equipment Groundin Green 120/240 Volts Grounded Neutral White* Single -Phase, Three Wire One Hot Leg Black Other Hot Leg Red 120/208 Volts Grounded Neutral White* Three -Phase, Four Wire Phase A Black Phase B Red Phase C Blue Note: Phase A B C implies direction of positive phase rotation. * When installed as part of a 120 -volt -volt branch circuit, provide a color -coded stripe on the white neutral conductor insulation matching the branch circuit insulation. Section 16195-2 4443.001117-49 911iR D. Control Panel and Field -Installed Control Conductor Insulation Color Code: 1. All conductors shall have color -coded insulation. 2. Colors: System Conductor Color Supply Voltage Ungrounded Circuit Conductors Black Neutral White Discrete 120 -volt AC Control Circuit Conductor Red Input/Output Neutral White Discrete 12/24 -volt DC Control Circuit Conductor Blue Input/Output Common White with Blue Stripe Conductors energized Control Circuit Conductor Orange when the main disconnect AC Neutral White is in the "off' position (e.g. DC Common White with Blue Stripe foreign supply voltages) Ground Green E. Circuit Identification: 1. Identify power, instrumentation, and control conductors at each termination and at accessible locations such as junction and pull boxes, panelboards, etc. 2. Conductors for panelboard circuits shall identify circuit matching the circuit directory designations, including the neutral conductor. 3. Control conductor identification shall match the associated terminal block label. 4. Circuits Not Listed in Circuit Directories: a. Assign circuit name based on unique device or equipment at load end of circuit. b. Where unique device or equipment names are not available or apparent, add a unique number or letter modifier to each otherwise identical circuit name. DATA CABLE AND COMMUNICATION EQUIPMENT IDENTIFICATION A. Individual labels shall be placed on all information outlets, patch panels, equipment racks, and on both ends of all cables. B. Refer to Section 16930—Instrument and Communication Wire and Cable for cable insulation color requirements. 3.03 JUNCTION BOX IDENTIFICATION A. All junction boxes shall be labeled with permanent labels. Labels shall indicate circuit or load served, as well as the power source and highest voltage present on any conductor. 3.04 TERMINAL BLOCK IDENTIFICATION A. Terminal blocks shall be labeled on both sides of each terminal block. Terminal block numbering shall match the numbers shown on the project -speck wiring diagrams. B. Fused terminal blocks labels shall be located on top of the terminal blocks and include the fuse voltage and ampere rating. 3.05 LABELING FONT REQUIREMENTS b D� A. The font for all conductor, cable, and device labels shall be Arial V h-maok-char rs on white background, and minimum font size 12. —q� o SM 3 rn O D� N Section 16195-3 w 4443.001M749 B. The text for all conductor, cable, and device labels shall be machine printed. Handwritten labels are not acceptable. END OF SECTION _ N O d V C-)� r�W < m M ; T7 7 3 `a N Section 16195-4 4443.001/1749 SECTION 16450 SECONDARY GROUNDING PART1—GENERAL 1.01 SUMMARY A. Work Included: Electrical equipment and raceway grounding and bonding. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern work in this section. 1.02 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01300—Submittals. A. Provide a separate insulated equipment grounding conductor for each branch circuit. Provide a dedicated neutral conductor sized to match the circuit conductors for each branch circuit requiring a neutral. Terminate each end on a grounding lug, bus, or bushing. B. Bond together system neutrals, service equipment enclosures, exposed noncurrent carrying metal parts of electrical equipment, metal raceway systems, and grounding conductor in raceways and cables. C. Ground system and equipment as required by code and local ordinances. D. Include code -required ground conductors for equipment shown on the drawings. E. Flexible connections do not qualify for ground. All flexible connections must have separate green ground wire from equipment frame to conduit system. F. All equipment in NEMA 4X areas that are fed from circuits in PVC conduit shall be provided with a separate green ground wire that is terminated at the metallic conduit system and the equipment. G. Refer to Section 16930—Instrument and Communication Wire and Cable for additional grounding requirements. Section 16450-1 4443.00111749 ca 0 PART 2—PRODUCTS v ` NOT APPLICABLE r < rn Ms PART 3—EXECUTION ry N 3.01 INSTALLATION A. Provide a separate insulated equipment grounding conductor for each branch circuit. Provide a dedicated neutral conductor sized to match the circuit conductors for each branch circuit requiring a neutral. Terminate each end on a grounding lug, bus, or bushing. B. Bond together system neutrals, service equipment enclosures, exposed noncurrent carrying metal parts of electrical equipment, metal raceway systems, and grounding conductor in raceways and cables. C. Ground system and equipment as required by code and local ordinances. D. Include code -required ground conductors for equipment shown on the drawings. E. Flexible connections do not qualify for ground. All flexible connections must have separate green ground wire from equipment frame to conduit system. F. All equipment in NEMA 4X areas that are fed from circuits in PVC conduit shall be provided with a separate green ground wire that is terminated at the metallic conduit system and the equipment. G. Refer to Section 16930—Instrument and Communication Wire and Cable for additional grounding requirements. Section 16450-1 4443.00111749 3.02 TESTING A. Inspect grounding and bonding system conductors and connections for tightness and proper installation. END OF SECTION Section 16450-2 4443.001/17-49 N _O TC wl C r =gy M -0 M C �` N d N Section 16450-2 4443.001/17-49 SECTION 16930 INSTRUMENT AND COMMUNICATION WIRE AND CABLE PART 1–GENERAL 1.01 SUMMARY A. Work Included: This specification contains the requirements for instrument wire and cable as opposed to electrical power wire and cable. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern work in this section. 1.02 QUALITY ASSURANCE A. Standards: Comply with standards specified in this section as listed in Division 1. B. Qualifications of Installers: Skilled workers who are thoroughly trained and E4erienced in the necessary crafts, and who are completely familiar with the specif4deq mentsand the methods needed for proper performance of the work. 9. c� -G — 1.03 PRODUCT HANDLING 2n o =Errnn = M A. Instrument cable shall be furnished in lengths as necessary. C—: � a B. Reels, coils, or package rolls of instrument cable shall be identified with thg*3)roject name and other tagging identification as called for. 1.04 SUBMITTALS A. Submit shop drawings and product data in accordance with provisions of Section 01300–Submittals. B. Submit an electronic copy of the fiber optic cable testing report. C. Furnish three hard copies and one electronic copy of the final approved fiber optic cable test report to OWNER. 1.05 QUALIFICATIONS A. CONTRACTOR shall have at least four years of experience in the installation of similar systems. CONTRACTOR shall provide documentation upon request to certify that all assigned staff have attended training courses corresponding to the type of cabling and equipment specified herein. B. CONTRACTOR shall currently be licensed to install low voltage electronic cabling systems in the state of the project. C. CONTRACTOR shall currently meet all manufacturer's requirements for the provision and installation of all equipment specified herein. Section 16930-1 4441001/17-49 D. CONTRACTOR shall utilize and have technicians trained in the utilization of fiber optic cable certification equipment. PART 2—PRODUCTS 2.01 SHIELDED PAIR CABLING FOR ELECTRONIC INSTRUMENTS A. Shielded pair cabling shall have stranded, tinned -copper conductors, No. 16 AWG, twisted with 2 -inch lay. B. Insulation of conductors shall be 15 mil, 90°C minimum PVC, rated for 300 volts. Materials shall equal or exceed UL 13 requirements for physical properties. C. Color coding shall be manufacturer's standard or as stated. D. The outer jacket shall be flame-retardant and weather- and ultraviolet -resistant PVC, 35 mils thick, and 800C minimum rating. The outer jacket shall contain a ripcord and shall equal or exceed the requirements of UL 1277. Cable shall be UL labeled as power -limited circuit cable. E. If the cabling is not installed in steel conduits, a 100% coverage shield shall be applied over the insulated conductors. The shield shall consist of a 0.85 mil minimum thickness aluminum mylar tape. A No. 18 AWG, seven -strand, tinned -copper drain wire shall be furnished in continuous electrical contact with the shield. F. Single -pair shielded cables shall be Belden 9316, or equal. D r O 2.02 INDUSTRIAL ETHERNET CABLE �� F err, rn A. 300 -Volt Rated Unshielded Cable: _ 1. For communication with plant SCADA Systems and equipment inommAcationnrracks, supervisory control centers, and control panels without VFDs, etc., unde(100 volts, and other areas or raceways with power wiring under 300 volts, provide 300 -volt -rated, 4 -pair, unshielded (U/UTP), twisted -pair cables. Transmission characteristics of the cables shall meet full Category 6 performance criteria as defined by the ANSI/TIA-568-C.2 standard. 2. Industrial Ethernet cable shall be minimum 23 AWG with PVC jacket. The cable outer jacket shall be industrial -grade PVC with a maximum overall cable diameter of 0.24 inches. Cable shall be CMR rated, UL listed, and shall be Systimax GigaSPEED XL 2071 E, no equal to match OWNER's existing standards. 3. Cable jacket color shall be blue. 4. Provide unshielded RJ45 connectors as required. 2.03 FIBER OPTIC PATCH CABLES A. Fiber optic patch cables shall be multimode 62.5/125 microns and shall meet UL 1666 (OFNR) flame ratings for standard compliant safety as required by the installation environment. All fiber patch cables shall be pre -terminated and tested for insertion loss. Cable performance shall meet or exceed requirements of the TIA/EIA-568-C.3 standard for fiber optic cables. Factory certification test information shall be provided with each cable. Section 16930-2 4443.001/17-49 B. Fiber patch cable insulation color shall be orange for OM1 cables. C. Fiber connectors shall be ST -type, FOCIS compliant or compatible, and shexceed the requirements of TIA/EIA-455-21A for 500 mating cycles. Field -coordinate cdMector types for cables interfacing with existing equipment and existing patch panhZ serU'Qlloss for each connector shall not exceed 0.35 dB. D. Fiber connector color shall be bare metal. Strain -relief color shall be 721, M 2.04 FIBER OPTIC CABLE s Q D� N A. Provide indoor/outdoor fiber optic cables with fiber counts in each cable aMhown on the Drawings. Cable shall carry an OFNR rating (Optical Fiber Non Conductive Riser) and shall be suitable for installation in ducts, building riser systems, in conduit, in cable tray or in innerduct, and shall be installed in accordance with NEC 770. Cable materials shall be all dielectric (no conductive material). Cable shall be FREEDM LST 012KSF-T4130D20 as manufactured by Coming, Inc., no equal, to match OWNER's existing fiber-optic cable. 1. Individual fibers shall be multimode 62.5/125 microns meeting TIA/EIA 492AAAA, and ISO/IEC 11801 type OMI standards for laser optimized fibers. Primary fiber coating diameter 250 umt15 and the secondary tight buffer coating diameter shall be 900 microns (nominal). All coatings shall be mechanically strippable without damaging the optical fiber. Optical performance shall meet the following requirements: Wavelength 850 nm 1300 nm Gigabit Ethernet Distance 300 m 550 m 10 -Gigabit Ethernet Distance 300 m 300 m Maximum Attenuation 3.4 dB/km 1.0 dB/km Minimum Laser Bandwidth EMB 220 MHz -km - Minimum LED Bandwidth OFL 200 MHz -km 500 MHz -km 2. Cable shall be all dielectric, loose -tube, gell-free, and shall meet UL and RoHS compliance. The outer sheath shall be flame-retardant and marked with the manufacture's name, date of manufacture, fiber type, flame rating, and sequential length information. Outer jacket shall be aqua. 3. Fiber shall be subjected to a minimum proof stress of 100 kpsi. The minimum bend radius rating for the cable during installation shall not be more than 20 times the outside diameter of the cable, and during operation, no more than 15 times the outside diameter of the cable. Cable shall withstand a minimum installation tensile load of 1350 N (300 Ibf), and a minimum continuous tensile load of 400 N (90) for a 12 -strand cable. The cable shall comply with the optical and mechanical performance requirements as specified herein over the operating temperature range of 0°C to 70°C. The cable shall not be damaged in any way when exposed to the operating temperature range of 0°C to 70°C. The cable shall have an installation temperature range of 0°C to +60°C. 4. Fibers shall be terminated with ST -type connectors, unless otherwise required at remote devices. Connectors shall be provided on all fibers of each fiber optic cable. End connectors shall be coordinated with the network switches and fiber termination panels or enclosures. Connector and strain relief color shall be black. The connector ferrule shall be metal. The optical connector within the connector secured with an adhesive or mechanical process to prevent pistoning and other movement of the fiber strand. Provide heat -shrink tubing section where cable is broken out to protect Section 16930-3 4443.001/1749 jacketing end and minimize overflexing of the subcables. End connectors shall have integral strain relief and shall be designed to minimize losses. Attenuation per mated pair shall not exceed 0.5 dB (individual); 0.3 dB (average). These values shall hold throughout the cabling system. Connectors shall sustain a minimum of 200 mating cycles per EIA/TIA-455-21 without violating these specifications. 5. Fiber optic patch cables shall be provided premanufactured in sufficient length to connect associated equipment to any port on the patch panel or switch. 6. All cables shall be installed in continuous lengths from endpoint to endpoint. Splices will not be allowed. 2.05 FIBER OPTIC CABLE CONNECTORS A. Fiber connectors shall be ST -type, FOCIS compliant or compatible, and shall exceed the requirements of TIA/EIA-455-21A for 500 mating cycles. Field -coordinate connector types for cables interfacing with existing equipment and existing patch panels. The insertion loss for each connector shall not exceed 0.35 dB. B. Fiber connector color shall be bare metal. Strain -relief color shall be black. 2.06 HDMI AND USB CABLES A. Cables shall be plenum -rated (CMP) and provided with connectors compatible with the pass-through wall plates specified in Section 16141 -Wiring Devices. B. Provide cable lengths as required for installation in surface-mountedl �w and g -air above suspended ceilings. PART 3 -EXECUTION tri -o M o� 3.01 INSTALLATION REQUIREMENTS AND SPECIAL CONSIDERATIONS p) A. Shielded pair, Cat 6, and fiber optic cabling specified in this section shall be installed in conduit, and may not be run free-air or in nonmetallic tubing such as innerduct. 3.02 FIBER OPTIC CABLE INSTALLATION A. Use cable tie tool to install cable ties to manage cable slack. Cable tie tool shall apply appropriate pressure to the cable bundles so not to damage cable and provide a smooth cut of excess cable tie. Cable ties MUST be able to be turned freely around the bundle of cable. B. Use Velcro bands to secure cable bundles within interior pull boxes and fiber patch panels. C. Avoid excessive and sharp bends. Ensure manufacturer's recommended bend radius and pulling tensions are not exceeded. D. Fittings or connections are allowed only at the input and output of devices. Splicing shall not be accepted in any cable run. The entire cable run shall be replaced in all such instances. E. All cable shall be installed in conduit. F. Conduit, raceways, and pull boxes shall be provided as required. Section 16930-4 4443.001/17-49 G. Cable slack shall be provided at end of the fiber optic cable. This slack is exclusive of the length of fiber that is required to accommodate termination requirements and is intended to provide for cable repair and/or equipment relocation. The cable slack shall be stored in a fashion as to protect it from damage and be secured in the terminationnclosure or a separate enclosure designated for this purpose. Multiple cables may s*e a common enclosure. A minimum of 15 feet of slack cable shall be coiled andre t emend of the fiber optic cable, Exact cable termination locations shall be fiel�fi with MVVNER and ENGINEER. C") -<— n o 3.03 GROUNDING J' n A. Shielded cabling shall be installed in accordance with man ufactur§esinst�i lctionss and to minimize electrical noise and interference to associated instruments. RefW to instrument manufacturer's instructions for additional requirements. B. Ends of signal wires shall be sealed to prevent the migration of moisture into the cable and to prevent unintentional grounding of the shield at the open end. Seal signal wires using a minimum 1 -inch piece of heat -shrink tubing installed over PVC jacket and individual wires, and heat -shrink to a watertight fit. C. All shields must be grounded. D. Shields shall be grounded at one point only. Shielded cabling shall be isolated and left open at the instrument. The single -pair electronic instrument cable shields shall be connected to the multipair electronic instrument cable overall shield in the field junction box. The multipair electronic cable overall shield shall be grounded to the control room instrument ground. E. Cable shield grounds shall be isolated from control system signal grounds, except at instrument system grounding electrodes. 3.04 FIBER OPTIC TESTING A. The fibers utilized in the installed cable shall be traceable to the manufacturer. Upon request by OWNER, CONTRACTOR shall provide cable manufacturer's test report for each reel of cable provided. These test reports shall include (1) manufacturers on reel attenuation test results at the specified wavelengths for each optical fiber of each reel prior to shipment from the manufacture and, (2) on -the -reel bandwidth performance as tested at the factory. B. Prior to installation, CONTRACTOR shall perform tests deemed necessary by CONTRACTOR to ensure integrity of all optical fiber. Tests may range from a simple "flashlight test"to an OTDR of each optical fiber of each cable reel prior to installation. C. Upon completion of cable installation and termination, the fiber optic cabling shall be tested to include: 1. Optical Attenuation ("Insertion Loss" Method). 2. Verification of Link Integrity (OTDR) if the cable has been spliced. D. Optical Attenuation shall be measured on all terminated optical fibers in both directions of transmission using the "Insertion Loss" method. Measurement shall be inclusive of the optical connectors and couplings installed at the system endpoints. Access jumpers shall be used at both the transmit and receive ends to ensure that an accurate measurement of Section 16930-5 4443.001117-49 connector losses is made. Multimode fibers shall be tested in accordance with the IEC 61280-4-1, utilizing the appropriate cable reference 1, 2, or 3. E. Attenuation of optical fibers shall not exceed the values calculated as follows: Attenuation (max.) = 2*C+L*F+S dB, where C is the maximum allowable connector loss (in dB), L is the length of the run (in kilometers), and F is the maximum allowable fiber loss (in dB/km). S is the total splice loss (number of splices* max. attenuation per splice). All fibers, even those that are left unterminated, shall be documented in one direction of transmission using an Optical Time Domain Reflectometer. Multimode fibers shall be tested at 850 nm (nominal). The OTDR(s) shall incorporate high-resolution optics optimized for viewing of short cable sections. Access jumpers of adequate length to allow viewing of the entire length of the cable, including the connectors at the launch and receive end, shall be used. G. OTDR traces revealing a point discontinuity greater than 0.2 dB at any of the tested wavelengths, or any discontinuity showing a reflection at that point shall be a valid basis for rejection of that fiber by OWNER. The installation of that cable shall be reviewed in an effort to remove any external stress that may be causing the fault. If such efforts do not remove the fault, that cable and the associated terminations shall be replaced at the expense of CONTRACTOR. H. Upon completion of the installation, CONTRACTOR shall provide three complete test reports to ENGINEER for review. Documentation shall include the following items: 1. Test results, submitted in hard copy or in electronic form (preferred). Where documentation provided in electronic form requires unique software for viewing test results, CONTRACTOR shall provide one licensed copy of the software along with the above documentation. 2. Insertion loss test data, including a record of test wavelengths, cable type, fiber and cable (or Outlet) I.D., measurement direction, test equipment type, model and serial number, date, reference setup, and crew member name(s). 3. OTDR traces (where applicable), including individual optical fiber "signatures" obtained as specified above. Trace files shall be so named as to identify each individual fiber by location in the cable system and fiber number or color. Where paper copy documentation of OTDR traces are provided, the vertical and horizontal scales shall be set so as to maximize the detail in each backscatter trace. The portion of the trace which depicts the fiber under test shall extend a minimum of 50% of the display area. 3.05 HDMI AND USB CABLE INSTALLATION A. Cabling shall be installed in surface -mounted raceway in exposed locations and free-air above suspended ceilings. Cabling shall be installed parallel and perpendicular to the structure. B. Cabling shall be supported at a maximum of 5 -foot intervals utilizing:.L-hooklpe supports anchored to ceiling concrete, piping supports, or structural steels. cCableaw at midspan shall not exceed 12 inches. Mounting hooks shall be leAo retain NEC -required minimum cable bending radii, n-< — C. Cabling shall not be attached to, or supported by, existing cabling,J&big, Alling rk, suspended ceiling supports or electrical conduit. Cabling shall not be I irel4y grid or woven through building structural members. p Section 16930-6 4443.00111749 D. To reduce or eliminate Electro -Magnetic Interference (EMI), the following minimum separation distances for free-air cabling installations shall be adhered to: 1. 12 inches from power lines. 2. 18 inches from lighting fixtures. E. All cable shall be free of tension at both ends. Hook -and -loop strain relief shall be provided at each cable entrance into surface -mounted raceway. F. Care shall be taken when using hook -and -loop cable ties to ensure they are not overtightened compressing the cable jacket. END OF SECTION Section 16930-7 4443.001/17-49 o A..4 =. r. r M N Section 16930-7 4443.001/17-49 SECTION 16940 Section 16940-1 4443.001/1749 CONTROLS AND INSTRUMENTATION 'C - - PART 1 -GENERAL O 1.01 SUMMARY s A. Related Sections and Divisions: w 1. Applicable provisions of Division 1 shall govern work in this section. - 2. Section 16941 -Controls and Instrumentation Drawings. PART1-GENERAL........................................................................................................... 1 1.01 SUMMARY.............................................................................................................1 1.02 SYSTEM DESCRIPTION.......................................................................................2 1.03 QUALITY ASSURANCE.........................................................................................3 1.04 SUBMITTALS.........................................................................................................3 1.05 OPERATION AND MAINTENANCE DATA.............................................................4 1.06 DELIVERY, STORAGE, AND HOLDING................................................................ 5 1.07 DESCRIPTION OF THE IOWA CITY WATER TREATMENT PLANT SCADA SYSTEM UPGRADES........................................................................................... 5 1.08 CONTRACTOR AND SYSTEM SUPPLIER GENERAL REQUIREMENTS ............ 7 1.09 FACTORY ACCEPTANCE TESTING, SYSTEM STARTUP, AND SUPPORT SERVICES.................................................................................. 8 1.10 EQUIPMENT ENCLOSURES...............................................................................11 1.11 COMMON REQUIREMENTS ALL EQUIPMENT .................................................. 12 1.12 GENERAL CONTROL ALGORITHMS..................................................................12 1.13 SPARE PARTS.................................................................................................... 13 1.14 WARRANTY........................................................................................................ 13 PART2-PRODUCTS......................................................................................................13 2.01 SCADA SYSTEM COMPUTERS AND SOFTWARE............................................13 2.02 HUMAN MACHINE INTERFACE (HMI) CONFIGURATION.................................16 2.03 HISTORIAN CONFIGURATION...........................................................................16 2.04 INDUSTRIAL CONTROL AND POWER RELAYS................................................18 2.05 PLC TELEMETRY SYSTEMS.............................................................................. 18 2.06 LICENSED ETHERNET RADIO TELEMETRY SYSTEM ..................................... 26 2.07 OPERATOR INTERFACE PANEL....................................................................... 29 2.08 SURGE PROTECTIVE DEVICES FOR CONTROL PANELS AND INSTRUMENTATION EQUIPMENT.....................................................................30 2.09 INDICATING LIGHTS.......................................................................................... 30 PART 3-EXECUTION...................................................................................................... 30 3.01 GENERAL REQUIREMENTS FOR THE WATER TREATMENT PLANT SCADA SYSTEM UPGRADES.........................................................................................30 3.02 WATER TREATMENT PLANT SERVER ROOM MODIFICATIONS .................... 34 3.03 PCP -A (SERVER ROOM) CONTROL PANEL MODIFICATIONS ........................ 35 3.04 PCP -F (CHLORINE FEED, BACKWASH PUMPING, AND HIGH SERVICE PUMPING) CONTROL PANEL MODIFICATIONS ............................................... 36 3.05 PCP -G (SOFTENER NO. 3, CO2 FEED, AND FLUORIDE FEED) CONTROL PANEL MODIFICATIONS.................................................................................... 38 3.06 PCP -H (LIME FEED SYSTEM NO. 2) CONTROL PANEL MODIFICATIONS...... 38 3.07 PCP -J (SODA ASH FEED) CONTROL PANEL MODIFICATIONS .......................40 Section 16940-1 4443.001/1749 3.08 PCP -K (LIME FEED SYSTEM NO. 1) CONTROL PANEL MODIFICATIONS ...... 40 3.09 PCP -L (SOFTENER NO. 2, PHOSPHATE FEED, AND PERMANGANATE FEED) CONTROL PANEL MODIFICATIONS..................................................................42 3.10 PCP -M (SOFTENER NO. 1, POLYMER FEED, AND LIQUID COAGULANT (FERRIC SULFATE) FEED) CONTROL PANEL MODIFICATIONS .....................42 3.11 PCP -N (SUMP PUMP AND RAW WATER FLOW MONITORING) CONTROL PANELMODIFICATIONS....................................................................................44 3.12 PCP -P (FILTERS NO. 1 AND NO. 2) CONTROL PANEL MODIFICATIONS ....... 44 3.13 PCP -Q (FILTERS NO. 3 AND NO. 4) CONTROL PANEL MODIFICATIONS....... 45 3.14 PCP -R (FILTER NO. 5) CONTROL PANEL MODIFICATIONS ............................ 46 3.15 PERMANGANATE FEED SYSTEM PLC CONTROL PANEL MODIFICATIONS. 47 3.16 LCP-A (GENERATOR BUILDING) CONTROL PANEL MODIFICATIONS ........... 47 3.17 LCP-B (JORDAN WELL NO. 1) CONTROL PANEL MODIFICATIONS................48 3.18 LCP-C, D, E, AND F (COLLECTOR WELLS NO. 1, 2, 3, AND 4) CONTROL PANEL AND VFD MODIFICATIONS................................................................... 49 3.19 LCP-H, J, AND K (SILURIAN WELLS NO. 2, 3, AND 4) CONTROL PANEL MODIFICATIONS................................................................................................ 51 3.20 LCP-L (SAND PIT PUMP STATION) CONTROL PANEL MODIFICATIONS........ 52 3.21 LCP-M (RADIO TOWER) CONTROL PANEL MODIFICATIONS .........................53 3.22 LCP-P (BLOOMINGTON GROUND STORAGE RESERVOIR) CONTROL PANEL MODIFICATIONS................................................................................................ 54 3.23 LCP-Q, R, AND S (EMERALD, ROCHESTER, AND SYCAMORE GROUND STORAGE RESERVOIRS) CONTROL PANEL MODIFICATIONS ....�.............. 54 3.24 MODIFICATIONS TO THE EXISTING SCADA SYSTEM HMI;AOFT=RE........ 56 c i{ 1.02 SYSTEM DESCRIPTION r- 0 -.r� A. The Work includes furnishing, delivering, installing all items furnisg8'0, 3� pl g in operation new programmable logic controllers (PLCs), operator interfamlyanefs (012&1 and Ethernet radios in existing control panels, updating PLC and SC H5q an hine interface (HMI) software and programming, and providing new SC?TbA System Historian server database/trending software and programming for the Iowa City Water i i�$atment Plant and remote facilities. B. System Supplier shall be defined as the fabricator, assembler, and supplier of all system components and the programmer for all PLC and HMI software modifications. This shall include, but not be limited to, PLC and OIP replacements and all required interface hardware and internal wiring, new Ethernet radios, all required interface hardware and wiring, control and communication hardware, network connections and device configuration, interface hardware for communication with the existing particle counters, new and updated electronic system drawings in CAD format, HMI system software version upgrades, as necessary. See Paragraph 1.08 for other System Supplier requirements. C. CONTRACTOR shall inspect all work. The Bid shall include everything necessary to obtain a complete installation operating in accordance with these specifications and the Bidder's proposal, whether necessary items and equipment are contained in, or are remote from the enclosures furnished under this Contract. All responsibility for this system ultimately lies with CONTRACTOR. D. CONTRACTOR shall be responsible for the placing of circuits and making of electrical connections in accordance with System Supplier -furnished drawings, instructions, and field supervision to provide proper connection. CONTRACTOR shall include the services of a Section 16940-2 4443.001/1749 System Supplier factory engineer to supervise making of connections to power supplies, motor leads, communication circuits, existing control equipment, and any other connections external to the new control equipment; adjust the equipment; initiate and check operation; instruct OWNER's electrician on operation and maintenance of the equipment; and place the equipment in operation in an acceptable manner. This shall include on-site review of software/hardware controls from the central control point. E. Any auxiliary interface relays and controls needed for completion of this project, if not specifically called for, shall be by System Supplier. All switches and control and indicating lights associated with the control panels shall be new and installed in the starter panels. All new telemetry equipment and controls shall be installed in new or existing supervisory control panels as necessary by System Supplier at locations where space allows for the new equipment in the remote stations and at the water treatment plant. 1.03 QUALITY ASSURANCE A. System Suppliers: Firms regularly engaged in the design and manufacture of SCADA systems of the size and complexity specified herein, and whose systems have been in satisfactory use in similar service for not less than 10 years. B. Installer: Afirm with at least 10 years of successful installation experience on projects with SCADA System design and installation work similar to that required for the project. C. Code Compliance: Comply with National Electrical Code (NFPA 70) and any and all local codes as applicable to construction and installation of electrical wiring devices, material, and equipment herein specified. D. UL Labels: Provide control panels, power supplies, controllers, relays, wire, and connectors that have been listed and labeled by Underwriters Laboratories. E. NECA Standards: Comply with applicable portions of National Electrical Contractor's Association's Standard of Installation. 1.04 SUBMITTALS A. Manufacturer's Data: Submit manufacturer's data, specifications, and installation recommendations for each item specified herein. B. Submit shop drawings and product data in accordance with provisions of Section 01300–Submittals. C. Provide product data on all equipment and devices specified herein as well as wiring schematics for all systems. D. Shop drawing submittals shall be assembled in two phases; in t Q first Mbmittal, the following information shall be provided in booklet form: CD 1. Detailed catalog information, descriptive literature, and specificalidZII; 00%ardw. All items being provided must be specifically noted on this literature 2) — 2. All field devices and instruments. 3. Project implementation plan, including information on proje_<r" n�tion""oject management, engineering, programming, configuration, trag, tart40 and N F%2 Section 16940-3 4443.001/17-49 maintenance services. Plan shall include key personnel on project, point of contact, and communication protocol. 4. Overall network schematic showing all controllers, network switches, connection ports, radios, network addresses, and hardware addresses applicable to the system. Network schematic shall be submitted after the on-site radio path study has been completed. 5. New and updated electronic wiring diagrams for all PCPs, LCPs, and new network switch enclosures in searchable PDF format. Original AutoCAD files (.dwg) for all existing control panels except for the Permanganate Feed System and Lime Feed System control panels are available from OWNER. System Supplier shall be responsible for obtaining the files from OWNER by visiting the site, if required. 6. PLC 1/0 Listing. 'ai 7. Database with PLC addresses. E5`-� c E. The second submittal shall include: �—' `— 1. Software. o r 2. PLC programs and software.�m y M 3. HMI graphic displays including graphics for SCADA HMI computeE52Ad (mss.hics shall be submitted with adequate time for review and addressinlevli3L✓ cVents prior to factory acceptance testing: minimum of four weeks. Re1fe"r to Fnagraph 1.09 for additional HMI and OIP graphic display submittal requirements prior to the on-site functional acceptance testing. 4. Trending format. 1.05 OPERATION AND MAINTENANCE DATA A. Submit operation and maintenance data under provision of Section 01300—Submittals. B. Include spare parts data listing, source and current prices of replacement parts and supplies, and recommended maintenance procedures and intervals. C. Submit Operation and Maintenance Manuals in accordance with Division 1. The following additional information shall apply: 1. Manuals shall contain, but not be limited to, the following: a. System Hardware. b. System Software. 2. Hardware section shall include: a. Safety precautions, physical description, functional description, operating procedures, theory of operation, maintenance instructions, checkout procedures, troubleshooting procedures, servicing, and removal and replacement procedures. b. Wiring schematic and logic diagrams, parts list, and point-to-point wiring. 3. Software section shall include: a. Software manual shall list and describe all new software and on which hardware it is installed. b. Software manual shall include a detailed description for viewing historical data and trends, as well as backing up and retrieving historical information. c. Program documentation (i.e., PLCs, radios, OIPs) shall include programs, documentation files, database and configuration as installed. Provide two copies of backup disks of this information. Passwords for all programmable devices (i.e., PLCs, radios, OIPs) shall be turned over to OWNER at the time of final completion. d. A detailed narrative describing SCADA System software and how software on the various SCADA computers and servers interact to share information. Section 16940-4 4443.001117-49 e. A detailed step-by-step guide for recovering HMI and Historian server data following a hardware failure or loss of communication. This shall include the steps needed to import information into the Historian server, as well as methods to diagnose and correct a communication failure. ... 1.06 DELIVERY, STORAGE, AND HOLDING o m A. Store in a clean, dry space. Maintain factory wrapping or provide an addWonaLheanvas or heavy plastic cover to protect units from dirt, water, construction jQ0, d 1 traffic. B. Handle in accordance with manufacturer's written instructions. Lift for the purpose. Handle carefully to avoid damage to control panel and finish. 1.07 DESCRIPTION OF THE IOWA CITY WATER TREATMENT PLANT SCADA SYSTEM UPGRADES A. The existing SCADA System PLC control panels include 12 plant control panels (PCPs) at the water treatment plant (WTP), one Permanganate Feed System PLC Control Panel at the WTP, and 15 local control panels (LCPs) at remote facilities. Each control panel has an Allen-Bradley SLC 5/03 or SLC 5/04 processor, as noted in the table below, and one or two racks housing the processor and various input/output (1/0) and communication cards. The PLC at the Bloomington Ground Storage Reservoir (LCP-P) was recently replaced with a CompactLogix PLC and PCP -J has been decommissioned and it's PLC processor has already been removed. There is also an existing ControlLogix PLC with two data highway plus (DH+) communication cards and an EtherneVIP communication card that currently interface with the PLC DH+ network and the SCADA HMI computers via Ethernet at the WTP. B. Control panels at the WTP and at two of the remote facilities communicate using Allen -Bradley's DH+ protocol over 62.5 um, multi -mode fiber optic cable. The rest of the remote facilities communicate using the DF1 serial protocol via MDS 9710 radios through an LCP with a repeater radio and PLC located at the Iowa City Radio Tower, which relays information collected from the remote facilities back to the PLC in PCP -A at the WTP via radio. C. The WTP SCADA computers currently use iFIX Version 5.5 HMI software to allow the operators to view WTP process data and adjust operating setpoints through various graphical displays. Atrending interface is provided as part of the HMI, but integrated historian and reporting databases have not been implemented. EXISTING PLC CONTROL PANELS Panel Location/Process PLC Water Plant Control Panels PCP -A Electric/Server Room SLC 5/04:1747-L543 PCP -F High Service Pump Room SLC 5/04: 1747-1-543 PCP -G CO2 & Fluoride Feed SLC 5/04: 1747-1-543 PCP -H Lime Feed No. 2 SLC 5/04: 1747-1-541 PCP -J Soda Ash None Abandoned PCP -K Lime Feed No. 1 SLC 5/04:1747-L541 PCP -L Phosphate Feed SLC 5/04: 1747-L541C Section 16940-5 4443.001/17-49 Panel Location/Process PLC PCP -M Ferric/Anionic Feed SLC 5/04: 1747-1-543 PCP -N Raw Water SLC 5/04: 1747-L543C PCP -P Filters No. 1 & No. 2 SLC 5/04:1747-L543 PCP -Q Filters No. 3 & No. 4 SLC 5/04:1747-L543 PCP -R Filter No. 5 SLC 5/04:1747-L543 Permanganate Feed Panel SLC 5/03:1747-L531 Remote Facility Control Panels LCP-A Generator Building SLC 5/04: 1747-L543C LCP-B Jordan Well No. 1 SLC 5/04: 1747-L543C LCP-C Collector Well No. 1 SLC 5/04: 1747-L543C LCP-D Collector Well No. 2 SLC 5/04: 1747-L543C LCP-E Collector Well No. 3 SLC 5/04: 1747-L543C LCP-F Collector Well No. 4 SLC 5/04: 1747-L543C LCP-H Silurian Well No. 2 SLC 5/04: 1747-L543C LCP-J Silurian Well No. 3 SLC 5/04: 1747-L543C LCP-K Silurian Well No. 4 SLC 5/04: 1747-L543C LCP-L Sand Pit Pump Station SLC 5/04: 1747-L543C LCP-M Radio Tower SLC 5/03: 1747-L532E LCP-P Bloomington GSR Com actLo ix LCP-Q Emerald GSR SLC 5/03: 1747-L532C/D LCP-R Rochester GSR I SLC 5/03: 1747-L532C/D LCP-S Sycamore GSR I SLC 5/03: 1747-L532E D. The following is a brief description of the Work required to be performed by System Supplier. This list includes a brief overview of the major work required and is not a complete listing of all required Work shown on the Drawings and specked herein. 1. Replace existing Allen-Bradley PLCs in plant process control panels (PCPs) and the Permanganate Feed System control panel at the WTP, and replace Allen-Bradley PLCs and OIPs in local control panels (LCPs) at remote facilities with new Allen-Bradley PLCs and OIPs. Detailed coordination is required with the plant operations staff when sequencing the replacement of PLCs as detailed in Section 01010—Summary of Work. 2. Convert the existing PLC, OIP, and SCADA System HMI programs to work with the new PLCs and OIPs and to maintain existing functionality, unless noted otherwise. 3. Implement a new Historian server and local trending application at the SCADA HMI computers. 4. Convert several remote facilities from radio communications to fiber-optic Ethernet communications using the City's existing single -mode fiber optic network cabling and network switches already installed at each facility. In addition, the serial data radios at several other remote facilities shall be replaced with new Ethernet radios that communicate either directly back to the WTP or back to the WTP through a new radio at the Radio Tower, as specified herein. 5. Replace the existing DH+ fiber optic PLC network at the WTP with a new self -healing, Ethernet, fiber-optic PLC network ring using new and existing fiber optic network cabling and new OWNER -furnished managed Ethernet network switches. 6. Remove all unused PLC code in each SCADA System PLC as specified herein and where encountered during programming updates. System Supplier hall also be responsible for modifying the existing HMI graphics and scripting$ remmp incorrect or irrelevant information, to improve process graphics visibility, an rakye infee"�atipn as specified herein. This includes the reconfiguration of HMI I/ erns rggaired to provide hot -backup communications with SCADA System PLCsq- ;U M Section 16940-6 i'v (� 4443.001/1749 n N v 7. Implement a new historian server database that allows for remote access to all historical information and trends from the SCADA HMI computers. 8. Integrate information from the existing particle counter serial data network into the SCADA HMI as specified herein to monitor, trend, and generate alarms using process data from the particle counters collected via ASCII serial communications. 9. Modify the existing plant chemical pumping system PLC controls to provide additional control adjustments via the SCADA HMI. 1.08 CONTRACTOR AND SYSTEM SUPPLIER GENERAL REQUIREMENTS A. This specification, along with the Contract drawings, defines the requirements of PLC -based process monitoring and control system. System Supplier shall construct process monitoring and control system specifically for the demanding requirements of real-time municipal water system. B. It is the intent of this specification to define modifications to a fully integrated open -type process monitoring and control system, factory -tested, delivered to the site, ready to function upon connection of power source and field instrument wiring. Components, peripherals, interconnections, cabling, power supplies, software, and services necessary to form a complete, integrated system shall be identified and provided by CONTRACTOR. CONTRACTOR shall be responsible for reviewing the wiring diagrams and control sequences for equipment provided under other divisions of these specifications and coordinating all interface requirements. CONTRACTOR shall submit to ENGINEER, in writing, any deficiencies noted during this review. Any changes required by CONTRACTOR because of failure to complete this review shall be the responsibility of CONTRACTOR, at no increase in cost to OWNER. C. CONTRACTOR shall be responsible for complete coordination in providing all equipment with input and output signals and contacts that are compatible with the systems as specified herein. The Contract drawings and 1/0 Listings are symbolic representatives of the required work. It is not intended that the drawings show all appurtenances. CONTRACTOR shall provide a complete and working system according to the true intent and meaning of the drawings, specifications, and standard industry practices. D. To ensure a complete and totally integrated system, a single manufacturer who has experience in furnishing similar networked PLC -based monitoring and control systems of the same complexity and size for municipal water distribution facilities shall provide the specified equipment and services. The system proposed to meet this specification shall be of field -proven design, incorporating manufacturer's standard equipment and software. Service of all peripheral devices shall be provided by the manufacturer of the process monitoring and control system. E. Design and specification of devices and completed system shall conform to applicable portions of the latest edition of the National Electrical Code (NEC). F. Control panels shall bear a serialized UL label indicating that it is UL approved as an assembled unit. Panels that have individual components that are UL labelled, b*o not have UL approval as an assembled unit are not acceptable. W fnl G. Training Program: n< 1. Submit training plan including course syllabus, personnel who avFbe 68ndu the training, and schedule. rpt Section 16940-7 N 4443.001/1749 2. Provide materials, instructors, and workbooks to complete the training. 3. Manufacturer's training shall be directed to system and equipment operation, maintenance, troubleshooting, and equipment and system -related areas other than the process itself. 4. Refer to Section 01650—Starting of Systems for detailed training requirements. H. System Supplier shall meet the following minimum requirements: 1. System Supplier shall have a full-time staff of qualified programmers who are knowledgeable in the configuration of networked computer systems and the PLCs being provided. 2. System Supplier shall have a minimum of one Microsoft -certified engineer. 3. System Supplier shall have training capabilities and shall have conducted training courses in programming and maintenance. 4. System Supplier shall have an adequate inventory of spare parts. 5. System Supplier shall have a full-time staff of qualified service technicians. 6. System Supplier shall be responsible for the programming and documentation of the system. 7. System Supplier shall be responsible for all details that may be necessary to properly install, wire, adjust, and place in operation a complete and working system. 8. System Supplier shall be responsible for all coordination between the system and the field devices, instrumentation equipment, motor control centers, and equipment furnished with other divisions of this specification. This shall include interface with existing equipment. 9. System Supplier shall have a UL panel shop located inside the System Supplier's own facilities. All components shall be standard make acceptable to OWNER, with one manufacturer to provide all similar components. The Base Bid System Supplier shall be ESCO Automation, (319) 377-6655, Frakes Engineering, (317) 577-3000, or Wunderlich-Malec Engineering, (952) 933-3222. See General Conditions and Supplementary Conditions regarding substitutions to the Base Bid system suppliers. 1.09 FACTORY ACCEPTANCE TESTING, SYSTEM STARTUP, AND SUPPORT SERVICES A. Permit ENGINEER and OWNER to observe vendor's staging records or other quality assurance records relating to system(s) supplied. System Supplier shall assemble the system components as a complete process monitoring and control system and demonstrate that the system is operational before shipment from System Supplier factory to the job site. Temporary network switches may be used if OWNER-fumished network switches are not available for the demonstration. This testing shall be as an integrated assembly by simulating each of the specified 1/0 points and all specified algorithms. This test shall be witnessed by OWNER and ENGINEER (three personnel). System Supplier shall provide lodging, meals, and transportation for 5 days and 5 nights as a minimum for this witness test in the Bid. All problems, errors, insufficiencies, and failures identified during testing shall be resolved before shipment. In the event the equipment does not operate in accordAce with the specifications, programming of controllers/computers is incomplete,tup,df eqw ment is incomplete, there shall be deducted from payments due CONTR R amt of $1,500 per day for ENGINEER's time plus travel and expenses ary ,5l per= for OWNER's time plus travel and expenses, for all additional factory ac tan% tes ng and office time spent by ENGINEER and OWNER. Ct = 0 � N N Section 16940-8 4443.001/1749 B. On -Site Functional Acceptance Testing: 1. After all equipment has been installed and is placed in full-time operation or after all equipment associated with the group of equipment scheduled for on-site functional acceptance testing has been installed and placed in full-time operation, CONTRACTOR and System Supplier shall demonstrate that all equipment and controls operate in compliance with the Contract Documents. For each piece of equipment being tested, all systems associated with the operation of the equipment (e.g., controls, supply/discharge piping, etc.) shall be installed and be in full operating condition so that all equipment functions are able to be completely tested without delay using real-time process 1/0. 2. All control wiring, hardwired interlocks, HMI screens, control programming, etc., shall be checked out and functionally tested by System Supplier prior to ENGINEER's on-site functional acceptance testing. All functional errors shall be corrected prior to ENGINEER's on-site functional acceptance testing. 3. CONTRACTOR shall submit updated versions of all HMI screens developed by this System Supplier to ENGINEER for review at least 1 month prior to the functional acceptance testing of equipment controlled through the associated HMI screens. 4. Coordination Meetings and Teleconferences: a. CONTRACTOR shall schedule and conduct an initial functional acceptance testing coordination teleconference at least two months prior to the anticipated functional acceptance testing. Meeting shall include CONTRACTOR, System Supplier, OWNER, and ENGINEER, and all other parties responsible for the equipment and controls scheduled for functional acceptance testing. b. CONTRACTOR shall schedule and conduct additional functional acceptance testing coordination teleconferences one month prior to the date for functional acceptance testing of each group of equipment to confirm status of equipment installation and System Supplier checkouts, and updates to the functional acceptance testing schedule, after which ENGINEER will finalize reservations for travel and accommodations. All parties shall agree on a date for functional acceptance testing of the next group of equipment at this teleconference, or schedule an additional teleconference to establish a testing date one month prior to the delayed testing date. If the functional acceptance testing is rescheduled within one month of the agreed upon date, there will be deducted from payments due to CONTRACTOR the amount of penalties paid by ENGINEER for travel and accommodation cancellations. OWNER will deduct the amount of these charges from payments made to CONTRACTOR. c. CONTRACTOR shall provide the following information in written form at each meeting and teleconference. All information shall be updated prior to each meeting and teleconference. (1) Equipment installation and manufacturer's startup scheduler� (2) Status of all power and control system wiring for thesuipm,Flt scheduled for functional acceptance testing. :*in, C_ (3) Schedule and status of System Supplier's on-siteJtt—wkoFR and�i lctional testing. C-)'< — r (4) Anticipated delays and the cause of each delay. �� (5) Conflicts with OWNER's operation of the facility. -° M (6) Proposed dates for acceptance testing of all equip ngyonti io (7) Proposed dates for future acceptance testing coordb ation leconferences. 5. After being notified by CONTRACTOR that the equipment has bee stalled and is in full operating condition and ready for ENGINEER's functional acceptance testing, ENGINEER will make up to two 4 -day trips to check operation. CONTRACTOR and System Supplier shall be on-site during testing to adjust equipment, correct erroneous Section 16940-9 4443.001117-49 wiring, and make modifications to control system and HMI programming, as necessary. If the equipment and controls do not operate according to the Contract Documents, or if CONTRACTOR and System Supplier are not present during the scheduled testing, there will be deducted from payments due to CONTRACTOR the amount of $1,500 a day for ENGINEER's time plus travel and expenses, and for all additional field and office time spent by ENGINEER checking equipment. OWNER will deduct the amount of these charges from payments made to CONTRACTOR. 6. System Supplier shall provide functional acceptance testing support through one or more on-site field service engineers and the project control system programmer. Time for the on-site field service engineers and programmer scheduled for functional acceptance testing shall be dedicated to the functional acceptance testing process and shall not be interrupted for other construction -related activities. C. Final acceptance and payment will not be made until the system has operated satisfactorily for a minimum of 30 consecutive days. CONTRACTOR shall include in Bid field follow-up to provide proper adjustments and operation during the first year followin project final- ba completion. Prior to beginning the 30 -day test, the following criteria smell be t: 1. Satisfactory operation of 1/0 control loops. 2. Satisfactory operation of software. 3. Satisfactory operation of control program. 4. Satisfactory operation of peripheral equipment.= icy o r 5. The necessary debugging programs have been performed. r~ a M 6. Data output is reliable. X v 7. Control loops are operational. D 8. Checking and calibrating of systems have been completed.no 9. Historical data storage and trending is operational and gives correct and reliable data. D. CONTRACTOR, through System Supplier, shall provide the following support services: 1. Field Service Engineer: Field service engineer shall be responsible for programming of system PLCs in the factory and at the site. Field service engineer shall be present at the factory acceptance test and be present for startup of all systems and available throughout the entire construction process until final completion. Service technicians sent for system startup will not be acceptable. Support shall include on-site time. Services shall include, but not be limited to: a. Commissioning, installation, startup, and testing of equipment. b. Revising or rewriting manuals to incorporate an installed and accepted system. c. On-site training. d. Software modifications. 2. In -factory support shall include consultation following the acceptance testing and shipment. Services shall include, but not be limited to: a. Researching and answering questions related to the system operation, documentation, and system use and functions. b. Program modifications. c. Revising or rewriting manuals. 3. Post -startup support shall include follow-up services during the 1 -year period following final acceptance. Service shall include follow-up recalibration and replacement of defective equipment, as well as additional training, software modifications, and control configurations as requested by OWNER. This shall include 120 hours for work on-site other than warranty repair or replacement of defective equipment. This time shall be used for software enhancements and modifications to improve the operation of the system. It shall be assumed that these 120 hours include four trips to the site. Include post -construction contact information in the O&M Manual. Section 16940-10 4443.00111749 1.10 EQUIPMENT ENCLOSURES A. New enclosures shall be front access only, minimum No. 12 gauge steel, and hinged doors, rotating lockable handle, 3 -point latch on each supervisory equipment compartment door (not screws or bolts), with top and bottom bolts actuated by one rotating handle on large doors. Provide door stop kit for all panel doors, data pockets for wiring diagrams, and minimum 18 -inch, bolt -on, LED light and door switch. Panels over 48 inches wide shall have two lights. Painting shall include phosphate treatment, zinc chromate iron oxide primer, baked rust -inhibiting enamel, gray interior, and OWNER -selected exterior color. All doors and panels shall be gasketed. All louvers shall be filtered with forced -air cooling as necessary by the supplier for conditions where installed. New enclosures shall be a minimum of 24 inches wide, 20 inches deep, and 90 inches high and shall be as manufactured by Hoffman or Saginaw. MCC structures are not acceptable. Where installed next to motor control centers, enclosure painting shall match that of the MCC. B. Indicating devices shall be at eye level, minimum 48 inches, maximum 60 inches, from floor to bottom of device. C. Plastic wiring troughs shall have removable covers. Maximum fill for wiring troughs shall be 60%. All wiring in supervisory enclosures and control panels not in wiring troughs shall be bound with continuous -type spiral windings. Terminal strips located adjacent to wiring troughs shall have a minimum of 1 1/2 inches between terminal strip and wiring trough. All wiring labels shall be able to be read without removing wiring trough covers. D. All wiring for new panels shall be done in the factory, Class II, Type C with master terminal strips for exterior connections. Terminal strips shall be located either at the bottom or on the side of the enclosure, depending on where the 1/0 conduits penetrate the enclosure. Wiring troughs shall be provided for all field wiring. Splices are not allowed within enclosures or wireways. All enclosures must pass through doors to point of installation, and if enclosures are shipped in sections, all wiring and connections between sections shall be done by CONTRACTOR. All wiring shall be labeled at each end with corresponding numbers. This numbering shall be shown on the shop and record drawings. E. All door -mounted devices shall be furnished flush -mounted, and an exterior -engraved phenolic nameplate worded by OWNER (upon receipt of shop drawings) shall be provided for each compartment, device, and light. All components within the enclosures shall be identified with interior -mounted engraved labels. Labels shall be installed on the enclosure back panel and not on the device or wireway. Devices shall be grouped for each device or unit being controlled. F. All panels with DIN rail -mounted equipment shall include a minimum of 2LaOo spare DIN rail space.Z0 G. In addition to providing terminal blocks for the new PLC 1/0 specifiS rergr, and:flequired to extend power to new equipment from control power circuits i�isti2g co panels, provide a minimum of 25% spare hot and neutral terminals wired rminal st� Spares shall be provided for all voltage sources within the panel (e.g., 12(a,4441� v D N N Section 16940-11 4443.001/17-49 1.11 COMMON REQUIREMENTS ALL EQUIPMENT A. All indicating and recording devices shall be electric or electronic. B. All indicating and control devices mounted on control panel, enclosure doors (e.g., electronic indicators, pilot lights, OIPs, etc.) shall be located at eye level, minimum 48 inches, maximum 60 inches, from floor to bottom of device. C. Where equipment is necessary to perform a function as called for in one part of this specification, it shall be provided, even though the detailed enumeration at various control points may omit listing that equipment. D. Where a certain accuracy of sensing and transmitting levels or flows and controlling operations are called for, means must be provided to read or determine that the levels or flows are within the limits or accuracy specified of the sensing, transmitting, and controlling devices. Where no accuracy is specified, but a knowledge of levels is necessary to set operating points, an indicating device of accuracy consistent with the operation of the system is required. E. All control and auxiliary relays shall have indicating LEDs. All timing relays shall have On and timing Out LEDs. 1.12 GENERAL CONTROL ALGORITHMS A. Programming algorithms described herein and in Part 3—Execution shall reside within the PLC associated with that equipment and not in the master PLC. Polling sequences shall be set-up to poll remote data based on the data type (e.g., alarms, historical) so that data transmission rates are not adversely affected. Provide independent polling sequences for both master radios at the WTP and Radio Tower. B. All alarm contacts or system changes following a command must exist or not change for 0 to 5 seconds to activate the SCADA System to the alarm state. C. Daily flow totals, chemical usage, runtimes, number of starts, electrical values (kilowatt-hours), and number of cycles as described above shall be reset on a daily basis. This reset shall occur based on a time (hour and minute) setpoint stored in the PLC through the HMI software. The operator shall set the time when the daily reset will occur. Once this time setpoint matches the current time of the processor clock, the Master PLC shall send a reset signal to all remote PLCs to clear any totals that have accumulated locally. D. The operator shall be able to set the processor clock and processor date in the master PLC (PCP -A) from the SCADA HMI software. Clock and date setting shall bensmitted via the Ethernet PLC network from the master PLC to set the processor clock an ate in the remote PLCs based on the setting in the master PLC. Configure the SCaW Hg to a6i99matically set the master PLC clock and date every 24 hours at midnight. CF0A HIA'tomputer and virtual machine operating systems shall also automaticallyaC&A'c for cl nd date prior to synching the master PLC with the HIM computers. �� m E. The SCADA System shall allow the operator to change al�pogs a400perating parameters within the PLCs as described herein. All control aI' orit s and alarms for equipment shall be programmed in the associated PLC and not in a master PLC. There shall Section 16940-12 4443.001117-49 be no control algorithms or alarms in the computers. Control of each piece of equipment shall be accomplished as described herein and in Part 3—Execution of this section. New SCADA HMI and PLC alarm functionality shall match the existing alarm functionality. G. Modify the existing SCADA HMI software programming to allow all alarm functions to be able to be printed out listing both time and date of their occurrence, as well as acknowledgment, the operator that acknowledged the alarm, and the current state of the alarm. Any change in alarm state shall also be capable of being printed. These alarms shall list both station and type of alarm that has occurred. Again, based on demand, a log or record of 24-hour/30-day records shall be kept and stored on the City's networked SCADA Historian server. All alarm points shown in the 1/0 lists, as well as those developed in PLC software, shall each be indicated individually at the SCADA System (i.e., no common alarms). 1.13 SPARE PARTS A. System Supplier shall furnish spare parts for equipment specified herein as listed in Section 16951—Spare Parts. 1.14 WARRANTY A. Standard One -Year Warranty: Unless otherwise stated below, manufacturer shall warrant the equipment to be free from defects in material and workmanship for a period of one yeerr from the earlier of either the date established for partial utilization in arglprdance with GC14.04 and 14.05, as modified in the Supplementary Cond&ns, eSubstantial Completion of the project. Et? c —n PART 2—PRODUCTS <m v rn 2.01 SCADA SYSTEM COMPUTERS AND SOFTWARE a ry Q N A. All hardware components of the computers will be furnished by OWNER, alnd all software shall be provided and configured by System Supplier as part of item 2.02 Human Machine Interface (HMI) Configuration. The computers shall perform the following: 1. Process monitoring of system analog and digital signals. 2. Automatically exporting historical logged operating data to the new Historian database. 3. Displaying historical data trends. 4. Active color display of existing, improved SCADA HMI graphics. 5. Data acquisition. 6. Expansion of main memory to accommodate the specified increase in 1/0 with the additional capability specified herein. B. Each SCADA computer shall operate on an Ethernet network platform that allows simultaneous operation of several units without loss of data. It is the intent of this specification to provide Programmable Logic Controllers (PLCs) for operating and monitoring the system. The SCADA computers will interface with a centralized SCADA System for process monitoring and historical trend generation. Section 16940-13 4443.001/1749 C. The computer hardware shall be installed where shown on the drawings and herein specified complete with all power cabling and interface cabling. Provide a true on-line UPS for each computer that will provide 30 minutes of operation during a power failure. UPSs shall match those being provided for the PLCs specified herein. D. Computer Software: 1. The following software shall be provided with each desktop and laptop computer (unless otherwise noted). Provide service and support for the following software throughout construction and for 1 full year after project final completion. Service and support shall include software version upgrades and service packs. All software shall include manuals, license, and registration cards: 2. There are five existing SCADA HMI computers that use the plant -wide SCADA Mt.. application for monitoring and controlling the plant. There are also ur read-only SCADA HMI computers used to monitor plant operation. _ 3. There are also two existing SCADA HMI computers mounted on the Lime Feed System control panels that use proprietary HMI applications dedicated to controlling and monitoring the Lime Feed Systems. EXISTING SCADA SOFTWARE Computer Hostname PLC 1/0 SCADA HMI Software Driver Current Software Version Location SCADA HMI Runtime/Develo ment HMI Software 5.5 PCP -K Enclosure Computer Hostname SCADA HMI Software PLC 1/0 Driver Current Software Version CD T Tmcati I — WAT-Control-1 GE iFIX: iClient Runtime w/10 HMI Yes 5.5 W tr oom WAT-Control-2 GE iFIX:Plus SCADA Pak Unlimited Developer Yes 5.5 W onV oom WAT-La to -1 GE iFIX: iClient Runtime HMI No 5.5 WTP Lab WAT-HSRM-1 GE iFIX: iClient Runtime HMI No 5.5 PCP -F Enclosure AT-FILTERBAY-1 GE iFIX: iClient Runtime HMI No 5.5 PCP -Q Enclosure WAT-PROR CESSO GE iFIX: iClient Runtime HMI No 1 5.5 PCP -L Enclosure SCADA HMI Read -Only HMI Software WAT-Sha -1 GE !FIX: iClient Read -Only HMI 5.5 1 Maintenance Shop WAT-CM-2 GE !FIX: !Client Read -Only HMI 5.5 Lead Operators Office WAT-KS-1 GE IFIX: iClient Read -Only HMI 5.5 Plant Superintendent's Office WAT-JD-1 GE !FIX: iClient Read -Only HMI 5.5 Assistant Plant Superintendent's Office 3. There are also two existing SCADA HMI computers mounted on the Lime Feed System control panels that use proprietary HMI applications dedicated to controlling and monitoring the Lime Feed Systems. 4. The Iowa City IT Department will furnish all new SCADA HMI computers and virtual machines running the Windows 10 Professional or Windows Server 2012 operating system, as shown in the New SCADA Software table below. a. System Supplier shall upgrade all existing HMI software, except for the Read -Only SCADA HMI licenses to the latest version of GE iFIX (currently 5.8R2) at no additional licensing costs under the OWNER'S existing GE Global Care support agreement (Customer No. 31227). b. System Supplier shall install all SCADA HMI software and all required PLC 1/0 drivers on the new computers and migrate the existing SCADA HMI application to the upgraded SCADA HMI software version. Section 16940-14 4443.001/17-49 EXISTING LIME FEED SYSTEM SCADA SOFTWARE Computer Hostname PLC 1/0 SCADA HMI Software Driver Current Software Version Location WAT-LIME-1 GE !FIX: SCADA Pak 30010 Runtime Yes 5.5 PCP -K Enclosure WAT-LIME-2 GE iFIX: SCADA Pak 30010 Runtime Yes 5.5 PCP -H Enclosure 4. The Iowa City IT Department will furnish all new SCADA HMI computers and virtual machines running the Windows 10 Professional or Windows Server 2012 operating system, as shown in the New SCADA Software table below. a. System Supplier shall upgrade all existing HMI software, except for the Read -Only SCADA HMI licenses to the latest version of GE iFIX (currently 5.8R2) at no additional licensing costs under the OWNER'S existing GE Global Care support agreement (Customer No. 31227). b. System Supplier shall install all SCADA HMI software and all required PLC 1/0 drivers on the new computers and migrate the existing SCADA HMI application to the upgraded SCADA HMI software version. Section 16940-14 4443.001/17-49 c. The four existing Read -Only SCADA HMI licenses shall be replaced with two Read -Only Terminal Server iClientTS licenses at no additional licensing costs under the OWNER's existing GE Global Care support agreement. (1) Install the new Read -Only Terminal Server iClientTS licenses on two new VMWare virtual machines running the Windows 10 Professional operating system on the City's existing office -network server, which is connected to the Office VLAN. (2) The Iowa City IT Department will configure the two virtual machines on the office -network server and install the Windows 10 Professional operating system. (3) The Iowa City IT Department will update the existing firewall access control list to allow the Read -Only SCADA HMI applications to retrieve data from the PLC I/O driver and new Historian server, which will be connected to the SCADA System Ethernet PLC network as part of the existing SCADA VLAN. d. Provide a new GE Historian Enterprise database software package for installation on an OWNER-fumished Windows Server 2012 virtual machine. Provide the GE Proficy Historian Analysis trend client on the SCADA HMI computers noted in the New SCADA Software table below to allow for local generation and viewing of historian trend data. e. Refer to the New SCADA Software table below for a listing of new and upgraded software required to be installed on each SCADA HMI computer or virtual machine. Provide all software and licensing required for the new software and software upgrades specified herein. Provide GE GlobalCare support contracts for all new software pro -rated to expire on the same date as OWNER's existing GE GlobalCare software agreement in November 2017. OWNER will extend the existing GlobalCare agreement before it expires. --+ r 5. Refer to paragraph 2.02—Human Machine InterfacesCPS uration, paragraph 2.03—Historian Configuration, and Part 3 of this Ser for CMI and Historian software mod cation/configuration requirements. �rn -V N �J N Section 16940-15 4443.001/17-49 NEW SCADA SOFTWARE SCADA HMI Runtime/Develo ment and Historian Trend Software Computer Hostname SCADA HMI Software New HMI Software Version PLC 1/0 Driver Operating System Location WAT-Control-1 GE !FIX: Runtime SCADA HMI GE Proficy Historian Analysis 5.8R2 5.5 Yes Win 10 Pro WTP Control Room WAT-Control-2 GE iFIX:P1us SCADA Pak Unlimited Developer GE Proficy Historian Analysis 5.8R2 6.0 Yes Win 10 Pro WTP Control Room WAT-La to -1 GE iFIX: iClient Runtime HMI 5.8R2 No I Win 10 Pro WTP Lab WAT-HSRM-1 GE iFIX: iClient Runtime HMI 5.8R2 No Win 10 Pro PCP-F-Endosure WAT-FILTERBAY-1 GE !FIX: iClient Runtime HMI 5.8R2 No Win 10 Pro PCP -0 -Enclosure WAT-PROCESSOR GE !FIX: iClient Runtime HMI 5.882 No Win 10 Pro PCP-L-Endosure WAT-LIME-1 GE !FIX: SCADA Pak 300 10 Runtime GE Proficy Historian Analysis 5.8R2 6.0 Yes Win 10 Pro PCP -K -Enclosure WAT-LIME-2 GE !FIX: SCADA Pak 300 10 Runtime GE Proficy Historian Analysis 5.8R2 6.0 Yes Win 10 Pro PCP -H -Enclosure SCADA Read-Onl HMI Software City-SCADA-2 GE IFIX: iClientTS Read -Only HMI 5.8R2 1N2 VM: Win 10 Pro Office -Network VM City-SCADA-3 GE iFIX: iClientTS Read-OnlyHMI 5.8R2 No VM: Win 10 Pro Office -Network VM SCADA Historian Database Software City-SCADA-1 GE iFIX: Historian Enterprise 800 Points 17.0 No I VM: V= Sery012 Office -Network VM 'Provide retail licenses for new software. OEM licenses are not allowed. ==C13 G,_ --+ r 5. Refer to paragraph 2.02—Human Machine InterfacesCPS uration, paragraph 2.03—Historian Configuration, and Part 3 of this Ser for CMI and Historian software mod cation/configuration requirements. �rn -V N �J N Section 16940-15 4443.001/17-49 6. Remote access to the hardware assets on the SCADA and Water Staff Data VLANs will not be available, nor will OWNER allow the installation of System Supplier's own remote access software on the hardware. System Supplier shall assume all support service will require a trip to the site. 2.02 HUMAN MACHINE INTERFACE (HMI) CONFIGURATION A. It is the intent of this specification to update and modify the existing GE iFIX software as specified in paragraph 2.01—SCADA System Computers and Software and in Part 3 of this Section. B. System Supplier shall include the following as a part of the HMI Configuration: 1. An allowance of 80 hours of programming time for software enhancements and modifications to improve operation of the system. This is over and above the programming time required to configure the system to meet these specifications. 2. Operator training for four operators. Course length shall be a minimum of 1 day. Two 4 -day sessions shall be provided at OWNER's facilities. Training sessions shall occur at a minimum of 2-weekintervals. Refer to Section 01650—Starting of Systems for additional training requirements. C. The process database shall be configured to access all necessary data from the new Ethernet -networked PLCs to maintain existing functionality and to meet the nNuirements of the control descriptions in this specification and 1/0 listings. Refer to(N 3 Lf this Section for a detailed description of the required HMI programming modificati_ _ "� 0 1- 2.03 HISTORIAN CONFIGURATION =icy r— rn A. The Work includes furnishing all labor required to install, configure,M d(aons arM the archiving of real-time process data and the retrieval of that 4 aM its use in user -configurable trends. Historian database and analysis (trending) sofaare shall be installed on OWNER -provided SCADA HMI computers, HMI virtual machines, and a virtual server as specified in paragraph 2.01—SCADA System Computers and Software in this Section. B. It is the intent of this specification to configure the System Supplier -provided Historian software to perform the following: 1. Archive real-time process data from OWNER's existing SCADA system HMI software, which is being upgraded to the latest version and modified as specified in paragraph 2.01—SCADA System Computers and Software and in Part 3 of this Section. 2. Configure the SCADA HMI computers as redundant data -collection nodes for the Historian database such that the database continues to seamlessly collect real-time process data when one or more of the SCADA HMI computers fail or lose communication with the database. 3. Configure the SCADA HMI computers to store data logs on the local computer so that data missing from the Historian database can be imported into the database from the local HMI computer logs. 4. Make the archived data available to operations personnel using user -configurable trends on OWNER's existing SCADA HMI computers connected to the SCADA VLAN and SCADA System Read -Only HMI virtual machines connected to the Water Staff Data VLAN. Section 16940-16 4443.001/17-49 5. Make the archived data available for use in Microsoft Excel to engineering and operations personnel using user -configurable links within Excel. Microsoft Excel software will be provided by the Iowa City IT Department. C. System Supplier shall permit OWNER and ENGINEER to observe all software installation and configuration activities. OWNER shall be advised a minimum of one week prior to any installation or configuration activities to allow OWNER to make personnel available for observation. D. System startup shall be coordinated with OWNER to allow OWNER's personnel to be in attendance when any individual piece of software is put into service. Any software startup that impedes OWNER's ability to use the existing SCADA system for operation of the system shall be immediately stopped, the problem identified and resolved, and the installation rescheduled with OWNER. E. Operational data collected shall include: 1. Process data and equipment runtimes for all equipment and instruments shown on the following SCADA HMI Screens (approximately 255 tags): a. Distribution 1. b. Distribution 2. c. Lime Feed System. d. Equipment Runtime Summary. e. Plant Summary. f. Generator. g. ATS Screen. h. Refer to the Appendix for screen shots of these existing SCADA HMI screens. 2. Plant and remote facility process data associated with the following equipment (approximately 500 tags): a. Motorized valve actuators (position). r b. Flow meters. c. pH sensors. o d. Chlorine residual sensors. Temperature b D`y e. sensors. f. Chemical feed flow meters. r g. Storage tank/cylinder/hopper level sensors. 1n <m h. Storage tank/cylinder/hopper weight sensors. -o M i. Equipment starter/VFD "running" status. ' j;Z_ j. VFD speeds. n' k. Particle counters. Co I. Turbidity meters. F. Trends shall be accessible from the SCADA HMI computers and virtual machines scheduled to have the GE Proficy Historian Analysis trending client software installed on them. Refer to the New SCADA Software table in paragraph 2.01—SCADA System Computers and Software for the associated SCADA HMI computers that will have this trending client software installed. G. Provide information to the Iowa City IT Department as needed for them to configure their network equipment to allow the SCADA HMI computers, Historian database software, and trending client software to communicate and provide the functionality specified herein. Section 16940-17 4443.001/1749 2.04 INDUSTRIAL CONTROL AND POWER RELAYS A. Industrial control and power relays shall be installed in supervisory control centers, motor control centers, industrial control panels, and where required by System Supplier. Relays used to interface with PLC 1/0 shall be terminal style, interposingfisolation relays. Relays for motor control circuits, hardwired control logic, and for loads less than 10 amps shall be general purpose, industrial, square base relays. Relays for lighting circuits and small motor loads shall be industrial, electrically held power relays. B. Relays shall meet the following requirements: 1. Interposing/isolation relays: a. Configuration: SPDT or DPDT as required by System Supplier. b. Mounting: DIN rail with screw terminal base socket. c. Voltage: 120 Vac, or as required by System Supplier. d. Contact rating: 8 A (DPDT), 16 A (SPDT). e. Operating life: 10 million cycles. f. Status: On -Off flag -type or LED indicator. g. UL listed. h. Manufacturer: Allen-Bradley, 700 -HK, or equal. 2. General purpose relays: a. Configuration: DPDT or 3PDT as required by System Supplier. N b. Mounting: DIN rail with screw terminal base socket. o c. Voltage: 120 Vac. d. Contact rating: 15 A, minimum; 3/4 hp. D e. Operating life: 10 million cycles. f. Status: On -Off flag -type or LED indicator. -_+C g. UL listed. .<rrn= M h. Manufacturer: Allen-Bradley, 700 -HB, or equal. .-);o N D 2.05 PLC TELEMETRY SYSTEMS r A. The mode of communication for the PLCs shall be via Ethernet using the new fiber optic SCADA System Ethernet PLC network switches being furnished by OWNER and installed by System Supplier and new System Supplier -furnished Ethernet radios as specified herein. The SCADA System shall convert commands, alarms, and variable analog data to digital data blocks and transmit this information between PLCs and the SCADA HMI computers. B. The Programmable Logic Controllers (PLCs) shall be a modular design with separate expandable 1/0 modules. The available expansion shall be local 1/0 modules or distributed (remote) 1/0 connected through a network. 1. The PLC shall be DIN rail mounted. 2. All system modules shall be designed to operate in: a. An industrial environment with an ambient temperature of 0°C to 60°C (32°F to 140°F), and with a relative humidity range of 5% to 95%, noncondensing. b. A free airflow environment (convection cooling only, no fans or other air moving devices shall be required). c. Conformal coating of the PLC shall be provided where used in corrosive/hazardous NEMA 4X environments. 3. All system modules shall be designed and tested to operate in high electrical noise environments. Section 16940-18 4443.001/1749 C. CompactLogix PLCs: 1. The system shall support a minimum of 30 local 1/0 expansion modules and remote 1/0 expansion via the Ethernet network. a. Local expansion modules shall be installed in the local bank or in bank(s) vertically or horizontally adjacent to the local bank. b. The local expansion modules shall mechanically lock together by means of a tongue and groove design and have an integrated communication bus that is connected from module to module by a movable bus connector. c. Each module shall have a built-in removable terminal block behind a door at the front of the module with a finger -safe cover. 1/0 wiring shall be routed from beneath the module to 1/0 sensors and actuators. d. The manufacturer shall have available a variety of 1/0 modules, including AC digital, DC digital, contact output, analog, RTD, thermocouple and high-speed counter. e. Provide additional power supplies as needed. f. Each bank in multiple -bank installations shall be able to be interconnected over an Ethernet network without the use of special cabling. g. Discrete 1/0 cards shall be 16 point maximum. h. Match existing 1/0 card types and quantities. 2. Central Processing Unit (CPU): a. The CPU shall be a self-contained unit, and shall be capable of providing control program execution, supporting remote and local programming, controlling all 1/0 scanning and inter -controller and peripheral communication and diagnostic functions as follows: (1) 32 tasks (100 programs per task): (a) Continuous–one allowed. (b) Periodic–Run via an interrupt at a user -defined interval in 1 ps increments from 1 ms to 2000 s. (c) Event–Triggered by consumed tag or EVENT instruction. (2) 256 controller connections. (3) Network connections: (a) Up to 256 Ethernet/IP. (b) Up to 120 TCP/IP. b. The PLC shall organize user applications as tasks, which can be specified as continuous, periodic, or event based. Tasks shall be triggered by input point or instruction. c. Programming instructions shall include the following: (1) Relay -type (bit). (2) High-speed counter. (3) Counter and timer. (4) Data comparison (for example: equal, greater than or equal, less than or equal). (5) Data manipulation (for example: copy, move). (6) Logical (for example: and, not, or). (7) Integer and floating point math (for example: add, subtract, m ly, log 10). (8) Advanced math and trigonometric functions (for a le ine, ine, tangent). �— (9) Statistical. (10) Matrix and array (for example: COP, CSP, FIFO). =ic'> (11) BCD conversion. r_ = rn (12) Program flow control (for example: jump, subroutine). N 0 (13) Application specific (for example: sequencer). (14) Diagnostic. Section 16940-19 4443.001/1749 (15) Communication. (16) Recipe. (17) Proportional Integral and Derivative (PID). (18) Block read and write. (19) Immediate 1/0 and communication update. Q d. The system must be capable of storing the following data: o� (1) External output status. D= r (2) External input status. ej-4 — (3) Timer values. (4) Counter values. �rn s (5) Boolean values (0 or 1). o7z M (6) Short integer numbers (-128 to 127). y ro (7) Integer numbers (-32,768 to 32,767). .� (8) Double integer numbers (-2,147,483,648 to 2,147,483,647). (9) Floating point numbers to eight significant digits (for 8+ digits, conversion to exponential form from ±1.1754944 E -38 to ±3.402823 E +38). (10) Long Integer Numbers (-9,223,372,036,854,775,808 to 9,223,372,036,854, 775,807). (11) Internal processor status information. e. The CPU shall have a real-time clock. f. When the main power supply is removed, the CPU shall have: (1) The ability to back up user program and all data, or (2) A nonenergy storage option. g. The front of the CPU shall have a USB port. h. The front of the CPU shall have an integrated latching mechanism for securing the secure digital (SD) memory card. The PLC shall operate with the memory card removed. I. The processor module shall have LED indicators to indicate CPU status. j. The processor module shall have a mode switch. 3. Memory: a. The PLC shall have a minimum of 2 MB of user memory. b. The program storage medium shall be solid-state, nonvolatile type. c. The PLC shall include a 1 GB SD memory card to store the user program and the firmware of all modules residing in the same chassis to protect against memory loss. The card shall be rated for use in SIL 2 applications. (1) When memory is restored, a user -selectable option to restore in Run mode or Program mode shall be provided. (2) The PLC shall be able to be configured for automatic download from the card on power -up. (3) The PLC shall be able to be manually triggered to save to or load from the card. 4. Programming Environment: a. Programming shall be through the USB 2.0 port or through the Ethernet/IP network. b. The programming software shall run on the latest version of Windows (Professional) and Windows Server operating system environments, and the programming methods shall be: (1) IEC 61131-3 compliant ladder diagram (LD). (2) Structured text (ST). (3) Function block diagram (FBD). (4) Sequential function chart (SFC). Section 16940-20 4443.001/1749 5. Communication: a. The PLC shall have at a minimum: (1) USB 2.0 port to support upload and download, online edits, firmware updates, and bridging to other modules at full speed (12 Mbps). (2) Ethernet/IP switch and dual 10/100 Mbps EthemeVIP ports with 1 IP address. The interface shall support: (a) IEEE 802.3 Physical and Data Link Standard. (b) Common Industrial Protocol (CIP), the protocol that provides real-time 1/0 messaging and inforrnation/peer-to-peer messaging. (c) Standard TCP/IP and UDP/IP communication. (d) 10/100 Mbps auto sensing and auto switching. Q (e) Standard Ethernet media. —CC, C_ (f) Subnet masking. ;C;— C= (g) BOOTP and DHCP support. (h) Manual configuration using specified software. -=i c r (i) Programmable Logic Controller messaging to=$gr ci trol and workstations. oM : v Q) 1/0 data, real-time interlocking and information. (k) Full or half -duplex communication. (1) Built-in web access to diagnostics. (m) 1/0 control. (n) Precision Time Protocol (CIP Sync, IEEE 1588). (3) Access to DeviceNet networks for communications and backup via a DeviceNet scanner module. b. The manufacturer shall have available for serial communications connection: (1) Module for an ASCII interface to RS -232, RS -422 and RS -485 devices. (2) Module for a Modbus RTU interface. D. MicroLogix PLCs: 1. The programmable logic controller (PLC) shall be an embedded 1/0 design, with 1/0 expansion capability. a. A single chassis shall house CPU, memory, embedded 1/0 circuitry, communications, power supply and Liquid Crystal Display (LCD) for operator interface. b. The PLC shall be designed to operate in an industrial environment with an ambient temperature of -20° to 60°C (-4° to 140°F), and with a relative humidity range of 5% to 95%, non -condensing. c. The PLC shall be designed to operate in a free airflow environment (convection cooling only, no fans or other air moving devices shall be required). d. The PLC shall be designed and tested to operate in high electrical noise environments. 2. The system shall support up to 7 expansion modules (input/output, discrete or analog) for a total of up to 256 discrete 1/0: a. The expansion modules shall be front accessible. b. Each input and output point shall have a visual indicator to display ON/OFF status. c. All user wiring to 1/0 modules shall be through a heavy-duty terminal strip. Screw terminals shall be used. 3. The CPU shall be a self-contained unit, and shall be capable of: a. Providing system timing and scheduling 1/0 updates. b. Controlling all 1/0 scanning and communications service. Section 16940-21 4443.001/17-49 c. Performing internal diagnostic checks and providing visual indication by illuminating a "green" indicator when no fault is detected and a "red" indicator when a fault is detected. d. The CPU shall have a real-time clock. 4. Programming instructions shall include the following: a. Relay -Type (bit). b. Data Comparison (e.g., Equal, Greater than or Equal, Less than or Equal). c. Data Manipulation (e.g., Copy, Move). d. Math (e.g., Add, Subtract, Multiply). e. Program Flow Control (e.g., Jump, Subroutine). f. Application Specific (e.g., Sequencer). g. High -Speed Counters. h. High -Speed Pulse Train Output (PTO) and Pulse Width Modulated (PWM). L Communication including ASCII, Modbus RTU, DF1, DNP3, DH -485, Ethernet/IP, and Modbus TCP. j. Recipe. k. Data Logging. I. Proportional Integral and Derivative (PID). m. Trigonometry. n. Advanced Math and timing (e.g., exponents, high-speed clock.etc.).� 5. The system shall be capable of storing the following data: .cn C_ a. External Input and Output Status. x�=, ci b. Timer Values. :40o c. Counter Values. d. Signed Integer Numbers (16 and 32 bit). '<rr� -0 M e. Binary Data (bit, BCD, HEX). f. ASCII String Data. y g. Internal Processor Status Information. N 6. Data shall be distinguishable to the CPU by the addressing format. a. Management of the data into memory subsections shall be an automatic function of the CPU operating system. b. Data shall be able to be displayed in Binary, Hexadecimal or Decimal. c. Function -specific data such as processor status shall have dedicated displays that annotate the meaning of specific control bits and words within them and allow for selective control where appropriate. 7. The program storage medium shall be solid-state, non-volatile type. a. The PLC shall be capable of addressing up to a minimum of 1 OK data words, where each word is comprised of 16 data bits. b. Available user memory shall consist of a minimum of 20K words of program and data. c. Non-volatile memory shall store the operating system, user program and all user data to protect against memory loss in the case of power loss or system shutdown. 8. Embedded 1/0 shall include a minimum of 4 isolated digital input groups, 1 isolated analog input group, 6 isolated digital output groups and 1 isolated analog output group shall be located on the self-contained controller. At least 4 relays shall be individually isolated. 9. The manufacturer shall have available a variety of I/O options for the PLC including: a. Inputs: 120VAC, 240VAC, 24VDC, DC sink, DC source, 4-20mA Analog, 0-10V Analog, RTD and Thermocouple. b. Outputs: Relay (some of which shall have individual isolation), 24VDC, DC source, 4-20mAAnalog, 0-10V Analog and TRIAC. c. Relay outputs for DC devices which operate with lamp continuous current capacity. Section 16940-22 4443.001117-49 d. Relay outputs for 120VAC devices which operate with 2.5-amp continuous current capacity. e. Discrete 1/0 modules shall be 120 volts AC, unless noted otherwise. 10. Programming Environment: a. The programming port shall be RS-232 or EthemeVIR b. The programming software shall run on Windows 7 and Windows 10 operating systems and shall be IEC-61131 compliant: c. Ladder— Project Tree navigation and simultaneous multiple rung editing: 11. Communication: a. Two dedicated serial ports which support RS-232-C and one electrically isolated serial port that supports RS-485 signals; DF1, DH485, Modbus RTU, DNP3, ASCII. These ports shall be capable of local and remote (via modem) programming, troubleshooting and data manipulation. b. One RJ-45 port which supports 10/100 Mbps Ethernet; EtherNet/IP, Modbus TCP, and DNP3 over IP. This port shall be capable of local and remote programming, troubleshooting and data manipulation. c. The packaged controlled shall support full function peer to peer communications (program management, controller to controller messaging, etc. when directly connected by an RS-232 cable, RS-485 cable or Ethernet cable; up to 32 devices. d. The PLC shall support half duplex slave communications on a network capable of at least of 250 nodes. The half duplex network shall support program upload/download, monitoring, and peer to peer (slave to slave) communications. 12. Power: a. The PLC shall operate in on 120/240VAC, single phase, 50/60 Hz. It shall be capable of auto-detect to operate with either of these AC voltages or frequencies without the user needing to jumper or set up the unit. b. All AC powered PLCs with 24VDC inputs shall be capable of supplying a minimum of 24VDC at 250mA. This shall be able to be used to provide external 24VDC power for input devices (sensors, switches, etc.). c. The onboard power supply shall be capable of supplying all necessary power to all subsystems (CPU, memory, local 1/0, etc.) in addition to a minimum of 7 [4] expansion 1/0 modules, without external wiring. d. The power supply shall provide surge protection, isolation and power outage carryover of at least 1 cycle of the AC line. e. In cases where the AC line is especially unstable or subject to unusual variations, it shall be possible to install a constant voltage transformer having a sinusoidal output waveform. f. At the time of power-up, the power supply shall inhibit operation of the processor and 1/0 modules until the DC voltages are within specifications. 13. Local Display and Diagnostics: The PLC shall provide a simple embedded Liquid Crystal Display (LCD) with the ability to monitor/change user data, display messages and data to the user, receive numeric input which can be utilized,j3v the controller's program, and provide access to two electronic trim pots which car£�ach be adjusted between 0 and 250 for use in the controller's program. -W C-3 14. PLCs shall be MicroLogix 1400 as manufactured by Rockw4Agtor)ation equal, to match OWNER's existing control system. <F o'er �c m N Section 16940-23 4443.001/1749 E. Power Supply: 1. The PLC shall operate on 85 to 265 VAC (120 to 220 VAC nominal), single phase, in the frequency range from 47 to 63 Hz. 2. A single, main power supply shall be capable of supplying all necessary power to the local bank housing the CPU and local 1/0 modules. Additional power supplies shall provide power to other local and remote banks. 3. The power supply shall be capable of converting AC standard low voltage line power to the DC power required to operate the PLC system. 4. The power supply shall include an easily viewed indicator to show status of the DC power applied to the backplane. 5. The power supply shall provide electronic protection: a. At the time of power -up, the power supply shall inhibit operation of the controller and 1/0 modules until the DC voltages are within specifications. b. The power supply shall automatically shut down the PLC when its output power exceeds 125% of its rated power. c. The power supply shall provide surge protection, isolation and outage cant' -over of up to 6 cycles of the AC line (120-240 VAC, 50/60 Hz) or 40 ms at 24 VDC. d. The power supply shall be fused. F. PLCs shall be CompactLogix L33ER or MicroLogix 1400 where specified herein, as manufactured by Rockwell Automation, no equal to match OWNER's existing SCADA system. G. PLC Systems: 1. System Supplier shall provide all the equipment necessary for data gathering, monitoring, and control as required to maintain existing functionality and to meet this specification, and in accordance with the drawings. The PLC system equipment shall include, but not necessarily be limited to, the following: a. PLC consisting of CPUs with adequate memory and instructions, local and remote power supplies, 1/0 modules, communications modules and hardware, and all other components required to make the PLCs perform all the existing functions and new functions required in this specification. The PLCs shall be mounted in existing enclosures as specified herein or as shown on the drawings; see Part 3. b. Telemetry system (where required) as specified herein. 2. Each PLC installation shall include, but not be limited to, the ng a=pment: a. Main PLC processor and remote 1/0 driver or remote 1/0 rec... c� b. Power supplies. . _4 c. 1/0 modules. C7 -IC — d. Computer -grade transient and spike suppressor. e. Rail mounted terminal blocks for field wiring terminations. M f. Plastic wiring ducts. C� -V g. Other accessories required to provide a complete and worki* PLCAystem. h. UPS backup. +r i. Network switch (OWNER furnished, System Supplier installed). j. Front panel -mounted programming port with RJ -45 jack and 120 -volt receptacle. 3. The main PLC processor and remote 1/0 receivers shall receive power from their individual power supplies, which shall be fed from dedicated 15 ampere circuit breakers through voltage transient and spike suppressors. 4. PLC Programming and PLC Software: System Supplier shall provide all the PLC programming and PLC software required to meet this specification and shall be in accordance with the system configuration. The software shall include, but not necessarily be limited to, the following: Section 16940-24 4443.00111749 a. PLC logic programs shall be converted and updated by System Supplier for the PLC systems to maintain existing functionality and to accomplish the monitoring and control functions specified herein. System Supplier shall document and annotate the programs, update them as required after startup, and then turn the programs over to OWNER in the form of USB 3.0 flashdrives; two copies are required. b. System Supplier shall provide a commercially available PLC programming and documentation software package as developed by the system manufacturer for documenting and modifying the PLC programs. 5. Engineering: a. System Supplier shall provide all engineering necessary to accomplish and document the requirements of this specification and in accordance with the system configuration. The engineering to be performed by System Supplier on this project shall include, but not be limited to, the following categories: (1) PLC system layouts. o (2) Panel layouts. CD (3) 1/0 configuration and wiring drawings. (4) PLC programming. (5) Network configuration. C) b. Submittals: In addition to submittals previously described prmd5g: M (1) Shop drawing and product data. N (� (2) PLC logic programs. p. ro (3) Recommended spare parts lists. LN c. Installation: CONTRACTOR shall install all the system equipment including PLCs and interconnecting cabling as required. This work shall include all interconnection wiring from new and existing equipment as required for the completion of the system. The PLC shall be a microprocessor -based controller. d. It shall be the responsibility of System Supplier to ascertain that all field devices are compatible and consistent with the new system design. This includes reviewing drawings and data to ascertain the compatibility and consistency of the system with the field devices on such considerations as: (1) Equipment size and available space. (2) Power levels. (3) Power sources. (4) Logic schemes. (5) Signal types and levels. (6) Interface devices where required. (7) All other aspects of field devices impacting on the design of the system. 6. All spare and unused 1/0 shall be wired to terminal strips. This wiring shall include all auxiliary devices and components to complete the installation (e.g., interposing relays, wireways). 7. It shall be the responsibility of System Supplier to include all the inputs and outputs required to maintain existing functionality and to meet all aspects of this specification, regardless of whether they are specifically included in the 1/0 listing in this specification. H. System Supplier shall provide a complete list of spare parts required and where they may be obtained for operating the system for 3 years from startup. The equipment mounted within the existing enclosures shall be mounted on the enclosure back panel, neatly organized, and shall be in accordance with the manufacturer's recommendations. 1. All wiring within the enclosure shall be through the plastic wiring ducts with maximum 60% fill. All wiring not in ducts shall be in plastic spiral bindings. All 1/0 devices shall be Section 16940-25 4443.001/1749 wired to rail mounted terminal blocks. Reroute all existing loose wiring in new and existing wiring ducts. 2. All field wiring shall terminate at the rail mounted terminal blocks that shall be mounted either at the bottom or on the side of the enclosure back panel depending on where the 1/0 conduits penetrate the enclosure. 3. The field wiring terminals shall be clearly identified as to which 1/0 terminals they are wired. 4. Jumpers between adjacent terminal blocks shall be copper jumper bars supplied by the terminal block manufacturer. J. Refer to Section 16195—Electrical Identification for the control panel and field wiring color code. K. Manufacturer of Accessories: 1. The plastic wiring duct shall be Electrovert "Electro -Duct," Panduit, or equal. 2. Terminal blocks shall meet the requirements of Section 16120—Wire. 3. Wire markers shall meet the requirements of Section 16195—Electrical Identification. 4. Circuit breakers shall be Square D Type QO with mounting bases, or equal. Circuit breakers can be rail -mounted type, Square D, Class 9080, Type GCB -150, or equal. 5. Power supplies shall be Sola, DIN rail mount, SPD or SDN Series, or equal. L. The fiber-optic network shall be setup in a self -healing, ring -type configuration. Daisy chaining of the SCCs communication system is not acceptable. M. System Supplier shall provide the necessary fiber-optic patch cables, as specified herein, to provide complete and working communication between the PLCs. N. Provide a 120 -volt AC true on-line UPS backup in each existing control panel receiving a new PLC, except for the Permanganate Feed System control panel. 1. The UPS and shall be plug connected to the existing dedicated receptacle inside each control panel. 2. Each UPS shall be provided with a relay card that provides a dry contact output to the SCADA System in the event that the UPS batteries need replacement.a 3. UPS shall be APC with relay 1/0 module, Liebert GXT4 with re[Eacard,�cr Eaton 9130. Provide a stand or shelf within each control panel for the UPS sthfVUPST"s not sit on the bottom of the enclosure. c � I 2.06 LICENSED ETHERNET RADIO TELEMETRY SYSTEM Q �7 3 A. Provide two master station radios (one at the WTP and one at the W iWTb%r) a0emote radios where shown on the Drawings and specified in Part 3 6i this Erection, and all accessories required for a complete and functional radio telemetry slstem. Provide temporary migration master stations at the master radio sites (WTP and Radio Tower) as needed to maintain communications with both new and existing remote radios during construction using the existing antenna at the master radio sites. B. System Supplier shall include in its bid an on-site radio path survey for each station using the radios specified herein. Radio path survey results shall include acceptable fade margins for all communication paths. Submit two copies of survey results to ENGINEER for review. All unacceptable paths shall be resolved prior to the submittal of shop drawings. A sample radio path survey is included in the Appendix. Section 16940-26 4443.001/1749 C. Provide spare radios as specified in Section 16951 - Spare Parts. D. System Supplier must design and configure the radio telemetry system for at least 99.9% reliability. E. OWNER currently has an FCC license (Call Sign: WPJC637) for the existing master radio at the Radio Tower (928.65625 MHz) and all remote radios at the various pumping facilities and the WTP (952.65625 MHz). OWNER previously completed a radio frequency coordination study and submitted an FCC application to modify the existing license to include the WTP site as a second master radio site. Coordinate the operating frequencies approved by the FCC with OWNER and configure all radios to operate in compliance with the updated FCC license. The third -party firm hired by OWNER to complete the radio frequency coordination study and submit the FCC application prior to construction will also submit the FCC forms required after the new radio system is commissioned. Provide all radio system configuration data to OWNER required to allow the third -party firm to complete the FCC commissioning forms. F. Master Station and Remote Radios: 1. The chassis shall be cast aluminum to eliminate interference with data/controller equipment. Plastic housings are not acceptable. All PC boards, including modem and diagnostic boards, shall be enclosed in the chassis. 2. The units shall accept 12 volts DC nominal input power with an absolute input power range of 10 to 30 volts DC. Maximum power consumption shall be 35 watts. The radio shall be protected against a reversed polarity connection of the power supply. 3. Antenna connector type shall be TNC. 4. The operating temperature range shall be -40°C to 70°C. The operating humidity range shall be 0 to 95% relative humidity, non -condensing. 5. The units shall provide forward error correction (FEC) to improve the performance of the radio link and adaptive coding and modulation (ACM) to optimize capacity on a per link basis for both serial and Ethernet traffic. 6. The units shall be fully synthesized and programmable to all frequencies via a personal computer or hand-held terminal without changing internal components. Requiring the units to be opened to change modules, frequency crystals, or adjust DIP switches is unacceptable. 7. The units shall be able to operate in the half -duplex or full -duplex RF mode. 8. Detailed Specifications: a. The units shall be FCC CFR47 Parts 24, 90, and 101 compliant and IC RSS 119/134 compliant as required for operation in the following frequency band and channel sizes: (1) Output Frequency Band: 928 to 960 MHz; programmable in 6.25 KHz increments to any channel in radio operating subband. (2) Channel Sizes: o (3) 12.5 kHz. � —n (4) 25 kHz. b. The output power at the antenna port shall be adjustable frors3rl1 gtts Lf": (1) 2.5 watts for 64 QAM; +10 to +34 dBm, in 1 dB steps. v (2) 3.2 watts for 16 QAM; +10 to +35 dBm, in 1 dB steps. ` � s (3) 5 watts for QPSK; +10 to +37 dBm, in 1 dB steps. o ry (4) 10 watts for 4-QPSK; +10 to +40 dBm, in 1 dB steps. ID ro c. Attack Time: Less than 1.5 ms. A d. Release Time: Less than 0.5 ms. e. Data Turnaround Time: Less than 2 ms. Section 16940-27 4443.00111749 f. Frequency Aging: less than 1 ppm/year. g. Frequency Stability: f1.0 PPM. h. Modulation Type: 64 QAM, 16 QAM, QPSK, and 4-QPSK. i. Spurious/Harmonic Emissions: -37 dB. - 9. The master and remote radio receivers meet the following specifications: a. Frequency Stability: t1.0 PPM. b. Sensitivity/Bit Error Rate: o =+ (1) 9.6 kbps @ 12.5 kHz: -113 dBm. (2) 14.4 kbps @ 12.5 kHz: -108 dBm. (3) 19.2 kbps @ 12.5 kHz: -108 dBm. C-3� o (4) 19.2 kbps @ 25 kHz: -110 dBm. < M (5) 9.6 kbps @ 12.5 kHz: -113 dBm. S (6) 9.6 kbps @ 12.5 kHz: -113 dBm. ;sem N (7) 9.6 kbps @ 12.5 kHz: -113 dBm. ro c. Input Frequency Band: 928 to 960 MHz; programmable in 6.25 KHz'increments to any channel in radio operating subband. d. Intermodulation Response Rejection: Greater than -35 dBm [60dB]. e. Blocking or Desensitization: Greater than -17 dBm [78dB]. f. Spurious Response Rejection: Greater than -32 dBm [ 63 dB]. 10. The master and remote units shall have the ability to be monitored and configured using a computer connected to the radio via Ethernet via embedded web server or SSH command line interface. The firmware and program shall be able to be updated over -the -air from a remote location. 11. Communications: a. Ethernet Interface: (1) Internal 10/100Base-TX, Layer -2, two -port, 802.3 -compliant Ethernet switch with RJ -45 interfaces with the following port connection settings: (a) 10Base-TX (half or full duplex). (b) 100Base-TX (half or full duplex). (c) auto-negotiating/auto-sensing. (2) The internal switch shall support the following IEEE services: (a) 802.1d: MAC Bridging. (b) 802.1q: VLAN. (c) 802.1d: Packet prioritization. (3) Switching Modes: (a) Layer 2 (bridge). (b) Layer 3 (router). (4) MAC Address table size: 1024. (5) The radio shall be transparent to Ethernet communication and transport protocols (e.g., EtherneUlP, Modbus TCP, TCP/IP, UDP/IP). (6) Channel Access Scheme: (a) CSMA -based MAC. (b) BSdMAC to eliminate data packet collisions. (c) CRC protected MAC control messages. b. Serial Interface: (1) ITU -T V24 -compliant EIA/TIA RS -232E. (2) Interface Baud Rates: 300, 600, 1200, 2400, 4800, 9600, and 19200 bps. (3) Supported Protocols: (a) Allen-Bradley DF1. (b) Modbus RTU. (c) Modbus ASCII. Section 16940-28 4443.00111749 2.07 c. USB interface for firmware updates, configuration download/upload, alarm event record download, RS -232 or RS -485 serial adapter connection, and GPS receiver connection. d. Units shall support Ethernet encapsulation of serial data for transmission over the radio link. e. Security Features: (1) All data carried over the air interface shall be encrypted using AES up to AES 256. (2) All data carried over the radio link must be authenticated using NIST standard CCM to provide assurance of the confidentiality and the authenticity of data by combining the techniques of the Counter (CTR) mode and the Cipher Block Chaining -Message Authentication Code (CBC -MAC) algorithm. G. Provide all necessary interface cabling between the radios and the PLCs. H. The master and remote station radios shall be Aprisa SR+ as manufactured by 4RF. The existing radio antennas shall be reused at each site. The VSWR for each existing antenna and cable installation being reused shall be tested as specified in Part 3 of this Section. J. Radio Migration Master Station: 1. Provide a radio migration master station for temporary installation at the two master radio sites (WTP and Radio Tower). The migration master stations shall be used to allow both the existing radios and the new radios at the master radio sites to both communicate using the existing master radio site antenna. 2. Provide all temporary antenna cables and power wiring required for a complete and functional radio telemetry system. 3. The master migration station shall be Aprisa SR+ Migration Master Station as manufactured by 4RF. 1 O � K. System Supplier shall provide all radio systems. c OPERATOR INTERFACE PANEL w m A. The operator interface shall meet the following general specificationsE70 a 1. Voltage: 18 to 30 volts DC.�� "� N 2. Temperature: 00 to 55°C. cNn 3. Humidity: 5% to 95% noncondensing. 4. RFI: MIL -STD -461B. 5. EMI: IEEE 472-1974. 6. Communication Port: -10/100 Base -TX Ethernet and USB 2.0. B. The operator interface shall have the following minimum features: 1. Type: Color Active Matrix Thin Film Transistor (TFT) with field replaceable backlight. 2. Display Size: 6.5 -inch; 640 X 480 VGA; 18 -bit color graphics. 3. Clock: Battery -backed real time. 4. Application Memory: 512 MB. 5. Input: Touchscreen. 6. Enclosure: NEMAType 12. Section 16940-29 4443.00111749 C. The operator interface panel shall be as manufactured by Allen-Bradley, PanelView Plus 7 Standard, no equal to match OWNER's existing SCADA System. Provide Factory Talk View Studio for Machine Edition programming software. 2.08 SURGE PROTECTIVE DEVICES FOR CONTROL PANELS AND INSTRUMENTATION EQUIPMENT A. The incoming power supply of each existing PLC control panel and radio telemetry enclosure shall be protected with a surge protective device (SPD). SPD unit shall be as manufactured by Citel Model DS4xS, or equal. Surge protection shall be provided for all phases and neutral. 2.09 INDICATING LIGHTS N 4.q A. Indicating lights: NEMA ICS 2; heavy-duty, oiltight (30 mm), LED,(-&jsh-t@`3est, color as specified herein. :*L c 'T`� 3>__jP ` n -c — 0 PART 3 -EXECUTION M S ,[� 3.01 GENERAL REQUIREMENTS FOR THE WATER TREATMENT PLA4;:%CaA �'1".STEM UPGRADES ry LN A. If Bid Alternative No. 1 is not selected, tum all existing PLCs, PLC 1/0 cards, and PLC communication cards, OIPs, and serial data radios being removed over to OWNER. B. The Section 16990 - SCADA System 1/0 Listing represents a list of only the existing and new hardwired 1/0 signals for each PLC being replaced. These 1/0 lists do not include 1/0 sent/received via Ethernet or serial communications. The hardwired 1/0 lists are provided for reference and are based on existing wiring diagrams and PLC ladder logic. System Supplier shall field verify actual 1/0 quantities wired to each PLC and provide new PLC 1/0 quantities as required for all new and existing hardwired 1/0 signals. PDF files of existing wiring diagrams and PLC programs are available from ENGINEER upon request. C. When migrating existing SLC 500 PLC programs to the new CompactLogix programming environment, update the existing PLC registers to PLC tags using the existing register addressing structure. 1. The intent is to allow PLC registers linked to the SCADA HMI tagnames to be easily updated to reference the new PLC tagnames through bulk find -and -replace editing, and eliminate the need to manually update PLC registers associated with each HMI tagname. 2. During PLC replacements, System Supplier shall update the SCADA HMI tags for each PLC as it is replaced so that the SCADA HMI information and controls are available at all times for both new and existing PLCs until all PLCs have been replaced. D. All existing PLC programs and AutoCAD files (.dwg) for all control panel wiring diagrams, except for the Permanganate Feed System and Lime Feed System control panels, are available from OWNER upon request. System Supplier shall update all existing wiring diagrams and create new wiring diagrams for the Permanganate Feed System and Lime Feed System control panels in electronic CAD format. System Supplier shall confirm the OWNER -furnished PLC programs are up to date with the programs currently installed on the existing PLCs before editing for use in the new PLCs. Section 16940-30 4443.001/17-49 E. All new networking hardware and PLC communication ports shall be connected using fiber optic jumper cables or Cat 6 cables as shown in the SCADA Network Riser Diagram on the Drawings. Provide all copper and fiber communication patch cables required for temporary and final equipment connections. F. Control descriptions described herein are specific in nature to equipment associated with the PCPs and LCPs. CONTRACTOR shall refer to Section 1.12—General Control Algorithms for additional programming requirements. G. Data from existing PLCs shall be messaged to new PLCs during construction as needed via the ControlLogix Ethernet/IP-to-DH+ gateway installed on the wall in the WTP Server Room. H. New SCADA System Ethernet PLC Network: 1. The existing 62.5 um multi -mode fiber optic cable routed between control panels at the WTP have 12 fibers per cable. Four of these strands are currently used for the existing SCADA System DH+ PLC network. 2. New managed Ethernet network switches furnished by the Iowa City IT Department shall be installed by System Supplier where specified herein and shown on the Drawings. The new network switches shall be connected using existing spare fiber optic strands in a self -healing ring configuration. 3. The PLC in LCP-A in the Generator Building that is currently connected to the multi -mode fiber optic cable network shall be disconnected from the multi -mode fiber optic network and connected to the SCADA System Ethernet PLC network using the existing network switch in the Generator Building that is connected back to the main plant network switch mounted in the network racks in the WTP Server Room, as specified herein. 4. A new multi -mode fiber optic cable shall be installed in existing conduit from the existing fiber optic patch panel at PCP -R (Filter No. 5) to the main plant network switch mounted in the network racks in the WTP Server Room, as shown on the Drawings, to create a physical fiber optic cable loop for the new SCADA System Ethernet PLC network ring. 5. Coordinate all network hardware installations with the Iowa City IT Department two weeks prior to the scheduled installation. The IT Department will configure network -based monitoring of network switch communication failures. System Supplier shall assist the IT Department in testing communication failures for each network switch immediately after the switch is installed and brought online prior to installing additional network switches. 6. Refer to the SCADA Network Riser Diagram on the Drawings for the required fiber optic cable routing. 7. Refer to Section 01010 - Summary of Work for information on construction sequencing. Route all control panel wiring and cables in existing wireway. Provide additional new wireway as needed. J. Replace the existing 120 -volt SPD and UPS in all control panels la radios with new 120 -volt SPDs and UPSs as specified herein. SPDs am under Paragraph 2.04 - PLC Telemetry Systems. UPSs shall be �i herein, with a relay 10 module that provides a dry contact output to t the UPS batteries need replacement. Indication of "Replace UPS Bad at the SCADA system. C) zi D Section 16940-31 4443.001/1749 ng3lew PLCs or Plis are S"cified JEM as a1mcified j3he I ffit that shall bemvided N0 N N CA EXISTING PLC CONTROL PANEL UPSs Panel Location/Process UPS Water Plant Control Panels PCP -A Electric/Server Room 1500 VA PCP -F High Service Pump Room 700 VA PCP -G CO2 & Fluoride Feed 700 VA PCP -H Lime Feed No. 2 2000 VA PCP -K Lime Feed No. 1 2000 VA PCP -L Phosphate Feed 700 VA PCP -M Ferric/Anionic Feed 700 VA PCP -N Raw Water 700 VA PCP -P Filters No. 1 & No. 2 2000 VA PCP -Q Filters No. 3 & No. 4 2000 VA PCP -R Filter No. 5 2000 VA Permanganate Feed Panel None Remote Facility Control Panels LCP-A Generator Building 700 VA LCP-B Jordan Well No. 1 700 VA LCP-C Collector Well No. 1 700 VA LCP-D Collector Well No. 2 700 VA LCP-E Collector Well No. 3 7 VA LCP-F Collector Well No. 4 7 VA LCP-H Silurian Well No. 2sy-=47 A LCP-J Silurian Well No. 3 — 709;VA LCP-K Silurian Well No. 4 .-<r 70W/A LCP-L Sand Pit Pump Station 6�70 A LCP-M Radio Tower y 70 VA LCP-Q Emerald GSR 706"VA LCP-R Rochester GSR 700 VA LCP-S Sycamore GSR 700 VA 1.1 M. v K. Modify the existing VFD programming at all remote facilities with VFD-powered pumps to allow the VFD-powered pumps to be manually restarted remotely from the SCADA HMI at the WTP after shutting down due to excessive restart attempts. Currently, after VFDs are shut down due to the programmed maximum number of restart attempts being exceeded, the VFDs must be reset manually at the facility. The following facilities have VFD-powered pumps: 1. Collector Wells No. 1, 2, 3, and 4. (Two VFDs at each facility). 2. Sand Pit Pump Station (Two VFDs at the facility). 3. Emerald, Rochester, and Sycamore Ground Storage Reservoirs (Two VFDs at each facility). 4. Two new VFDs were recently installed at the Bloomington Ground Storage Reservoir and should already be programmed to auto -restart after a power failure. System Section 16940-32 4443.00111749 Supplier shall review the PLC code at this facility and test the auto restart controls as part of this project to confirm VFD operation at all facilities is consistent. L. Existing control panel PCP -J was originally provided to control the Soda Ash Feed system, which has been decommissioned. The PLC in this control panel has already been removed and only the 1/0 rack remains. Patch through all fiber optic cables in the fiber optic patch panel located above the control panel to provide network connectivity between the new SCADA System Ethernet network switches being furnished by OWNER and installed by CONTRACTOR. M. Radio Telemetry System Modifications: 1. The existing radio telemetry system uses MDS 9710 serial data radios communicating on licensed frequency 952.65625 MHz. a. Most remote facilities currently communicate via radio with the existing master telemetry PLC in LCP-M at the Radio Tower. The PLC in LCP-M then transfers the remote facility information back to the PLC in PCP -A at the WTP via radio for display at the SCADA System HMI. b. The Generator Building (LCP-A) and Jordan Well No. 1 (LCP-B) are located on the WTP site and are currently connected to the existing DH+ fiber optic PLC network at the WTP. The Bloomington Ground Storage Reservoir (LCP-P) currently communicates back to the existing DH+ fiber optic PLC network at the WTP using a dedicated fiber optic spur through an existing single -mode fiber optic cable. c. Collector Well No. 4 has two serial data radios. This well currently acts as a repeater for the serial data radio at Silurian Well No. 3. 2. As specified herein, the following facilities currently using serial data radio communications shall be converted to cabled Ethernet communications connected directly to the WTP SCADA System Ethernet network using existing single -mode fiber optic cable and network switches already installed at each facility for video surveillance communications. The Iowa City IT Department will configure VLAN ports on the existing network switches to provide Ethernet connectivity with the new WTP SCADA System Ethernet PLC network: a. LCP-M: Radio Tower. b. LCP-Q: Emerald Ground Storage Reservoir. c. LCP-R: Rochester Ground Storage Reservoir. d. LCP-S: Sycamore Ground Storage Reservoir. 3. As specified herein, serial data radios currently used at the facilities listed below shall be replaced with Ethernet radios for communication with a new master Ethernet radio at the Radio Tower. The PLC in PCP -A currently sends/receives information to/from remote facilities via the PLC in LCP-M at the Radio Tower, whic bei rem d as part of this project. The new Ethernet radio at the Radio To h be to ally connected to the SCADA System Ethernet PLC network at the WkviaJhe 11c=City Data Center, as shown on the Drawings, to allow information fror %ttm r�"tir ote facilities to be sent directly to the PLC in PCP -A as described herein.- m -v rn a. LCP-E: Collector Well No. 3. a:;o s v b. LCP-F: Collector Well No. 4. ^� c. LCP-J: Silurian Well No. 3. cn d. LCP-K: Silurian Well No. 4. 4. As specified herein, serial data radios currently used at the facilities listed below shall be replaced with Ethernet radios for communication with a new second master Ethernet radio in PCP -A at the WTP. The new Ethernet radio in PCP -A shall be directly connected to the SCADA System Ethernet PLC network to allow information from the remote facilities to be sent directly to the PLC in PCP -A as described herein. Section 16940-33 4443.00111749 a. LCP-C: Collector Well No. 1. b. LCP-D: Collector Well No. 2. c. LCP-H: Silurian Well No. 2. d. LCP-L: Sand Pit Pump Station. 5. Replace the existing YAGI antenna on top of the WTP with an omnidirectional antenna to accept radio communications from the remote facilities described above. 6. Modify the existing PLC messaging in all remote facility PLCs shown on the Drawings to send/receive information to PCP -A at the WTP via the new Ethernet radios installed at the Radio Tower and in PCP -A. The PLC in PCP -A will act as the new master telemetry system PLC. Transfer all PLC logic in the existing PLC being removed from LCP-M at the Radio Tower that manipulates data received from the remote facilities to the new PLC in PCP -A to maintain existing functionality, including read/write communication failure monitoring. Test all existing 1/0 and telemetry system PLC logic to verify an accurate transfer of PLC logic to the PLC in PCP -A. 7. The master telemetry system PLC in PCP -A shall be set up to sequentially poll remote sites using independent polling sequences for each of the two master radios. Provisions shall be provided to field -program a time delay between PLC interrogations and between scan sequences as needed to maintain fast, but reliable communications. The send/receive cycle between the master telemetry PLC in PCP -A and each remote PLC shall not exceed 5 seconds. 8. Provide a red, 30 mm, push -to -test LED indicating light mounted on the control panel door for each LCP communicating via new Ethernet radios to indicate a loss of communication with the new master telemetry system PLC in PCP -A at the WTP. 9. System Supplier shall perform voltage standing wave ratio (VSWR) testing on all existing antenna and cable installations being reused to verify that the existing installations are suitable for continued use with the existing antennas. Notify OWNER and ENGINEER immediately after tests that demonstrate an out -of -tolerance VSWR for the installed antenna. N. Each SCADA System PLC (local and remote) connected to the SCADA System fiber optic Ethernet PLC network shall be set up so that the PLC in PCP -A monitors the communication status of each PLC. 1. This shall be accomplished by the PLC in PCP -A setting and resetting a bit internal to its PLC program every 60 seconds. This bit shall then be sent to each PLC connected to the SCADA System Ethernet PLC network. Once this bit is received by the PLC, the PLC shall copy the value of this bit to a second bit internal to the PLC program. This second bit shall then be read by the PLC in PCP -A. If the PLC in PCP -A does not see a change in status of the second bit, a PLC communication fail alarm shall be generated. The PLC in PCP -A shall provide indication of which PLC is in alarm, and each alarm shall be displayed at the SCADA System HMI, as specified herein. 2. This new communication failure programming shall replace the existing PLC logic currently used to determine communication statuses for all local and remote PLCs. O. For the plant flows displayed on the "Plant Summary" SCADA HMI sWen (see the Appendix), provide PLC programming as required to calculate the c ;jnt daXand previousday's total flows for display at the SCADA HMI and logging in the neto� daieAose. 3.02 WATER TREATMENT PLANT SERVER ROOM MODIFICATIONS C 1� o r— T� A. Provide a temporary radio migration master station in the network �me4 rackp%ated in the WTP Server Room. ax Q ry u+ Section 16940-34 4443.001/1749 B. Provide a temporary low -loss antenna cable from the radio migration master station to the existing antenna surge suppressor in PCP -A for connection to the existing antenna on top of the WTP. Field verify all required antenna cable connectors. C. Provide a temporary low -loss antenna cable from the migration master station to the existing MDS 9710 serial data radio in PCP -A. D. Provide a temporary low -loss antenna cable from the migration master station to the new Ethernet radio in PCP -A. Provide a temporary Cat 6 cable from the radio migration master station to the new network switch in PCP -A. E. Configure the radio migration master station to allow the existing serial data radio and new Ethernet radio both installed in PCP -A to communicate using the existing antenna on top of the WTP. F. After all remote facilities are communicating via the SCADA System Ethernet PLC network via fiber optic cable, Cat 6 cable, or Ethernet radio, remove the temporary migration master station. Remove all temporary wiring, antenna cables, and conduit. If Bid Alternative No. 2 is not selected, turn the temporary migration master station over to OWNER. 3.03 PCP -A (SERVER ROOM) CONTROL PANEL MODIFICATIONS A. Remove the existing MDS 9710 serial data radio and temporarily mount inside PCP -A. Provide a temporary DC power supply to power the existing radio as required to maintain radio communications with the Radio Tower. Provide a new Ethernet radio in PCP -A in place of the removed serial data radio and connect the existing radio's DC power supply wiring to the new radio. B. After all remote facilities are communicating via the SCADA System Ethernet network via fiber optic cable, Cat 6 cable, or Ethernet radio, remove the existing MDS 9710 serial data radio and all temporary wiring, antenna cables, and conduit. Connect the new Ethernet radio in PCP-Ato the existing surge suppressor connected to the existing antenna cable in PCP -A. C. Remove the existing Ethernet network switch in PCP -A and tum over to OWNER. New Ethernet connections to equipment within PCP -A shall be connected to the main network switch in the Server Room network equipment rack, as show on the Drawings. D. Remove the existing SLC 5/04 PLC and temporarily mount the existing PLC next to the PCP -A enclosure. The existing PLC 1/0 wiring shall remain for connection to the new PLC. Provide temporary power wiring and communication cables to the PLC as required to maintain radio communications with all remote facilities and the SCADA HMI computers via the wall -mounted ControlLogix PLC next to PCP -A during installation of the new PLC. The existing PLC shall remain connected to the DH+ fiber optic network to maintain communications between existing PLCs still connected to the existing DH+ PLC network and the SCADA System HMI via the ControlLogix Ethernet/IP-to-DH+ gatew4smounted on the wall in the WTP Server Room, c -=+ E. Provide a new CompactLogix PLC mounted in place of the existing Po that all ting PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. �n o j- 1. Provide new 1/0 wiring inside the control panel as required to repl , nyeVistirV"ring that will not reach the new 1/0 cards. Provide all mounting hard n ffowgtring required for the new PLC installation. g� N D N Section 16940-35 4443.001/17-49 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. Modify all existing PLC messaging to use the new SCADA System Ethernet PLC network. 3. This PLC shall be used as the new telemetry system master PLC. Provide PLC programming to provide the functionality described under Paragraph 3.01 -General Requirements for the Water Treatment Plant SCADA System Upgrades. 4. Remove all PLC programming associated with the existing fire alarm system alarm signal and the network switch fail signal. G. Provide an RS485 ASCII communication card in the PLC for serial data communications with the 8 existing particle counters. The particle counters are currently monitored using a standalone computer running Hach software. Remove the existing standalone computer and turn over to OWNER. Provide PLC and HMI programming as needed to monitQc the particle counts from each particle counter in this PLC and display the information at the&`CADA HMI as specified herein. C) c –� 1. Each particle counter reports particle counts for six different range vZpaFtle sunt: a. 2 (6 -bit particle count) �_-< — r— b. 5 (6 -bit particle count) __4 C-) o c. 8 (6 -bit particle count) -M rn d. 10 (6 -bit particle count) c -,M Fa e. 12 (6 -bit particle count) y �, f. 15 (6 -bit particle count) cn 2. Provide current and previous day totalizers in the PLC for each particle size range that resets daily with the existing equipment runtime totalizers. 3. The existing particle counters are Hach Model 2200 PCX. H. After all PLCs connected to the existing DH+ fiber optic network have been removed from service and all remote facilities are communicating via the new SCADA System Ethernet network, remove the existing Control Logix PLC mounted on the wall, the existing PLC temporarily mounted in PCP -A, the existing rack -mounted DH+ fiber optic card used for communications with LCP-P, and all temporary wiring, communication cables, and conduit. Also remove the existing Phoenix Digital fiber optic communication card installed on the back side of the network equipment rack in the Server Room, which was used for DH+ fiber optic communications from the Bloomington Ground Storage Reservoir. 3.04 PCP -F (CHLORINE FEED, BACKWASH PUMPING, AND HIGH SERVICE PUMPING) CONTROL PANEL MODIFICATIONS A. Remove the existing Ethernet network switch in PCP -F currently used to connect the panel -mounted SCADA System HMI computer to the existing SCADA System Ethernet network and turn overto OWNER. Install a new OWNER-fumished managed network switch in PCP -F. Provide a mounting shelf/stand inside the enclosure for the network switch and AC/DC power adapter. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter at the shelf/stand and power the receptacle from the load side of the existing UPS in PCP -F. Section 16940-36 4443.001/1749 B. Remove the existing SLC 5/04 PLC. The existing PLC 1/0 wiring shall remain for connection to the new PLC. Based on the proposed construction sequencing in Section 01010 - Summary of Work, this is the last of the existing PLCs to be removed. However, if the construction sequence is modified, provide fiber optic jumper cables in the fiber optic patch panel located above PCP -F to maintain communications between existing PLCs still connected to the existing DH+ PLC network, if needed. C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. Relocate the existing surge protective device mounted on the backpanel next to the PLC if needed to provide additional space for the new PLC. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. D. There are four existing high service pump VFDs (HSP #1, #2, #5, and #6) (Robicon ID-454GT; P/N 457F58.00; S.O. HR91 75712.06) that are directly wired back to the PLC in PCP -F for daisy -chained serial DH+ communications. Convert the existing VFDs to hardwired 1/0. Provide wiring from the VFD to the Allen-Bradley Point 1/0 modules in each VFD enclosure. The Point 1/0 modules shall be daisy -chain connected in a self -healing Ethemet ring connected back to the new Ethernet network switch in this PCP -F for VFD control and monitoring from the new PLC. 1. Provide Allen-Bradley Point 1/0 Ethernet adapter Model 1734-AENTR and 1734 Point 1/0 modules in each existing VFD enclosure as required for the existing VFD signals being converted from DH+ messaging to hardwired I/O as listed in the Section 16990 - SCADA System 1/0 Listing. 2. Provide a 24 -volt DC power supply in PCP -F powered from the load side of the UPS for power to the Point 1/0 Ethemet adapter and Point 1/0 modules in each VFD. Provide terminal blocks and fusing in PCP -F and in each VFD enclosure as required to supply daisy -chained 24 -volt DC power between PCP -F and the VFDs in the existing 3/4 -inch conduit currently used for the DH+ cable. 3. Provide new wiring inside the VFD for all hardwired signals being wired to the new Point 1/0 modules. All discrete signals shall use #14 AWG wire and analog signals shall use shielded -pair instrument cables. System Supplier shall update the VFD programming as required to use the existing hardwired 1/0. E. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. The existing Ammonia Feed system has been decommissioned. Remove all PLC_ programming associated with the Ammonia Feed system. 3. Modify all existing PLC messaging to use the new SCADA SysterMthernet PLC network. p =+ 4. Modify the existing high service pump Point 1/0 modules over Ethernet. PLC logic to communicsir the In" lobal £3 o M M Section 16940-37 ry 4443.001/1749 en 3.05 PCP -G (SOFTENER NO. 3, CO2 FEED, AND FLUORIDE FEED) CONTROL PANEL MODIFICATIONS A. Install a new OWNER-fumished managed network switch in PCP -G. Provide a mounting shelf/stand inside the enclosure for the network switch and AC/DC power adapter. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter at the shelf/stand and power the receptacle from the load side of the existing UPS in PCP -G. B. Remove the existing SLC 5/04 PLC. The existing PLC 1/0 wiring shall remain for connection to the new PLC. Provide fiber opticjumper cables in the fiber optic patch panel located above PCP -G to maintain communications between existing PLCs still connected to the existing DH+ PLC network. C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. D. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. The existing Soda Ash Feed system has been decommissioned. Remove all PLC programming associated with the Soda Ash Feed system. 3. The existing fluoride feed pumps are flow paced off of the combined CT Tank 1 and CT Tank 2 flow. Modify the existing PLC logic to provide an operator -adjustable flow -pace adjustment factor setpoint (-100% to 100°/x) for each pump to scale the flow pacing value used to control the pump speeds to match the existing flow pacing adjustment factor programmed for the lime feed pumps using the following equation: Adjusted Pump Flow Pacing Signal = [(AFFP + 100) x (FLOWCTI2) x 0.011 AFFP = Flow Pace Adjustment Factor (operator adjustable) FLOWCT12 =Combined CT Tanks 1 & 2 Flow (process variable) 4. Provide programming modifications to monitor the fluoride day tank weight and provide an operator -adjustable low weight alarm for display at the SCADA HMI. 5. Modify all existing PLC messaging to use the new SCADA System fShemet PLC network. 3.06 PCP -H (LIME FEED SYSTEM NO. 2) CONTROL PANEL MODIFICATION OWN o A. Install a new OWNER -furnished managed network switch in PCP-Hvide a ting shelf/stand on the backpanel for the network switch and AC/DC po Sda�ter. vide removeable side clamps on the shelf/stand to hold the network s `winiipace out blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle foothe network CA Section 16940-38 4443.001/17-49 switch AC/DC power adapter at the shelf/stand and power the receptacle from the load side of the existing UPS in PCP -H. B. Remove the existing SLC 5/04 PLC. The existing PLC 1/0 wiring shall remain for connection to the new PLC. Provide fiber opticjumper cables in the fiber optic patch panel located above PCP -H to maintain communications between existing PLCs still connected to the existing DH+ PLC network. C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. D. PLC Programming and Panel -Mounted HMI Graphics Modifications: 1. The existing lime feed control panel has a touchscreen HMI computer mounted on the enclosure door with HMI graphics dedicated to the lime feed control system. The existing HMI was developed by RDP Technologies, Inc. 2. The HMI computer hardware will be replaced by the Iowa City IT Department and the Section 16940 System Supplier shall install the upgraded SCADA HMI software on the new HMI computers as described under Paragraph 3.24 - SCADA System HMI Software Upgrades, Historian Server Addition, and HMI Graphics Improvements. 3. Provide the following HMI and PLC programming modifications: a. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Update the existing HMI tag database as required to interface with the new PLC tag naming structure. Field test all existing 1/0 to verify an accurate conversion of the existing PLC logic and HMI tag database modifications. b. Provide HMI and PLC program modifications as required to incorporate the following lime feed system alarms into the PLC program for monitoring at the plant SCADA HMI. The PLC logic alarm structure shall match the PLC logic alarm structure used in other SCADA System PLCs at the WTP so that the alarms are available for monitoring at the SCADA System HMI and local panel -mounted HMI. These alarms shall be programmed to activate the existing common alarm being monitored at the SCADA HMI: (1) Feed Rate Low and High Alarms: (a) High Alarm: Pump on and flow rate rises an adjustable percentage above the flow rate setpoint (25-30%). (b) Low Alarm: Pump on but no flow measured after an adjustable time delay (0 to 10 minutes). c. This existing PLC sends only a common alarm to the plant SCADA HMI. Provide HMI and PLC program modifications as required to send the followinexisting slaker alarms to the SCADA System independent from the existin�comrn alarm. The existing common alarm shall not be activated by these two it*el)enteht al=s. (1) High Temperature. x, (2) High Residual Weight. -v Ri 3 D Na Lm Section 16940-39 4443.001/1749 Provide PLC and HMI programming modifications as required to calculate the estimated daily and previous day's peristaltic feed pump revolutions based on the following existing parameters, and display the information on the IocWIMI and plant SCADA HMI computers. _, c RPMpuMp= QWTpxCDOSEXRPMMAxr— (%WEIGHT X 100 X SG) X QMAX,CHEM Total Pump Revolutions = RTpuMp(m) x RPMpuMp M ;5M 3 fit; N QWTP = Water Plant Flow in GPM x tV CDosE = mg/L of Lime Being Dosed %WEIGHT = Percent weight of lime in whole number (i.e., 10% = 10) RPMMAx = Maximum RPM of Pump at 100% Speed (operator entry) QMAX.CHEM = Maximum Flow Rate of Pump at 100% Speed (gpm) (operator entry) RPMpuMp = RPM Expected of Pump at Dose (operator entry) RTpuMp(m) = Pump Runtime in Minutes SG = Specific Gravity (operator entry) 3.07 PCP -J (SODA ASH FEED) CONTROL PANEL MODIFICATIONS A. Existing control panel PCP -J was originally provided to control the Soda Ash Feed system, but has since been decommissioned. The PLC processor in this control panel has already been removed. Patch through all fiber optic cables in the fiber optic patch panel located above PCP -J to provide fiber optic network continuity between all new SCADA System Ethernet network switches being furnished by OWNER and installed by CONTRACTOR. 3.08 PCP -K (LIME FEED SYSTEM NO. 1) CONTROL PANEL MODIFICATIONS A. Install a new OWNER-fumished managed network switch in PCP -K. Provide a mounting shelf/stand on the backpanel for the network switch and AC/DC power adapter. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter at the shelf/stand and power the receptacle from the load side of the existing UPS in PCP -K. B. Remove the existing SLC 5/04 PLC. The existing PLC 1/0 wiring shall remain for connection to the new PLC. Provide fiber opticjumper cables in the fiber optic patch panel located above PCP -K to maintain communications between existing PLCs still connected to the existing DH+ PLC network. C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. Section 16940-40 4443.00111749 D. PLC Programming and Panel-Mounted HMI Graphics Modifications: 1. The existing lime feed control panel has a touchscreen HMI computer mounted on the enclosure door with HMI graphics dedicated to the lime feed control system. The existing HMI was developed by RDP Technologies, Inc. 2. The HMI computer hardware will be replaced by the Iowa City IT Department and the Section 16940 System Supplier shall install the upgraded SCADA HMI software on the new HMI computers as described under Paragraph 3.24 - SCADA System HMI Software Upgrades, Historian Server Addition, and HMI Graphics Improvements. 3. Provide the following HMI and PLC programming modifications: a. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Update the existing HMI tag database as required to interface with the new PLC tag naming structure. Field test all existing 1/0 to verify an accurate conversion of the existing PLC logic and HMI tag database modifications. b. Provide HMI and PLC program modifications as required to incorporate the following lime feed system alarms into the PLC program for monitoring at the plant SCADA HMI. The PLC logic alarm structure shall match the PLC logic alarm structure used in other SCADA System PLCs at the WTP so that the alarms are available for monitoring at the SCADA System HMI and local panel-mounted HMI. These alarms shall be programmed to activate the existing common alarm being monitored at the SCADA HMI: (1) Feed Rate Low and High Alarms: (a) High Alarm: Pump on and flow rate rises an adjustable percentage above the flow rate setpoint (25-30%). (b) Low Alarm: Pump on but no flow measured after an adjustable time delay (0 to 10 minutes). c. This existing PLC sends only a common alarm to the plant SCADA HMI. Provide HMI and PLC program modifications as required to send the following existing slaker alarms to the SCADA System independent from the existing common alarm. The existing common alarm shall not be activated by these two independent alarms. (1) High Temperature. (2) High Residual Weight. d. Provide PLC and HMI programming modifications as required to calculate the estimated daily and previous day's peristaltic feed pump revolutionssed on the following existing parameters, and display the information on the-local ..,1 and plant SCADA HMI computers. RPMpuMp = QWTP X CDosE x RPMMAx C-) -.< ` (%WEIGHT X 100 X SG) X QMAX,CHEM :dM Total Pump Revolutions = RTPump(m) x RPMpuMp C& QWTP = Water Plant Flow in GPM vim. CDOSE = mg/L of Lime Being Dosed %WEIGHT = Percent weight of lime in whole number (i.e., 10% = 10) RPMMAx = Maximum RPM of Pump at 100% Speed (operator entry) QMAX,CHEM = Maximum Flow Rate of Pump at 100% Speed (gpm) (operator entry) RPMpuMp = RPM Expected of Pump at Dose (operator entry) RTpuMp(m) = Pump Runtime in Minutes SG = Specific Gravity (operator entry) Section 16940-41 4443.001117-49 3.09 PCP -L (SOFTENER NO. 2, PHOSPHATE FEED, AND PERMANGANATE FEED) CONTROL PANEL MODIFICATIONS A. Remove the existing Ethernet network switch in PCP -L currently used to connect the panel -mounted SCADA System HMI computer to the existing SCADA System Ethernet network and turnover to OWNER. Install a new OWN ER-fumished managed network switch in PCP -L. Provide a mounting shelf/stand inside the enclosure for the network switch and AC/DC power adapter. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter at the shelf/stand and power the receptacle from the load side of the existing UPS in PCP -L. B. Remove the existing SLC 5/04 PLC. The existing PLC 1/0 wiring shall remain for connection to the new PLC. Provide fiber opticjumper cables in the fiber optic patch panel located above PCP -L to maintain communications between existing PLCs still connected to the existing DH+ PLC network. C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. D. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. Modify all existing PLC messaging to use the new SCADA System Ethernet PLC network. 3.10 PCP -M (SOFTENER NO. 1, POLYMER FEED, AND LIQUID COAGULANT (FERRIC SULFATE) FEED) CONTROL PANEL MODIFICATIONS A. Install a new OWNER -furnished managed network switch in PCP -M. Provide a mounting shelf/stand inside the enclosure for the network switch and AC/DC power adapter. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter at the shelf/stand and power the receptacle from the load side of the existing UPS in PCP -M. N B. Remove the existing SLC 5/04 PLC. The existing PLC 1/0 wiring shall rEmain tt connection to the new PLC. Provide fiber optic jumper cables in the fiber optic patc eltocated ove PCP -M to maintain communications between existing PLCs still cone® d Fthe e`i ting DH+ PLC network. � o M v N m Section 16940-42 4443.001/1749 C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. D. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. The existing liquid coagulant feed pumps are flow paced off of the softener or surface water flows. Modify the existing PLC logic to provide an operator -adjustable flow -pace adjustment factor setpoint (-100% to 100°/x) for each pump to scale the flow pacing value used to control the pump speeds to match the existing flow pacing adjustment factor programmed for the lime feed pumps using the following equation: Adjusted Pump 1 Flow Pacing Signal = [(AFFPI + 100) x (FLOWsoFT1) x 0.01] AFFPI = Flow Pace Adjustment Factor (operator adjustable) FLOW soFTi = Softener 1 Flow (process variable) Adjusted Pump 2 Flow Pacing Signal = [(AFFP2 + 100) x (FLOW soFT2) x 0.011 AFFP2 = Flow Pace Adjustment Factor (operator adjustable) FLOW soFT2 = Softener 2 Flow (process variable) Adjusted Pump 3 Flow Pacing Signal = [(AFFP3 + 100) x (FLOW soFT3) x 0.011 AFFP3 = Flow Pace Adjustment Factor (operator adjustable) FLOW SOFT3 = Softener 3 Flow (process variable) Adjusted Pump 4 Flow Pacing Signal = [(AFFP4 + 100) x (FLOWsw) x 0.01] AFFP4 = Flow Pace Adjustment Factor (operator adjustable) FLOWsw = Surface Water Flow (process variable) Adjusted Pump 5 Flow Pacing Signal = [(AFFP5 + 100) x (FLOWsFT123/sw) x 0.011 AFFP,9 = Flow Pace Adjustment Factor (operator adjustable) FLOW SFT123/Sw= Softener 1/2/3 or Surface Water Flow (process variable) 3. Modify all existing PLC messaging to use the new SCADA System Ethernet PLC network. a+ Q y L x% :{(rrI= M CSX �-y N Section 16940-43 rn 4443.001/1749 3.11 PCP -N (SUMP PUMP AND RAW WATER FLOW MONITORING) CONTROL PANEL MODIFICATIONS A. Install a new OWNER-fumished managed network switch in PCP -N. Provide a mounting shelf/stand inside the enclosure for the network switch and AC/DC power adapter. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter at the shelf/stand and power the receptacle from the load side of the existing UPS in PCP -N. B. Remove the existing SLC 5/04 PLC. The existing PLC 1/O wiring shall remain for connection to the new PLC. Provide fiber opticjumper cables in the fiber optic patch panel located above PCP -N to maintain communications between existing PLCs still connected to the existing DH+ PLC network. C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/O wiring can be terminated on the new PLC 1/O cards. Relocate the existing surge protective device mounted on the backpanel next to the PLC if needed to provide additional space for the new PLC. 1. Provide new 1/O wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/O cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/O Listing for new and existing signals required to interface with the new PLC. D. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. A high/low turbidity alarm condition for the analog signal from the backwash waste turbidimeter is currently sent from this PLC to the filter control PLCs in PCP -P, PCP -Q, and PCP -R to interlock with the filter process. Modify the logic in this PLC to remove this alarm from being sent to the filter control PLCs. The WTP staff determined that this interlock is not required. 3. Modify all existing PLC messaging to use the new SCADA System Ethernet PLC network. 3.12 PCP -P (FILTERS NO. 1 AND NO. 2) CONTROL PANEL MODIFICATIONS A. Install a new OWNER -furnished managed network switch in PCP -P. Provide a mounting shelf/stand inside the enclosure for the network switch and AC/DC power adapter. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter at the shelf/stand and power the receptacle from the load side of the existing UPS in PCP -P. B. Remove the existing SLC 5/04 PLC. The existing PLC 1/O wiring st�' m11 for canection to the new PLC. Provide fiber optic jumper cables in the fiber opticEeatch panel I ed: next to PCP -P to maintain communications between existing PLCs still�edRd to he existing DH+ PLC network. rn 7M a d� fV N fT Section 16940-44 4443.001/17-49 C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. Relocate the existing DC power supply and surge protective device mounted on the backpanel next to the PLC if needed to provide additional space for the new PLC. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. D. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. A high/low turbidity alarm condition for the backwash waste turbidimeter is currently sent to this PLC from the PLC in PCP -N, which is used as an interlock in this PLC to interrupt the filter process if the alarm is active. Modify the logic in this PLC to remove the alarm messaged from PCP -N and all filter process interlocks in this PLC associated with this alarm. The WTP staff determined that this interlock is not required. 3. Modify all existing PLC messaging to use the new SCADA System Ethernet PLC network. 3.13 PCP -Q (FILTERS NO. 3 AND NO. 4) CONTROL PANEL MODIFICATIONS A. Remove the existing Ethernet network switch in PCP -Q currently used to connect the panel -mounted SCADA System HMI computer to the existing SCADA System Ethernet network and tum overto OWNER. Install a new OWNER-fumished managed network switch in PCP -Q. There is an existing mounting shelf for the network switch mounted on the backpanel in the righthand side of the enclosure. Modify the existing shelf and provide removeable side clamps on shelf as required to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter at the shelf/stand and power the receptacle from the load side of the existing UPS in PCP -Q. B. Remove the existing SLC 5/04 PLC. The existing PLC 1/0 wiring shall remain for connection to the new PLC. Provide fiber optic jumper cables in the fiber optic patch panel located next to PCP -Q to maintain communications between existing PLCs still connected to the existing DH+ PLC network. C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. Relocate the existing DC power supply and surge protective device mounted on the backpanel next to the PLC if needed to provide additional space for the new PLC. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware ANI power wiring required for the new PLC installation. o 2. Refer to Section 16990-SCADA System 1/0 Listing for new and 4§ingpcijgnals%luired to interface with the new PLC. C')..t_ —a " -fc, r M M = o� N Section 16940-45 4443.001/17-49 D. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. A high/low turbidity alarm condition for the backwash waste turbidimeter is currently sent to this PLC from the PLC in PCP -N, which is used as an interlock in this PLC to interrupt the filter process if the alarm is active. Modify the logic in this PLC to remove the alarm messaged from PCP -N and all filter process interlocks in this PLC associated with this alarm. The WTP staff determined that this interlock is not required. 3. Modify all existing PLC messaging to use the new SCADA System Ethernet PLC network. 3.14 PCP -R (FILTER NO. 5) CONTROL PANEL MODIFICATIONS A. Install a new OWNER -furnished managed network switch in PCP -R. Provide a mounting shelf/stand inside the enclosure for the network switch and AC/DC power adapter. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter at the shelf/stand and power the receptacle from the load side of the existing UPS in PCP -R. B. Remove the existing SLC 5/04 PLC. The existing PLC 1/0 wiring shall remain for connection to the new PLC. Provide fiber optic jumper cables in the fiber optic patch panel located next to PCP -R to maintain communications between existing PLCs still connected to the existing DH+ PLC network. C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. Relocate the existing DC power supply and surge protective device mounted on the backpanel next to the PLC if needed to provide additional space for the new PLC. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. D. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. A high/low turbidity alarm condition for the backwash waste turbidimeter is currently sent to this PLC from the PLC in PCP -N, which is used as an interlock in this PLC to interrcpt the filter process if the alarm is active. Modify the logic in this PLC to r(Move the alarm messaged from PCP -N and all filter process interlocks in this %P ass2miated with this alarm. The WTP staff determined that this interlock is not requite 3. Modify all existing PLC messaging to use the new SCADA SI terFEthe�rnwt PLC network. :ern M . r: N Section 16940-46 4443.00111739 3.15 PERMANGANATE FEED SYSTEM PLC CONTROL PANEL MODIFICATIONS A. Remove the existing SLC 5/03 PLC. All existing PLC 1/0 wiring inside the panel shall be replaced with longer wiring capable of reaching 1/0 terminals on the new PLC base and expansion 1/0 cards. Existing wiring of adequate length may be reconnected to the new PLC. B. Provide a new MicroLogix 1400 PLC mounted in place of the existing PLC. 1. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. C. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the new MicroLogix 1400 PLC to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program transfer and field testing. Test all existing 1/0 and PLC logic to verify an accurate transfer of the existing PLC logic. 2. Modify the PLC programming as required for RSLogix function blocks used in the existing SLC 5/03 PLC that are not available for use with the new MicroLogix 1400 PLC. 3. The existing permanganate feed pumps are flow paced off of the sand pit or total plant water flows. Modify the existing PLC logic to provide an operator -adjustable flow -pace adjustment factor setpoint (-100% to 100%) for each pump to scale the flow pacing value used to control the pump speeds to match the existing flow pac' adjustment git factor programmed for the lime feed pumps using the following eationlMis new PLC will not be connected to the SCADA VLAN, so these new flow pai igggl ady'AWent factor setpoints shall be adjustable at the local OIP. r- +,&I om Adjusted Pump Flow Pacing Signal = [(AFFP +100) x (FLOWsorIP).0 t� m -0 AFFP = Flow Pace Adjustment Factor (opeAZdWtabI40 FLOW som = Softener 1 Flow (process variable) m D. Remove the existing Allen-Bradley PanelView 600 OIR Existing 120 -volt AC power wiring shall remain for reconnection to the new OIP. Provide a new DIP on the enclosure door and connect the existing OIP power wiring to the new OIP. Provide a 14 -gauge steel adapter plate on the enclosure door with neat, rounded comers and smooth edges painted to match the existing enclosure finish as required to mount the new DIP in the existing enclosure door. If Bid Alternative No. 1 is not selected, turn the removed OIP over to OWNER. E. DIP Programming Modifications: 1. Migrate the existing PanelView 600 HMI application to the new OIP's programming environment to maintain existing functionality. 2. Test all existing OIP functions and displayed information to verify an accurate conversion of the existing HMI application. 3. Incorporate the new flow pace signal adjustment factor setpoints for each pump. 3.16 LCP-A (GENERATOR BUILDING) CONTROL PANEL MODIFICATIONS A. There is an existing managed Ethernet network switch in the fiber optic patch panel enclosure that is connected back to the managed network switch in the WTP Server Room network equipment rack using single -mode fiber optic cable. The Iowa City IT Department will provide single -mode fiber optic SFP ports in the existing network switch and configure Section 16940-47 4443.001/1749 3.17 SCADA VLAN ports to allow a fiber optic self -healing ring to be established between the SCADA network switch in the WTP Server Room and the existing Generator Building network switch. B. Remove the existing SLC 5/04 PLC. All existing PLC 1/0 wiring inside the panel shall be replaced with longer wiring capable of reaching 1/0 terminals on the new PLC base and expansion 1/0 cards. Existing wiring of adequate length may be reconnected to the new PLC. Remove the existing 62.5 um multi -mode fiber optic cable installed from the fiber optic patch panel next to PCP -R (Filter No. 5) in the WTP to the Generator Building fiber optic patch panel, as shown on the Drawings. Turn the removed fiber optic cable over to OWNER. C. Provide a new MicroLogix 1400 PLC mounted in place of the existing PLC. 1. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. D. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the new MicroLogix 1400 PLC to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program transfer and field testing. Test all existing 1/0 and PLC logic to verify an accurate transfer of the existing PLC logic. 2. Modify the PLC programming as required for RSLogix function blocks used in the existing SLC 5/04 PLC that are not available for use with the new MicroLogix 1400 PLC. 3. The existing SLC 5/04 PLC uses a ProSoft card to communicate with the existing generator via serial Modbus RTU protocol through a Johnson Controls Model MMI -402 serial gateway installed in LCP-A to monitor the generator equipment status. Configure the new MicroLogix 1400 PLC to communicate directly with the existing generator via serial Modbus RTU protocol through the existing serial gateway to maintain the existing monitoring functionality. Provide a new serial cable from the new PLC to the existing serial gateway in LCP-A. 4. Modify all existing PLC messaging to use the new SCADA System Ethernet PLC network. LCP-B (JORDAN WELL NO. 1) CONTROL PANEL MODIFICATIONS A. Install a new OWNER -furnished managed network switch in a new CONTRACTOR -provided NEMA 12 enclosure with back panel and filtered -ventilation louvers installed next to LCP-B. Mount the switch enclosure minimum 4 feet above the finished floor. Refer to Detail A on Drawing E1.1 for enclosure mounting. Provide a mounting shelf/stand inside the enclosure for the network switch. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter in the new enclosure and power the receptacle from the load side of the existing UPS in LCP-B. Provide conduit and wiring between the new enclosure and LCP-B as required. c3 � B. Remove the existing SLC 5/04 PLC. All existing PLC 1/0 wiring in th#ane+all be _ replaced with longer wiring capable of reaching 1/0 terminals on a LC JQe and expansion 1/0 cards. Existing wiring of adequate length may be ne&d t f'"%. new PLC. Provide fiber optic jumper cables in the fiber optic p , panel to mta;in t®� communications between existing PLCs still connected to the exisFi SLC ori rn Section 16940-48 4443.001/17-49 C. Provide a new MicroLogix 1400 PLC mounted in place of the existing PLC. 1. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. D. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the new MicroLogix 1400 PLC to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program transfer and field testing. Test all existing 1/0 and PLC logic to verify an accurate transfer of the existing PLC logic. 2. Modify the PLC programming as required for RSLogix function blocks used in the existing SLC 5/04 PLC that are not available for use with the new MicroLogix 1400 PLC. 3. Modify all existing PLC messaging to use the new SCADA System Ethernet PLC network. E. Remove the existing Allen-Bradley PanelView 550 OIP. Remove existing DH+ cabling. Existing 120 -volt AC power wiring shall remain for reconnection to the new OIP. Provide a new OIP on the enclosure door and connect the existing OIP power wiring to the new OIP. Provide a 14 -gauge steel adapter plate on the enclosure door with neat, rounded comers and smooth edges painted to match the existing enclosure finish as required to mount the new OIP in the existing enclosure door. If Bid Alternative No. 1 is not selected, turn the removed OIP over to OWNER. F. OIP Programming Modifications: 1. Migrate the existing PanelView 550 HMI application to the new OIP's programming environment to maintain existing functionality. 2. Test all existing OIP functions and displayed information to verify an accurate conversion of the existing HMI application. 3.18 LCP-C, D, E, AND F (COLLECTOR WELLS NO. 1, 2, 3, AND 4) CONTROL PANEL AND VFD MODIFICATIONS A. The Work described below is typical for each Collector Well. B. Install a new OWNER -furnished managed network switch in a new CONTRACTOR -provided NEMA 12 enclosure with back panel and filtered -ventilation louvers installed next to the LCP. Mount the switch enclosure minimum 4 feet above the finished floor. Refer to Detail A on Drawing E1.1 for enclosure mounting. Provide a mounting shelf/stand inside the enclosure for the network switch. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter in the new enclosure and power the receptacle from the load side of the existing UPS in the LCP. Provide conduit and wiring between the new enclosure and the LCP as required. C. Remove the existing SLC 5/04 PLC and MDS 9710 serial data radio. The elaing PLC 1/0 wiring shall remain for connection to the new PLC. The existing radiower vd;ing, antenna cable, and antenna shall remain for connection to the new Ethernet r Ra,$ove enting DeviceNET wiring installed to the existing pump VFDs. Existing DeEI cableduit shall remain for the installation of new Cat 6 cables to the VFDs. m s M N rn Section 16940-49 "43.001/1749 D. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. Provide a new Ethernet radio mounted in place of the existing radio and reconnect the existing radio power wiring to the new radio. Provide a new flexible antenna jumper cable from the radio to the existing antenna cable surge suppressor. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for existing signals required to interface with the new PLC. E. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. Modify the existing PLC program as required to monitor/control the existing VFDs via Ethernet/IP instead of serial DeviceNET/Modbus to maintain existing functionality. 3. The existing PLC sends/receives information to/from the existing telemetry system master PLC in LCP-M at the Radio Tower, which relays the information back to the PLC in PCP -A in the WTP Server Room. The PLC at the Radio Tower is being removed as part of this project. Modify the PLC program to send/receive all information to/from PCP -A at the WTP via new radios at the Radio Tower (LCP-E and LCP-F) or the WTP (LCP-C and LCP-D) as described in Paragraph 3.01 -General Requirements for the Water Treatment Plant SCADA System Upgrades. F. (Collector Wells No. 1 and 2 Only): Existing Allen-Bradley PowerFlex 400 VFD Modifications 1. Remove the existing DeviceNET communications cards and provide an Allen-Bradley 22 -COMM -E Ethernet/IP communications card in both existing VFDs. Modify the existing VFD programming as required to communicate with the new PLC via Ethernet/IP. 2. Provide Cat 6 cables from the new managed network switch to each VFD in the existing 3/4 -inch conduit previously used for routing the DeviceNET cables. G. Collector Wells No. 3 and 4 Only: Existing Yaskawa P7 VFD Modifications. 1. Provide a Yaskawa Model CM092 Ethernet/IP communication card for both existing VFDs. Modify the existing VFD programming as required to communicate with the new PLC via EtherneUlP. 2. Provide Cat 6 cables from the new managed network switch to each VFD in the existing 3/4 -inch conduit previously used for routing the DeviceNET cables. H. Remove the existing Allen-Bradley PanelView 550 OIR Remove existing DH+ cabling. Existing 120 -volt AC power wiring shall remain for reconnection to the new OIR Provide a new OIP on the enclosure door and connect the existing OF power wiring to the new OIR Provide a 14 -gauge steel adapter plate on the enclosure door with neat, ro t�gded corners and smooth edges painted to match the existing enclosure finish as $quired3o mount the new OIP in the existing enclosure door. If Bid Alternative No. 1 is$eleL,ted, f" the removed OIP over to OWNER. V -r— ..�.. M u� «� N �✓ Section 16940-50 4443.001/17-49 OIP Programming Modifications: 1. Migrate the existing PanelView 550 HMI application to the new OIP's programming environment to maintain existing functionality. 2. Test all existing DIP functions and displayed information to verify an accurate conversion of the existing HMI application. 3.19 LCP-H, J, AND K (SILURIAN WELLS NO. 2, 3, AND 4) CONTROL PANEL MODIFICATIONS A. The Work described below is typical for each Silurian Well. B. Install a new OWNER-fumished managed network switch in a new CONTRACTOR -provided NEMA 12 enclosure with back panel and filtered -ventilation louvers installed next to the LCP. Mount the switch enclosure minimum 4 feet above the finished floor. Refer to Detail A on Drawing E1.1 for enclosure mounting. Provide a mounting shelf/stand inside the enclosure for the network switch. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter in the new enclosure and power the receptacle from the load side of the existing UPS in the LCP. Provide conduit and wiring between the new enclosure and the LCP as required. C. Remove the existing SLC 5/04 PLC and MDS 9710 serial data radio. All existing PLC 1/0 wiring inside the panel shall be replaced with longer wiring capable of reaching 1/0 terminals on the new PLC base and expansion 1/0 cards. Existing wiring of adequate length may be reconnected to the new PLC. The existing radio power wiring, antenna cable, and antenna shall remain for connection to the new Ethernet radio. D. Provide a new MicroLogix 1400 PLC mounted in place of the existing PLC. Provide a new Ethernet radio mounted in place of the existing radio and reconnect the existing radio power wiring to the new radio. Provide a new flexible antenna jumper cable from the radio to the existing antenna cable surge suppressor. 1. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for new and existing signals required to interface with the new PLC. E. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the new MicroLogix 1400 PLC to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program transfer and field testing. Test all existing 1/0 and PLC logic to verify an accurate transfer of the existing PLC logic. 2. Modify the PLC programming as required for RSLogix function blocks used in the existing SLC 5/04 PLC that are not available for use with the new MicroLQgix 1400 PLC. 3. The existing PLC sends/receives information to/from the existing teldNetry system master PLC in LCP-M at the Radio Tower, which relays the infornra�li ion b�k to the PLC in PCP -A in the WTP Server Room. The PLC at the Radio Tow e ei remoo d as part of this project. Modify the PLC program to send/receive y"fortpatio rom PCP -A at the WTP via new radios at the Radio Tower (LCP-J arAKPA) or the WTP (LCP-H) as described in Paragraph 3.01 -General Requirem4s fQ; thMater Treatment Plant SCADA System Upgrades. ,�= =K IV F. Remove the existing Allen-Bradley PanelView 550 OIR Remove existincWH+ cabling. Existing 120 -volt AC power wiring shall remain for reconnection to the new IP. Provide a new DIP on the enclosure door and connect the existing OIP power wiring to the new OIP. Section 16940-51 4443.00111749 Provide a 14 -gauge steel adapter plate on the enclosure door with neat, rounded corners and smooth edges painted to match the existing enclosure finish as required to mount the new OIP in the existing enclosure door. If Bid Alternative No. 1 is not selected, turn the removed OIP over to OWNER. G. OIP Programming Modifications: 1. Migrate the existing PanelView 550 HMI application to the new OIP's programming environment to maintain existing functionality. 2. Test all existing OIP functions and displayed information to verify an accurate conversion of the existing HMI application. 3.20 LCP-L (SAND PIT PUMP STATION) CONTROL PANEL MODIFICATIONS A. Install a new OWNER -furnished managed network switch in a new CONTRACTOR -provided NEMA 12 enclosure with back panel and filtered -ventilation louvers installed next to LCP-L. Mount the switch enclosure minimum 4 feet above the finished floor. Refer to Detail A on Drawing E1.1 for enclosure mounting. Provide a mounting shelf/stand inside the enclosure for the network switch. Provide removeable side clamps on the shelf/stand to hold the network switch in place without blocking cooling -air vents on the switch. Provide a new 120 -volt receptacle for the network switch AC/DC power adapter in the new enclosure and power the receptacle from the load side of the existing UPS in LCP-L. Provide conduit and wiring between the new enclosure and LCP-L as required. B. Remove the existing SLC 5/04 PLC and MDS 9710 serial data radio. The existing PLC 1/0 wiring shall remain for connection to the new PLC. The existing radio power wiring, antenna cable, and antenna shall remain for connection to the new Ethernet radio. Remove existing DeviceNET wiring installed to the existing pump VFDs. Existing DeviceNET cable conduit shall remain for the installation of new Cat 6 cables to the VFDs. C. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. Provide a new Ethernet radio mounted in place of the existing radio and reconnect the existing radio power wiring to the new radio. Provide a new flexible antenna jumper cable from the radio to the existing antenna cable surge suppressor. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for existing signals required to interface with the new PLC. D. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLgogic. 2. Modify the existing PLC program as required to monitor/con" the aristing VFDs via Ethernet/IP instead of DeviceNET to maintain existing functioMri�- 3. The existing PLC sends/receives information to/from the eg Melemelrsystem master PLC in LCP-M at the Radio Tower, which relays the inf tio&aclJfo'fhe PLC in PCP -A in the WTP Server Room. The PLC at the Radio Tis b&ingTp ved as part of this project. Modify the PLC program to send/receive � rrMgion it 21 a new �x e3 tttJJJJ m Section 16940-52 "43.001/17-49 Ethernet radio to/from PCP -A at the WTP as described in Paragraph 3.01 -General Requirements for the Water Treatment Plant SCADA System Upgrades. E. Existing Allen-Bradley PowerFlex 400 VFD Modifications 1. Remove the existing DeviceNET communications card and provide an Allen-Bradley 22 -COMM -E Ethernet/IP communications card in both existing VFDs. Modify the existing VFD programming as required to communicate with the new PLC via Ethemet/IP. 2. Provide Cat 6 cables from the new managed network switch to each VFD in the existing 3/4 -inch conduit previously used for routing the DeviceNET cables. F. Remove the existing Allen-Bradley PanelView 550 OIP. Remove existing DH+ cabling. Existing 120 -volt AC power wiring shall remain for reconnection to the new OIR Provide a new OIP on the enclosure door and connect the existing OIP power wiring to the new OIP. Provide a 14 -gauge steel adapter plate on the enclosure door with neat, rounded comers and smooth edges painted to match the existing enclosure finish as required to mount the new OIP in the existing enclosure door. If Bid Alternative No. 1 is not selected, turn the removed OIP over to OWNER. G. OIP Programming Modifications: 1. Migrate the existing PanelView 550 HMI application to the new OIP's programming environment to maintain existing functionality. 2. Test all existing OIP functions and displayed information to verify an accurate conversion of the existing HMI application. 3.21 LCP-M (RADIO TOWER) CONTROL PANEL MODIFICATIONS A. There is an existing managed Ethernet network switch in the network equipment rack inside the Radio Tower building that is connected back to the Iowa City Data Center using single -mode fiber optic cable. The Iowa City IT Department will configure a SCADA VLAN port on the existing network switch to allow the new Ethernet radio being installed in LCP-M to connect directly back to PCP -A in the WTP Server Room. B. Disconnect power wiring and the antenna cable connected to the existing MDS 9710 serial data radio sitting in the bottom of LCP-M. Provide a temporary DC power supply to power the existing radio as required to maintain radio communications with the remote facilities still communicating via the existing serial data radios until all serial data radios have been replaced with new Ethernet radios. Provide a new Ethernet radio mounted on the backpanel in LCP-M and connect the existing radio's DC power supply wiring to the new radio. 1. Provide a temporary radio migration master station in the network equipment rack in the Radio Tower building. 2. Provide a new antenna cable surge suppressor in LCP-M and ground to the existing ground bar in LCP-M. Connect existing antenna cable in LCP-M from the antenna to the new surge suppressor. Provide a temporary low -loss antenna cable &$m the radio migration master station to the new antenna surge suppressor ins�P-M'-Mr copppp��ction to the existing antenna on the antenna tower. Field verify all red tenn31able connectors. 3. Provide a temporary low -loss antenna cable from the migrations te;EAtatioro the existing MDS 9710 serial data radio in LCP-M. _<m -D m 4. Provide a temporary low -loss antenna cable from the migrationMter:tatico the new Ethernet radio in LCP-M. Provide a temporary Cat 6 cable frC�a Mio migration Na ON Section 16940-53 4443.00111749 3.22 3.23 master station to the new SCADA VLAN port configured on the existing network switch in the network equipment rack. 5. Configure the temporary radio migration master station to allow the existing serial data radio and new Ethernet radio both installed in LCP-M to communicate using the existing antenna on the antenna tower. C. After all remote facilities are communicating via the SCADA System Ethernet PLC network via fiber optic cable, Cat 6 cable, or Ethernet radio, remove the temporary migration master station, the existing MDS 9710 serial data radio, and the existing SLC 5/03 PLC mounted in LCP-M. Remove all temporary wiring, antenna cables, conduit, and all existing wiring connected to the PLC being removed. Connect the new Ethernet radio in LCP-M to the existing antenna cable via the new antenna cable surge suppressor in LCP-M. 1. If Bid Alternative No. 1 is not selected, tum the existing PLC and serial data radio over to OWNER. 2. If Bid Alternative No. 2 is not selected, turn the temporary migration master station over to OWNER. LCP-P (BLOOMINGTON GROUND STORAGE RESERVOIR) CONTROL PANEL MODIFICATIONS A. As part of a recent upgrade project at this facility, the existing SLC 5/04 PLC at this facility was recently replaced with a CompactLogix PLC that communicates via DH+ back to the existing Contrologix PLC mounted on the wall in the WTP Server Room. 1. The fiber optic cable from this reservoir is connected to a DH+ media converter installed on the back side of the network equipment rack in the WTP Server Room. A copper DH+ cable from the media converter is then connected to the Contrologix PLC mounted on the wall in the WTP Server Room. 2. There is an existing managed Ethernet network switch in the existing network equipment rack at this facility that is connected back to the Iowa City Data Center using single -mode fiber optic cable. The Iowa City IT Department will configure a SCADA VLAN port on the existing network switch to allow the PLC-, VFD-, and OIP-connected network switch, which was installed as part of the recent upgrade project at this facility, to connect directly back to PCP -A in the WTP Server Room via the SCADA System Ethernet PLC network. 3. Provide a Cat 6 cable in 3/4 -inch conduit from the recently installed PLC-, VFD-, and OIP-connected network switch to the new SCADA VLAN port configured on the existing managed network switch. 4. Remove the existing DH+ communication cabling and communication cards at this station and the WTP. Tum cards over to OWNER if Bid Alternative No. 1 is not selected. B. PLC Programming Modifications: 1. The existing PLC sends/receives information to/from PCP -A in the WTP Server Room via DH+ protocol. Modify the PLC program to send/receive all information to/from PCP -A at the WTP via the new SCADA System Ethernet PLC network. 2. Test all data transfers to/from PCP -A at the WTP to confirm proper convIrion from DH* to Ethernet messaging. d LCP-Q, R, AND S (EMERALD, ROCHESTER, AND SYCAMORE U d�D S26gE; RESERVOIRS) CONTROL PANEL MODIFICATIONS n -t — --41 G (� : A. The Work described below is typical for the Emerald, Rochester, �pye&morouncj storage reservoirs. (:D6 V3 Section 16940-54 4443.001/1749 B. There is an existing managed Ethernet network switch in the existing network equipment rack at this facility that is connected back to the Iowa City Data Center using single -mode fiber optic cable. The Iowa City IT Department will configure multiple SCADA VLAN ports on the existing network switch to allow the new OF and new PLC to connect to the SCADA Ethernet PLC network so the new PLC can connect directly back to PCP -A in the WTP Server Room. C. Remove the existing SLC 5/03 PLC and MDS 9710 serial data radio. The existing PLC 1/0 wiring shall remain for connection to the new PLC. Remove the existing radio power and communication wiring, DH+ cabling, antenna cable, and antenna. Plug exterior wall penetrations watertight with non -shrink grout and paint to match the existing wall finish. D. Provide a new CompactLogix PLC mounted in place of the existing PLC so that all existing PLC 1/0 wiring can be terminated on the new PLC 1/0 cards. 1. Provide new 1/0 wiring inside the control panel as required to replace any existing wiring that will not reach the new 1/0 cards. Provide all mounting hardware and power wiring required for the new PLC installation. 2. Refer to Section 16990-SCADA System 1/0 Listing for existing signals required to interface with the new PLC. E. PLC Programming Modifications: 1. Migrate the existing SLC 500 PLC program to the CompactLogix programming environment to maintain existing functionality. Remove all unused PLC logic encountered during the PLC program update and field testing. Test all new and existing 1/0 and PLC logic to verify an accurate conversion of the existing PLC logic. 2. The existing PLC sends/receives information to/from the existing telemetry system master PLC in LCP-M at the Radio Tower, which relays the information back to the PLC in PCP -A in the WTP Server Room. The PLC at the Radio Tower is being removed as part of this project. Modify the PLC program to send/receive all information directly to/from PCP -A at the WTP via the SCADA System Ethernet PLC network. 3. ROCHESTER GSR ONLY: Use the existing kW monitored by this PLC for each of the two booster pump VFDs and the existing booster pump flow being monitored by this PLC to calculate totalized kWH and instantaneous gpm/kW data for each pump to match the existing booster pump efficiency calculations in the PLC in LCP-Q at the Emerald Ground Storage Reservoir. F. Remove the existing Allen-Bradley PanelView 550 OIR Remove existing DH+ cabling. Existing 120 -volt AC power wiring shall remain for reconnection to the new OIP. Provide a new OIP on the enclosure door and connect the existing OIP power wiring to the new OIR Provide a 14 -gauge steel adapter plate on the enclosure door with neat, rounded comers and smooth edges painted to match the existing enclosure finish as required to mount the new OIP in the existing enclosure door. If Bid Alternative No. 1 is not selected, turn the removed OIP over to OWNER. G. OIP Programming Modifications: 1. Migrate the existing PanelView 550 HMI application to the nevoKW srprogrm"Pning environment to maintain existing functionality. 2. Test all existing OF functions and displayed information to verify ar rate con ion Ru of the existing HMI application. � s y" N Section 16940-55 4443.001/17-49 3.24 MODIFICATIONS TO THE EXISTING SCADA SYSTEM HMI SOFTWARE A. The existing SCADA HMI was originally developed by US Filter. The current SCADA HMI software is GE iFIX version 5.5 and is being upgraded to version 5.8R2, as specified in paragraph 2.01 - SCADA System Computers and Software. B. The existing SCADA HMI application includes information for decommissioned equipment and equipment that was never installed, and requires several improvements related to decluttering the process graphics and removing unnecessary color graphics. Several other features of the application require improvements including fail -over 1/0 driver communications and a consistent means of navigation between HMI screens. Provide the following detailed HMI screen and HMI configuration improvements: 1. General Improvements: a. Remove all "US Filter" and associated branding from all HMI screens. b. Remove any unused HMI screens from the iFIX application. c. Migrate the existing Microsoft Access reporting database files to the new HMI computers. Update the database file path programmed into the HMI navigation banner button that currently opens the database, if needed. d. Remove all environmental backgrounds (grass, sky, brick, building construction, etc.) and provide a blank gray background to match the 'Telemetry" screen for all screens, including popups. e. Change screen titles text color from red to black. f. Change all non -alarm red text on all screens, including popups, to black text. g. Change all analog process value displays that currently use a teal background and black text to use a black background and white text with size 12 font. h. Change the "Off -Line" status tags that currently use a yellow background and black text to use a white background with black text. i. Change the color of the water flow direction -indicating arrows from teal to black and reduce the arrows to 50% of their current size. j. Change the color of the arrows used to indicate which part of a process pipe a process value display is associated with from blue to black. k. Remove the 'Trend" button from each process screen. The Historian Client trend application shall be accessed with the "Trend" button on the navigation banner. I. Create a new Plant Process Overview screen showing all major process equipment and flows. Clicking on a process equipment area shall open the associated detailed process screen. m. Update the existing 'PLC Clock Reset' popup for the new global PLC clock control setpoints specified herein. n. Update the HMI tag scaled maximum value for Finished Turbidity and Plant Flow from 1 NTU and 16 MGD to 5 NTU and 20 MGD respectively. o. Navigation Header: (1) Update the trend button to open the new Historian Client application. (2) Remove the US Filter logo and move the Ground, Surface, and Total flow process value displays to the larger banner space currentlyIto cupied by the US Filter logo and time/date display. Move the time/datgdispl the existing flow process value displays location. Also add the chl6rreuales for contact tanks No. 1 and No. 2, and the lime feed syst vvRo threader space. Change the process value display text color to black. — (3) Remove the forward and backward navigation arrowai d ssccreeri play. Provide three drop-down selection menus; one with` lC c�ns o plant process screens, one with selections for remote facilit re cre6, and one with selections for system screens (e.g., Telertry, P;51nt Network, 1i Section 16940-56 4443.001/17-49 Generator, etc.). Clicking on a screen name when the menu is expanded shall navigate to that screen. (4) Move the "Ack All Alarms" button from the header down to the alarm banner at the bottom of the HMI screens next to the "Zoom" buttons. (5) Modify the Overview button to open the new plant overview screen. p. Update the "About" popup with updated emergency contact information. q. Remove the HMI tag name from being displayed in the alarm log to improve readability. 2. Provide the following screen -specific improvements for each existing SCADA HMI screen: a. Raw Water and Aeration: Use the new process value display scheme (black background and white text) for the "Aeration Loading" information (Max Loading and Current Loading). b. Softener and Recarbonation: Remove the Soda Ash Feed system arrows and text shown entering each softener (below Polymer arrows). c. Filters Overview: (1) Change all red text to black text. (2) Extend the filter readings box to include the "Filter # Reading" text, which is currently difficult to read against the background. (3) Remove all references to Filter No. 6, which is not in service. (a) Remove the Filter No. 6 readings box and associated "Off -Line" process value displays. (b) Remove the "#6" button from the "Filter Select" array. (4) On the backwash sequence control screen, provide a "marching light" next to each step that dynamically indicates which step is active. d. CT/GSR/Clearwell Overview: Remove all references to the decommissioned Ammonia Feed system and associated process value displays. e. Generator: (1) Removal of environmental graphics shall include the building walls. (2) Organize the Generator Status and Transfer Switch Status boxes to match the same size and structure. (3) Remove "kVAR" from the "Power Factor" value display. Power factor does not have a unit. f. ATS Screen: (1) Provide frames with black background and white text for the floating "Available," "Close," and "Open" text. Change the "Close" text currently used to indicate each switch as closed to "Closed." (2) Change the generator symbol to the same generator graphic used on the Generator screen. g. Telemetry: (1) Update this screen based on the modifications made to the radio telemetry system as specified herein. (2) Change all red text to black text. h. Plant Network: (1) Update this screen based on the modifications made to the VW PLC network and the PLC upgrades as specified herein. (2) Provide indication of new PLC communication failure (3) Remove all references and value displayed associat h om m ioned PCP -J. c?-'< -- (4) Provide a second plant network screen showing ��h PCP LCP connected to the fiber-optic Ethernet network ring. ThL_P_ Ps3jnd fiAr interconnections shall be represented and the PCPs Fohal ally ..a Section 16940-57 4443.00111749 be green in color and animate to a red color when a communication failure alarm for that control panel is active. L Maintenance: Remove this screen entirely. j. PLC Reference: (1) Update this screen to remove all references to PCP -J, the Ammonia Feed system, and the Soda Ash Feed system. (2) Remove the filter V6" references under PCP -R. k. Hydraulic Profile: (1) Change the red text to bold black text. (2) Invert the sludge lagoon trapezoids so the wider edge is on top. I. Plant Automatic Control: Remove this screen entirely and the associated HMI tags. m. Liquid Coagulant System: Incorporate liquid coagulant pump flow pacing signal adjustment factor setpoints into the pump control popup. n. Lime Feed System: (1) Remove the red flashing box that appears around the lime slaker tank when the tank weight exceeds 3500 pounds and the associated PLC logic, which causes an error when the tank weight alarm setpoint is changed to a value above 3500 pounds. (2) Add the indication of the slaker High Temperature and High Residual Weight alarms as specified herein under paragraph 3.06 -PCP -H (Lime Feed System No. 2) Control Panel Modifications and 3.08 -PCP -K (Lime Feed System No. 1) Control Panel Modifications. (3) Include daily totalizers for peristaltic pump revolutions on each pump's associated popup. (4) Organize and label lime feed pump discharge process value displays for feed rate (GAL/MIN) and concentration (MG/L). (5) Fix the Feedrate Calculations popup button that does not currently open the popup. o. Soda Ash System: Remove this screen entirely and the associated HMI tags. p. Fluoride System: (1) Add a fluoride day tank level process value display to this screen including indication of the new low level alarm being programmed into the PCP -G PLC. (2) Incorporate fluoride pump flow pacing signal adjustment factor setpoints into the pump control popup. q. Ammonia Feed System: Remove this screen entirely and the associated HMI tags. r. Potassium Permanganate System: Remove the text reading "overflow" between the batch tank and day tank. s. Screens for the Wells and Sand Pit Pump Station: (1) Removal of environmental graphics shall include the building wall texture. (2) Correct the modulating valve symbol on the Silurian Well 2 screen that is placed behind the piping graphic. t. Bloomington St Booster Station: Change the screen title to "Bloomington Ground Storage Reservoir." u. Emerald: Change the screen title to "Emerald Ground Storage Reservoir." v. Sycamore: Change the screen title to "Sycamore Ground Storage Reservoir." w. Rochester: o (1) Change the screen title to "Rochester Ground Storage �qserv" (2) Include new pump efficiency (gpm/kW) value displays baon w PMnogic to match efficiency information displayed on the "Em2� ', BoosterPtion screen. -� o [— x. Equipment Runtime Summary: <r (n (1) Change all red text to black text. Q 7 Section 16940-58 -' 4443.001/1749 (2) Create a second "Chemical Feed Runtime Summary' screen for the chemical feed system runtimes. (3) Reorganize all runtime displays to align vertically and horizontally, and to fit 611 runtime value displays in the viewing space to eliminate the, reen sliders. y. Chemical Summary 1 and 2: Remove these screens entbly arVF associated HMI tags. C� ` -n z. Chart Builder: Remove this screen entirely. aa. Plant Summary: (1) Change all red text to black text. --+C_j (2) Add display for the new daily a previous day's total flowta tc4the ERtflows based on new PLC programming being provided ander paragraph 3.01, N. y, bb. Blank Trend Screen: Remove this screen entirely. Nj cc. New Particle Counter Screen: Provide a dedicated screen, or multiple screens as needed, to display the live particle counter data from each of the existing 8 Hach particle counters as well as the daily totalized values. C. Multi -Screen Setup: 1. The existing SCADA HMI computers in the WTP Control Room use a single monitor. The new Iowa City IT Department -furnished SCADA Computers will be provided with two local monitors. The left -side monitor will continue to be used for the iFIX HMI application and the second monitor will be used to view trends and complete other tasks. 2. SCADA HMI computer WAT-Control-1 in the Control Room will also be connected to a third (large -screen) monitor mounted on the north wall of the Control Room, where shown on the Drawings. 3. Modify the existing HMI programming to allow any of the main process and configuration screens (not popups) to be opened on the large screen monitor separate from the HMI screen and trend being viewed on the two local monitors. 4. The operator shall be able to toggle a bit using a button located on the HMI screen header that, when set, opens the next main process or configuration screen that is selected to be opened on the wall -mounted, large -screen monitor. When this bit is set, indication shall be provided near the navigation menu on the header that the next screen opened will be opened on the large -screen monitor. After a screen is selected to be opened on the large screen monitor, this bit shall be reset. The button used to toggle this bit shall only be visible on the SCADA HMI computer connected to the large -screen monitor. 5. Provide an extra header with only the associated process value displays (no navigation buttons/menus) and an extra alarm footer for display on the wall -mounted, large -screen monitor. When the application is opened and a user logs in, the new header, alarm footer and, plant overview screen shall be displayed on the large -screen monitor by default. D. SCADA HMI Setup Modifications: 1. The two main HMI computers (WAT-Control-1 and WAT-Control-2) shall be set up as the two HMI -to -PLC 1/0 communication nodes. Provide hot -backup scripting to automatically transfer 1/0 communications the primary 1/0 node to the secondary 1/0 node if the primary 1/0 node loses communication with the PLCs for over 30 seconds. a. WAT-Control-2 shall be set as the primary I/O node. b. The active 1/0 node hostname shall be displayed on the SCADA HMI header. c. An alarm shall be activated at the SCADA HMI when the primary 1/0 node fails. 2. Install the Proficy Historian Analysis trending application and link to the new Historian database to displaying trending information. The Iowa City IT Department will provide two local monitors for WAT-Control-1 and WAT-Control-2 for displaying trends so the Section 16940-59 4443.001/17-49 trends do not cover the process graphics. WAT-Control-1 will also be connected to a third wall -mounted monitor for independently displaying process screens. 3. In addition to the enhancement hours specified herein, CONTRACTOR shall provide an allowance of 60 hours for SCADA HMI setup modifications including HMI configuration and scripting. This 60 hours assumes 3 trips to the site and shall include all travel and lodging expenses. END OF SECTION Section 16940-60 4443.001/1749 N O A _O J =4 r� rTj -V 4 NJ pM V Section 16940-60 4443.001/1749 SECTION 16941 CONTROLS AND INSTRUMENTATION DRAWINGS PART 1 -GENERAL 1.01 SUMMARY A. Work Included: Applicable provisions of Division 1 shall govern work in this section. 1.02 SUBMITTALS A. Submit drawings in accordance with provisions of Section 01300—Submittals. 1.03 COORDINATION A. The requirements set forth in this section are intended to apply to the drawings provided as specified in Section 16480—Motor Control, and Section 16940—Controls and Instrumentation. A. All drawings shall have the following information: 1. Project information, including name of OWNER and specific project name. 2. Drawing title, accurately representing what is on the drawing. 3. Unique drawing identifier, consisting of a unique drawing number or drawing number with individual sheet number. If sheet numbers are used, total number of sheets must be identified on each sheet. 4. System Supplier company name, address, and phone number. 5. Original design information, including person responsible for design, date of original design, person responsible for checking of design, and date of design check. 6. Revision block indicating revision number, date, description of revision, and person responsible for revision. B. All drawings shall have line numbers that can be uniquely referenced from other drawings. C. All drawings showing wiring shall include unique wire numbers assigned to wiring that is installed between devices in the panel. The wire number shall be shown on the drawings. D. All drawings showing relays shall include reference to the drawings where the relay contacts are shown. Spare relay contacts that are not used shall be identified. Section 16941-1 4443.001117-49 rV PART 2 -PRODUCTS E5 NOT APPLICABLE o r IC �nm PART 3 -EXECUTION �? N' 3.01 GENERAL REQUIREMENTS .. 1 J A. All drawings shall have the following information: 1. Project information, including name of OWNER and specific project name. 2. Drawing title, accurately representing what is on the drawing. 3. Unique drawing identifier, consisting of a unique drawing number or drawing number with individual sheet number. If sheet numbers are used, total number of sheets must be identified on each sheet. 4. System Supplier company name, address, and phone number. 5. Original design information, including person responsible for design, date of original design, person responsible for checking of design, and date of design check. 6. Revision block indicating revision number, date, description of revision, and person responsible for revision. B. All drawings shall have line numbers that can be uniquely referenced from other drawings. C. All drawings showing wiring shall include unique wire numbers assigned to wiring that is installed between devices in the panel. The wire number shall be shown on the drawings. D. All drawings showing relays shall include reference to the drawings where the relay contacts are shown. Spare relay contacts that are not used shall be identified. Section 16941-1 4443.001117-49 3.02 DRAWINGS REQUIRED A. Index of Drawings: Index of Drawings shall list drawing number, sheet number (if applicable), and drawing title for each drawing in drawing package. B. Symbol Sheet: Symbol Sheet shall include: 1. Explanation of all symbols used on the drawings, including, but not limited to, normally open/normally closed contacts, flow switches, limit switches, pressure switches, selector switches, pushbuttons, timers, control relays, solenoids, fuses, circuit breakers, terminal blocks, and contactors. Symbol sheet does not need to be specific to project, but must contain explanation of all symbols used on the drawings (i.e., special symbols used for a particular project must be added to standard symbol sheets). 2. List of abbreviations used on the drawings. 3. Explanation of continuation method for circuits that cannot be shown on a single sheet. C. Exterior Enclosure Layout Drawing: Exterior layout drawing shall show location of all externally -mounted equipment. Exterior layout drawing shall include: 1. Enclosure dimensions, enclosure NEMA rating (i.e., NEMA 1, NEMA 4X stainless steel, NEMA4X nonmetallic, etc.), and enclosure color or finish. 2. Location and actual depiction of panel latches, hinges, mounting holes and lifting eyes. 3. Location and accurate representation of equipment mounted on enclosure (i.e., switches should look like actual switches being installed; indicating lights should look like actual lights being installed). 4. Equipment nameplate location. 5. Description for each piece of equipment or unique identifier and parts list, or bill of materials. 6. Nameplate list including nameplate wording, size, construction (i.e., lamicoid with Black background and White letters), and mounting method (i.e., stainless steel screws). Label size must include size in inches or reference to standard sizes included on symbol sheet, or elsewhere in drawing package. 7. Identification of area reserved for equipment located inside enclosure, but not actually mounted on enclosure back panel, such as UPSs, fiber optic patch panels, and lighting packages. D. Interior Enclosure Layout Drawing: Interior layout drawing shall show location of all internally -mounted equipment. Interior layout drawing shall include: 1. Back panel dimensions and finish. 2. Location and accurate representation of equipment (i.e., terminal blocks should look like actual terminal blocks; receptacle should look like actual receptacle, etc.). 3. Dimensions of internally -mounted equipment are not necessary, but equipment should be drawn to scale such that an accurate representation of the way equipment will be mounted is shown on the drawing. 4. Description for each piece of equipment or unique identifier and parts list, or bill of materials. E. Interconnection Diagram, Network Diagram or Block Diagram: IntqEponne=on Diagram, Network Diagram or Block Diagram shall show all cabling between s O c oponIT and identify any station addressing or node numbers that are assigned tt$lipifient. bles shall be identified by cable type, including specific manufacturer an odaparteMber. Party responsible for furnishing and installing cable shall also be inckpd. $ane TWples of cables that must be shown are: Q ra z 1. Antenna cables. �x N 3Y N Section 16941-2 4443.00111749 2. Communications cables between system components (fiber and/or copper). This includes fiber optic jumpers between fiber patch panels and equipment, and Ethernet patch cables between switches and devices. 3. Communications cables (fiber and/or copper) between PLCs, controllers, and operator interface equipment that are not shown on the elementary schematics. 4. Network switch and patch panel port connections. F. Elementary Schematic: Elementary schematics shall be developed for the supplied equipment and shall include: 1. Documentation of PLC or controller inputs and outputs. 2. Documentation of all circuit breaker ratings, fuse sizes, control power transformer VA ratings, dip switch settings, etc. G. Wiring Diagram: Wiring diagrams shall show all terminations for all cables external to the enclosure. Terminations may be shown on the elementary schematics as long as the termination information is concise and easily understood by the personnel installing the field wiring. Termination information shall be shown for all devices, including devices that are not part of System Supplier's scope of supply. A box with two dots or continuation arrows indicating continuation to a piece of equipment are not acceptable. H. Calculations Summary: Calculations summary shall include calculations performed to: 1. Determine size of UPS. 2. Determine control power transformer sizing. Control power transformer sizing calculations may be generic based on typical circuits. Functional Testing Recommendations: Testing recommendations shall include description of functional tests that must be performed by operators. Functional test description shall be included for UPS, indicating lights, and other devices whose condition can only be determined by testing. 3.03 SAMPLE DRAWINGS A. Sample drawings showing an acceptable format are included in the appendix. The samples included in the appendix do not represent the only acceptable method of showing the required information. END OF SECTION Section 16941-3 4443.001117-49 s D� ice- p -1 �� m rn -A C3= = N a w a SECTION 16951 SPARE PARTS PART 1—GENERAL 1.01 SUMMARY A. Work Included: Spare parts for applicable sections of Division 16 as noted below. B. Related Sections and Divisions: Applicable provisions of Division 1 shall govern work in this section. 1.02 QUALITY ASSURANCE A. UL Labels: All electrical equipment and material shall be listed and labeled by Underwriters Laboratories, except where UL does not include the equipment in their listing procedures. B. NEMA/ANSI Compliance: Comply with National Electrical Manufacturer's Association, American National Standards Institute, and other standards pertaining to material, construction, and testing where applicable. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. All electrical equipment and material shall be received and stored with the factory winter -proof wrapping intact. Provide factory -wrapped waterproof flexible barrier metal for factory packaging of equipment and material to protect against physical damage in transit. When applicable, equipment stored shall be in factory coverings in a clean, dry, indoor space which provides protection against the weather. B. All spare parts shall be suitably boxed or wrapped to prevent deterioration and shall be completely identified on the outside. PART 2—PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Spare parts specified herein shall be provided by the same manufacturer as the equipment provided on the project. 2.02 CONTROLS AND INSTRUMENTATION A. The following shall be furnished. 1. One radio. 2. One PLC processor for each type provided. 3. One input/output card for each type provided. Section 16951-1 4443.001/1749 C) ro— C-)� - r �� rn 1> N PART 3—EXECUTION NOT APPLICABLE END OF SECTION Section 16951-2 4443.001/17-49 N _O =cm D N ..1 SCADA SYSTEM IIO LISTING N r �m s rn o � 1 N -.J Section 16990-1 4443.001/17-49 STRAND ASSOCIATES, INC. FILED 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-A: GENERATOR BUILDING 2011 JUL 10 pmp 1112: 21 LCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE CITYlimona�tiIT [THIS LINE INTENTIONALLY LEFT BLANK] A CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL POWER RELAY IN THIS CONTROL PANEL A AUTOMATIC TRANSFER SWITCH A IN NORMAL POSITION 1 0 0 0 2-#14 FROM AUTOMATIC TRANSFER SWITCH A IN EMERGENCY POSITION 1 0 0 0 2-#14 FROM AUTOMATIC TRANSFER SWITCH A NORMAL SOURCE AVAILABLE 1 0 0 0 2-#14 FROM AUTOMATIC TRANSFER SWITCH A EMERGENCY SOURCE AVAILABLE 1 0 0 0 2-#14 FROM AUTOMATIC TRANSFER SWITCH A BATTERY CHARGER FAIL 1 0 0 0 2-#14 FROM AUTOMATIC TRANSFER SWITCH A MANUAL TRANSFER SWITCH A SWITCH CLOSED 1 0 0 0 FROM MANUAL TRANSFER SWICH A NORMAL SOURCE AVAILABLE 1 0 0 0 2-#14 FROM MANUAL TRANSFER SWICH A DAY TANK LEAK DETECTED 1 0 0 0 2-#14 A DAY TANK LOW LEVEL ALARM 1 0 0 0 2-#14 A DAY TANK CRITICAL HIGH LEVEL ALARM 1 0 0 0 2-#14 A DAY TANK HIGH LEVEL ALARM 1 0 0 0 2-#14 A DAY TANK FUEL LEVEL 0 0 1 0 SH. PR. A FUEL TANK LEVEL 0 0 1 0 SH. PR. A FUEL TANK LEAK 1 0 0 0 2414 A POWER MONITOR A KVAR 0 0 1 0 SH. PR. FROM POWER MONITOR A POWER FACTOR 0 0 1 0 SH. PR. FROM POWER MONITOR A KW 0 0 1 0 SH. PR. FROM POWER MONITOR A KWH 0 0 1 0 SH. PR. FROM POWER MONITOR A AMPS PHASE A 0 0 1 0 SH. PR. FROM POWER MONITOR A AMPS PHASE B 0 0 1 0 SH. PR. FROM POWER MONITOR A AMPS PHASE C0 0 1 0 SH. PR. FROM POWER MONITOR A VOLTS PHASE A 0 0 E 1 0 SH. PR. FROM POWER MONITOR A VOLTS PHASE B 0 0 1 0 SH. PR. FROM POWER MONITOR A VOLTS PHASE C 0 0 1 1 0 SH. PR. FROM POWER MONITOR NEW SIGNALS A REPLACE UPS BATTERY 1 0 0 0 2414 FROM NEW UPS IN THIS CONTROL PANEL "`TOTALS`"` 1 14 1 0 12 0 Section 16990-1 4443.001/17-49 Section 16990-2 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPPRADES n CONTRACT 17-49 D CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-B: JORDAN WELL NO. 1 1017 JUL 10 PM LCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE ENTS My rl±uk [THIS LINE INTENTIONALLY LEFT BLANK] IUVYA Elf 4 IOWA B CONTROL POWER FAIL 1 0 0 0 2^#14 FROM CONTROL POWER RELAYIN THIS CONTROL PANEL B ALARM SILENCE 1 0 0 0 2-#14 FROM ALARM SILENCE PUSHBUTTON B ALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN B LAMP TEST 1 0 0 0 2-#14 FROM LAMP TEST PUSHBUTTON B PRELUBE WATER SOLENOID VALVE B OPENED 1 0 0 0 2-#14 FROM SOLENOID VALVE B OPENED PILOT LIGHT 0 1 0 0 2^#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL B IN HAND 1 0 0 0 2-#14 FROM H -O -A SWITCH ON THIS CONTROL PANEL B IN AUTO 1 0 0 0 2-#14 FROM H -O -A SWITCH ON THIS CONTROL PANEL B REQUIRED 0 1 0 0 2-#14 TO SOLENOID VALVE B PUMP B RUNNING 1 0 0 0 2-#14 B RUNNING PILOT LIGHT 0 1 0 0 2-#14 TO RUNNING PILOT LIGHT ON THIS CONTROL PANEL B FAIL PILOT LIGHT 0 1 0 0 2-#14 TO FAIL PILOT LIGHT ON THIS CONTROL PANEL B RESET 1 0 0 0 2-#14 FROM PUMP RESET PUSHBUTTON B IN HAND 1 0 0 0 2-#14 B IN AUTO 1 0 0 0 2-#14 B START/STOP 0 1 0 0 2-#14 B START/STOP PILOT LIGHT 0 1 0 0 2-#14 TO START PILOT LIGHT ON THIS CONTROL PANEL B MODULATING VALVE B OPENED PILOT LIGHT 0 1 0 0 2-#14 FROM VALVE ACTUATOR B CLOSED PILOT LIGHT 0 1 0 0 2-#14 TO CLOSED PILOT LIGHT ON THIS CONTROL PANEL B CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR B IN OPEN 1 0 0 0 2-#14 FROM O -S -G -A SWITCH ON VALVE ACTUATOR B IN STOP 1 0 0 0 2-#14 FROM O -S -C -A SWITCH ON VALVE ACTUATOR B IN CLOSE 1 0 0 0 2-#14 FROM O -S -C -A SWITCH ON VALVE ACTUATOR B IN AUTO 1 0 0 0 2-#14 FROM O -S -C -A SWITCH ON VALVE ACTUATOR B POSITION COMMAND 0 0 0 1 SH. PR. TO VALVE ACTUATOR B POSITION FEEDBACK 0 0 1 0 SH. PR. FROM VALVE ACTUATOR B POSITION FEEDBACK DISPLAY 0 0 0 1 SH. PR. TO DISPLAY ON THIS CONTROL PANEL B DOOR OPEN 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM B SMOKE/HEAT ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM B FLOOR WATER ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM B SECURITY SYSTEM ARMED 1 0 0 0 2^#14 FROM SECURITY ALARM SYSTEM BSECURITY SYSTEM FAIL 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM B DISCHARGE FLOW FIT -606 0 21 0 SH. PR. B TOTALIZER COUNTER OUTPUT 0 1 0 0 2^#14 TO TOTALIZER IN THIS CONTROL PANEL Section 16990-2 4443.001/17-49 Section 16990-3 4443.001/17-49 STRAND ASSOCIATES, INC. FILED 2017 WATER TREATMENT PLANT SCADA UPPRADES CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-B: JORDAN WELL NO. 1 1017 JUL 10 PM 12: 27 LCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE Cl Mg [THIS LINE INTENTIONALLY LEFT BLANK] lwwlm U, I V, luivA B WELL LEVEL I LT636 1 0 1 0 1 1 1 0 1 SH. PR. I FROM LEVEL TRANSMITTER B ROOM TEMPERATURE 0 1 0 1 1 1 0 1 SH. PR. IFROM ROOM THERMOSTAT NEW SIGNALS B REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL "'TOTALS- 21 10 1 4 1 2 Section 16990-3 4443.001/17-49 Section 16990-4 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-C: COLLECTOR WELL NO. 1 1017 JUL 10 PM 1 LCP EQU I PM ENT NAM E NUMBER DI DO Al AO WIRE C" [THIS LINE INTENTIONALLY LEFT BLANK] IUVVA Lj I Y. IOWA C CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL POWER RELAY INT I C NTROL PANEL C ALARM SILENCE 1 0 0 0 2-#14 FROM ALARM SILENCE PUSHBUTTON C ALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN C LAMP TEST 1 0 0 0 2-#14 FROM LAMP TEST PUSHBUTTON C PRELUBE WATER SOLENOID VALVE NO. 1 C OPENED 1 0 0 0 2-#14 FROM SOLENOID VALVE C OPENED PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL C IN HAND 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL C IN AUTO 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL C REQUIRED 0 1 0 0 2-#14 TO SOLENOID VALVE C PRELUBE WATER SOLENOID VALVE NO.2 3 2 0 0 SAME AS PRELUBE WATER SOLENOID VALVE NO. 1 C DOOR OPEN 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM C SMOKEIHEAT ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM C FLOOR WATER ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM C SECURITY SYSTEM ARMED 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM C SECURITY SYSTEM FAIL 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM C DISCHARGE FLOW 1 0 1 0 1 0 SH. PR. FROM FLOW TRANSMITTER C TOTALIZER COUNTER OUTPUT 0 1 0 0 2-#14 TO TOTALIZER IN THIS CONTROL PANEL C WELL LEVEL il 0 1 0 1 0 SH. PR. I FROM LEVEL TRANSMITTER C ROOM TEMPERATURE 1 0 1 0 1 1 0 1 SH. PR. IFROM ROOM THERMOSTAT NEW SIGNALS C COMMUNICATION FAILURE 0 1 0 0 2-#14 TO INDICATING LIGHT ON LCP DOOR C REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL ""TOTALS- 15 7 3 0 Section 16990-4 4443.001/17-49 Section 16990-5 4443.001/1749 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADESFILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-D: COLLECTOR WELL NO. 2 20+7 JUL' LCP EQUIPMENT NAME NUMBER I DI I DO I Al I AO I WIRE C.T)�-et S [THIS LINE INTENTIONALLY LEFT BLANK] , D CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL POWER R IS CONTROL PANEL D ALARM SILENCE 1 0 0 0 2-#14 FROM ALARM SILENCE PUSHBUTTON D ALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN D LAMP TEST 1 0 0 0 2-#14 FROM LAMP TEST PUSHBUTTON D PRELUBE WATER SOLENOID VALVE NO. 1 D OPENED 1 0 0 0 2-#14 FROM SOLENOID VALVE D OPENED PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL D IN HAND 1 1 0 0 0 1 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL D IN AUTO 1 0 0 0 2-1"4 FROM H-O-A SWITCH ON THIS CONTROL PANEL D REQUIRED 0 1 0 0 2-#14 TO SOLENOID VALVE D PRELUBE WATER SOLENOID VALVE NO. 2 3 2 0 0 SAME AS PRELUBE WATER SOLENOID VALVE NO. 1 D COMPRESSOR D RUNNING 1 0 0 0 2-#14 D IN AUTO 1 0 0 0 2-#14 D FAIL 1 0 0 0 2-#14 D BF VALVE OPENED 1 0 0 0 2-#14 D BF VALVE CLOSED 1 0 0 0 2-#14 D TANK AT PRESSURE 1 0 0 0 2-#14 D DOOR OPEN 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM D SMOKE/HEAT ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM D FLOOR WATER ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM D SECURITY SYSTEM ARMED 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM D SECURITY SYSTEM FAIL 1 0 0 0 2^#14 FROM SECURITY ALARM SYSTEM D DISCHARGE FLOW 0 0 1 0 SH. PR. FROM FLOW TRANSMITTER D TOTALIZER COUNTER OUTPUT 0 1 0 0 2-#14 TO TOTALIZER IN THIS CONTROL PANEL D WELL LEVEL 20 1 0 SH. PR. FROM LEVEL TRANSMITTER D ROOM TEMPERATURE 0 0 1 0 1 SH. PR. IFROM ROOM THERMOSTAT NEW SIGNALS D COMMUNICATION FAILURE 0 1 0 0 2-#14 TO INDICATING LIGHT ON LCP DOOR D REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL '""TOTALS'** 21 7 3 0 Section 16990-5 4443.001/1749 Section 16990-6 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT I7-09 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-E: COLLECTOR WELL NO. 3 2017 JUL LCP EQUIPMENT NAME NUMBER DI DO AI AO WIRE rdyFiffif [THIS LINE INTENTIONALLY LEFT BLANK] E CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL POW ONTROL PANEL E ALARM SILENCE 1 0 0 0 2-#14 FROM ALARM SILENCE PUSHBUTTON E ALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN E LAMP TEST 1 0 0 0 2-#14 FROM LAMP TEST PUSHBUTTON E PRELUBE WATER SOLENOID VALVE NO. 1 E OPENED 1 0 0 0 2-#14 FROM SOLENOID VALVE E OPENED PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL E IN HAND 1 0 0 0 2-#14 FROM H -O -A SWITCH ON THIS CONTROL PANEL E IN AUTO 1 0 0 0 2-#14 FROM H -O -A SWITCH ON THIS CONTROL PANEL E REQUIRED 0 1 0 0 2-#14 TO SOLENOID VALVE E PRELUBE WATER SOLENOID VALVE NO. 2 3 2 0 0 SAME AS PRELUBE WATER SOLENOID VALVE NO. 1 E DOOR OPEN 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM E SMOKE/HEAT ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM E FLOOR WATER ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM E SECURITY SYSTEM ARMED 1 0 0 0 2^-#14 FROM SECURITY ALARM SYSTEM E SECURITY SYSTEM FAIL 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM E DISCHARGE FLOW 0 0 1 0 SH. PR. FROM FLOW TRANSMITTER E TOTALIZER COUNTER OUTPUT 0 1 0 0 2-#14 TO TOTALIZER IN THIS CONTROL PANEL E WELL LEVEL i 0 0 1 1 0 1 SH. PR. I FROM LEVEL TRANSMITTER E ROOM TEMPERATURE 1 0 0 1 1 0 1 SH. PR. FROM ROOM THERMOSTAT NEW SIGNALS E COMMUNICATION FAILURE 0 1 0 0 2-#14 TO INDICATING LIGHT ON LCP DOOR E REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL "'TOTALS-- 15 ±7 3 0 Section 16990-6 4443.001/17-49 Section 16990-7 4443.001/1749 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 � CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-F: COLLECTOR WELL NO.4 2017 J LCP EQUIPMENT NAME NUMBER I DI I DO I Al I AO I WIRE I PITY ENTS [THIS LINE INTENTIONALLY LEFT BLANK] IOWA Q1 F CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL E E IS CONTROL PANEL F ALARM SILENCE 1 0 0 0 2-#14 FROM ALARM SILENCE PUSHBUTTON F ALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN F LAMP TEST 1 0 0 0 2-#14 FROM LAMP TEST PUSHBUTTON F PRELUBE WATER SOLENOID VALVE NO. 1 F OPENED 1 0 0 0 2-#14 FROM SOLENOID VALVE F OPENED PILOT LIGHT 0 1 0 0 2414 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL F IN HAND 1 0 0 0 2-#14 FROM H -O -A SWITCH ON THIS CONTROL PANEL F IN AUTO 1 0 0 0 2-#14 FROM H -O -A SWITCH ON THIS CONTROL PANEL F REQUIRED 0 1 0 0 2-#14 TO SOLENOID VALVE F PRELUBE WATER SOLENOID VALVE NO. 2 3 2 0 0 SAME AS PRELUBE WATER SOLENOID VALVE NO. 1 F DOOR OPEN 1 0 0 0 2414 FROM SECURITY ALARM SYSTEM F SMOKE/HEAT ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM F FLOOR WATER ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM F SECURITY SYSTEM ARMED 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM F SECURITY SYSTEM FAIL 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM F IDISCHARGE FLOW 22 1 0 SH. PR. FROM FLOW TRANSMITTER F TOTALIZER COUNTER OUTPUT 0 1 0 0 2-#14 TO TOTALIZER IN THIS CONTROL PANEL F WELL LEVEL 0 0 1 1 0 1 SH. PR. FROM LEVEL TRANSMITTER F ROOM TEMPERATURE 0 0 1 1 0 1 SH. PR. FROM ROOM THERMOSTAT NEW SIGNALS F COMMUNICATION FAILURE 0 1 0 0 2-#14 TO INDICATING LIGHT ON LCP DOOR F REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL "'TOTALS" 15 7 3 0 Section 16990-7 4443.001/1749 Section 16990-8 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - -CP-H: SILURIAN WELL NO. 2 2011 JUL 10PH 12* 2! LCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE dff P&NER K [THIS LINE INTENTIONALLY LEFT BLANK] H CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL PO LAY IN THIS CONTROL PANEL H ALARM SILENCE 1 0 0 0 2-#14 FROM ALARM SILENCE PUSHBUTTON H ALARM HORN OUTPUT 0 1 0 0 2--#14 TO ALARM HORN H LAMP TEST 1 0 0 0 2-#14 FROM LAMP TEST PUSHBUTTON H PRELUBE WATER SOLENOID VALVE NO. 1 H OPENED 1 0 0 0 2^#14 FROM SOLENOID VALVE H OPENED PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL H IN HAND 1 0 0 0 2^#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL H IN AUTO 1 0 0 0 2^#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL H REQUIRED 0 1 0 0 2-#14 TO SOLENOID VALVE H DOOR OPEN 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM H SMOKEIHEAT ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM H FLOOR WATER ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM H SECURITY SYSTEM ARMED 1 0 0 0 2^#14 FROM SECURITY ALARM SYSTEM H SECURITY SYSTEM FAIL 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM H DISCHARGE FLOW 0 0 1 0 SH. PR. FROM FLOW TRANSMITTER H TOTALIZER COUNTER OUTPUT 0 1 0 0 2-#14 TO TOTALIZER IN THIS CONTROL PANEL H IWELL LEVEL 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER H ROOM TEMPERATURE 0 0 1 0 SH. PR. FROM ROOM THERMOSTAT H PUMP H IN HAND 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL H IN AUTO 1 0 0 0 2^#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL H RUNNING PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL H FAIL PILOT LIGHT 0 1 0 0 2-#14 TO FAIL PILOT LIGHT ON THIS CONTROL PANEL H RUNNING 1 0 0 0 2-#14 H REQUIRED 1 0 0 0 2-#14 H REQUIRED PILOT LIGHT 0 1 0 0 2-#14 TO REQUIRED PILOT LIGHT ON THIS CONTROL PANEL H RESET PUSHBUTTON 1 0 0 0 2-#14 FROM RESET PUSHBUTTON ON THIS CONTROL PANEL H MODULATING VALVE H CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR H IN OPEN 1 0 0 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL H IN STOP 1 0 0 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL H IN CLOSE 1 0 0 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL H IN AUTO 1 22 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL H OPENED PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL H CLOSED PILOT LIGHT0 1 0 0 2-#14 TO CLOSED PILOT LIGHT ON THIS CONTROL PANEL H POSITION COMMAND 0 0 1 0 1 1 1 SH. PR. TO VALVE ACTUATOR Section 16990-8 4443.001/17-49 Section 16990-9 4443.001/17-49 STRAND ASSOCIATES, INC. FILED 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-H: SILURIAN WELL NO. 2 2011 JUL 10 PH 12. 29 LCP EQUIPMENT NAME NUMBER I DI I DO I Al I AO I WIRE I CITY CLERRIMMENTS [THIS LINE INTENTIONALLY LEFT BLANK] , i' ;q H POSITION FEEDBACK 0 0 1 0 1 SH. PR. I FROM VALVE ACTUATOR H POSITION DISPLAY 0 0 0 1 SH. PR. TO POSITION DISPLAY ON THIS CONTROL PANEL NEW SIGNALS H COMMUNICATION FAILURE 0 1 0 0 2-#14 TO INDICATING LIGHT ON LCP DOOR H REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL 11 "'TOTALS"' 22 10 4 1 2 Section 16990-9 4443.001/17-49 Section 16990-10 4443.001/17-49 STRAND ASSOCIATES, INC. FILED 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT1749 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-J: SILURIAN WELL NO. 3 Y017 JUL 10 PM 12: 21 LCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE c MERK [THIS LINE INTENTIONALLY LEFT BLANK] J CONTROL POWER FAIL 1 0 0 0 2^#14 FROM CONTROL POWER RELAY IN THIS CONTROL PANEL J ALARM SILENCE 1 0 0 0 2-#14 FROM ALARM SILENCE PUSHBUTTON J ALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN J LAMP TEST 1 0 0 0 2-#14 FROM LAMP TEST PUSHBUTTON J PRELUBE WATER SOLENOID VALVE NO. 1 J OPENED 1 0 0 0 2-#14 FROM SOLENOID VALVE J OPENED PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL J I IN HAND 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL J IN AUTO 1 0 0 0 1 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL J REQUIRED 0 1 0 0 2-#14 TO SOLENOID VALVE J DOOR OPEN 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM J SMOKE/HEAT ALARM 1 0 0 0 2^#14 FROM SECURITY ALARM SYSTEM J FLOOR WATER ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM J SECURITY SYSTEM ARMED 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM J SECURITY SYSTEM FAIL 1 0 0 0 2^#14 FROM SECURITY ALARM SYSTEM J DISCHARGE FLOW 0 0 1 0 SH. PR. FROM FLOW TRANSMITTER J ITOTALIZER COUNTER OUTPUT 0 1 0 0 2-#14 TO TOTALIZER IN THIS CONTROL PANEL J WELL LEVEL 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER J ROOM TEMPERATURE 0 0 1 0 SH. PR. FROM ROOM THERMOSTAT J PUMP J IN HAND 1 0 0 0 2^#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL J IN AUTO 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL J RUNNING PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL J FAIL PILOT LIGHT 0 1 0 0 2-414 TO FAIL PILOT LIGHT ON THIS CONTROL PANEL J RUNNING 1 0 0 0 2-#14 J REQUIRED 1 0 0 0 2-#14 J REQUIRED PILOT LIGHT 0 1 0 0 2-#14 TO REQUIRED PILOT LIGHT ON THIS CONTROL PANEL J RESET PUSHBUTTON 1 0 0 0 2-#14 FROM RESET PUSHBUTTON ON THIS CONTROL PANEL J MODULATING VALVE J CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR J IN OPEN 1 0 0 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL J IN STOP 1 0 0 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL J IN CLOSE 1 0 0 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL J IN AUTO 1 0 0 0 2^#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL J OPENED PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL J CLOSED PILOT LIGHT 0 1 0 1 0 2-#14 TO CLOSED PILOT LIGHT ON THIS CONTROL PANEL J POSITION COMMAND 0 0 0 1 SH. PR. TO VALVE ACTUATOR Section 16990-10 4443.001/17-49 Section 16990-11 4443.001117-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-49 MED CITY OF IOWA CITY, IOWA SCADA SYSTEM I10 LISTING - LCP-J: SILURIAN WELL NO. 3 LCP EQUIPMENT NAME NUMBER I DI I DO I Al I AO I WIRE I ENTS [THIS LINE INTENTIONALLY LEFT BLANK] POSITION FEEDBACK 0 0 1 0 SH. PR. FROM VALVE ACT ' POSITION DISPLAY 0 0 0 1 SH. PR. TO POSITION DISPLAY ON THIS CONTROL PANEL NEW SIGNALS Pii COMMUNICATION FAILURE 0 1 0 0 2-#14 TO INDICATING LIGHT ON LCP DOOR REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL "'TOTALS"' 22 10 4 2 Section 16990-11 4443.001117-49 Section 16990-12 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES C i DR CONTRACT 17-49 r j CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-K: SILURIAN WELL NO. 4 2017 JUL 10 PM 1 LCP EQUIPMENT NAME NUMBER I DI I DO I Al I AO I WIREr miy TS [THIS LINE INTENTIONALLY LEFT BLANK] JOWA� K CONTROL POWER FAIL 1 0 0 0 2-#14 ER E IN FROM CONTROL POWHIS CONTROL PANEL K ALARM SILENCE 1 0 0 0 2-#14 FROM ALARM SILENCE PUSHBUTTON K ALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN K LAMP TEST 1 0 0 0 2^#14 FROM LAMP TEST PUSHBUTTON K PRELUBE WATER SOLENOID VALVE NO. 1 K OPENED 1 0 0 0 2-#14 FROM SOLENOID VALVE K OPENED PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL K IN HAND 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL K IN AUTO 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL K REQUIRED 0 1 0 0 2-#14 TO SOLENOID VALVE K DOOR OPEN 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM K SMOKEIHEAT ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM K FLOOR WATER ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM K SECURITY SYSTEM ARMED 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM K SECURITY SYSTEM FAIL 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM K DISCHARGE FLOW 0 0 1 0 SH. PR. FROM FLOW TRANSMITTER K TOTALIZER COUNTER OUTPUT 0 1 0 0 2-#14 TO TOTALIZER IN THIS CONTROL PANEL K WELL LEVEL 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER K ROOM TEMPERATURE 0 0 1 0 SH. PR. FROM ROOM THERMOSTAT K PUMP K IN HAND 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL K IN AUTO 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL K RUNNING PILOT LIGHT 0 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL K FAIL PILOT LIGHT 0 1 0 0 2-#14 TO FAIL PILOT LIGHT ON THIS CONTROL PANEL K RUNNING 1 0 0 0 2-#14 K REQUIRED 1 0 0 0 2--#14 K REQUIRED PILOT LIGHT 0 1 0 0 2^#14 TO REQUIRED PILOT LIGHT ON THIS CONTROL PANEL K RESET PUSHBUTTON 1 0 0 0 2^#14 FROM RESET PUSHBUTTON ON THIS CONTROL PANEL K MODULATING VALVE K CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR K IN OPEN 1 0 0 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL K IN STOP 1 0 0 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL K IN CLOSE 1 0 0 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL K IN AUTO 1 0 0 0 2-#14 FROM O-S-C-A SWITCH ON THIS CONTROL PANEL K OPENED PILOT LIGHT 0 1 1 0 0 2-#14 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL K CLOSED PILOT LIGHT 0 1 1 0 1 0 1 2-#14 TO CLOSED PILOT LIGHT ON THIS CONTROL PANEL K POSITION COMMAND 0 1 0 0 1 1 1 SH. PR. TO VALVE ACTUATOR Section 16990-12 4443.001/17-49 Section 16990-13 4443.001/17.49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17.49 FILED CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-K: SILURIAN WELL NO. 4 2017 JUL 10 PM 12: 28 LCP EQUIPMENT NAME NUMBER DI DO AI AO WIRE CITY CENTS [THIS LINE INTENTIONALLY LEFT BLANK], U /y K POSITION FEEDBACK 1 0 1 0 1 1 1 0 1 SH. PR. FROM VALVE ACTUATOR K POSITION DISPLAY 1 0 1 0 1 0 1 7 1 SH. PR. ITO POSITION DISPLAY ON THIS CONTROL PANEL NEW SIGNALS K COMMUNICATION FAILURE 0 1 0 0 2-#14 TO INDICATING LIGHT ON LCP DOOR K REPLACE UPS BATTERY 1 0 0 0 2^x#14 FROM NEW UPS IN THIS CONTROL PANEL "'TOTALS"' 1 22 1 10 4 2 Section 16990-13 4443.001/17.49 Section 16990-14 4443.001/17-49 STRAND ASSOCIATES, INC. FILED 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-L: SAND PIT PUMP STATION 2017 JUL 10 PN 12: 21 LCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE 2ljy Gt TS [THIS LINE INTENTIONALLY LEFT BLANK] , , y A L CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL POWER RELAY IN THIS CONTROL PANEL L ALARM SILENCE 1 0 0 0 2-#14 FROM ALARM SILENCE PUSHBUTTON L ALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN L LAMP TEST 1 0 0 0 2-#14 FROM LAMP TEST PUSHBUTTON L PRELUBE WATER SOLENOID VALVE NO. 1 L OPENED 1 0 0 0 2-#14 FROM SOLENOID VALVE L OPENED PILOT LIGHT 0 1 0 0 2-414 TO OPENED PILOT LIGHT ON THIS CONTROL PANEL L IN HAND 1 0 0 1 0 2-#14 FROM H -O -A SWITCH ON THIS CONTROL PANEL L IN AUTO 1 0 0 0 2-#14 FROM H -O -A SWITCH ON THIS CONTROL PANEL L REQUIRED 0 1 0 0 2-#14 TO SOLENOID VALVE L PRELUBE WATER SOLENOID VALVE NO.2 3 2 0 0 SAME AS PRELUBE WATER SOLENOID VALVE NO. 1 L DOOR OPEN 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM L SMOKE/HEAT ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM L FLOOR WATER ALARM 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM L SECURITY SYSTEM ARMED 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM L ISECURITY SYSTEM FAIL 1 0 0 0 2-#14 FROM SECURITY ALARM SYSTEM L DISCHARGE FLOW 0 0 1 0 SH. PR. FROM FLOW TRANSMITTER L TOTALIZER COUNTER OUTPUT 0 1 0 0 2-#14 TO TOTALIZER IN THIS CONTROL PANEL L WELL LEVEL 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER L ROOM TEMPERATURE 0 0 1 1 1 0 SH. PR. FROM ROOM THERMOSTAT NEW SIGNALS L COMMUNICATION FAILURE 0 1 0 0 2-#14 TO INDICATING LIGHT ON LCP DOOR L REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL "'TOTALS;'- 15 7 3 0 Section 16990-14 4443.001/17-49 Section 16990-15 4443.001/17-49 STRAND ASSOCIATES, INC. FILED 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - -CP-Q: EMERALD GROUND STORAGE RESERVOIR 201 JUL 10 PM 12: 21 LCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE =TYOW10 [THIS LINE INTENTIONALLY LEFT BLANK] ruvym Ulf 1, lufv� Q GENERATOR Q OVERCRANK 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL Q OVERSPEED 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL Q HIGH ENGINE TEMPERATURE 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL Q HIGH ENGINE TEMPERATURE WARNING 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL Q LOW OIL PRESSURE 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL Q LOW OIL PRESSURE WARNING 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL Q NOT IN AUTO 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL Q LOW FUEL LEVEL 1 0 0 0 2-+#14 FROM GENERATOR CONTROL PANEL Q FUEL TANK LEAK 1 0 0 0 2-+#14 FROM GENERATOR CONTROL PANEL Q TRANSFER SWITCH LOW BATTERY VOLTAGE 1 0 0 0 2-#14 FROM TRANSFER SWITCH Q TRANSFER SWITCH BATTERY CHARGER FAIL 1 0 0 0 2-#14 FROM TRANSFER SWITCH Q TRANSFER SWITCH IN NORMAL POSITION 1 0 0 0 2-#14 FROM TRANSFER SWITCH Q TRANSFER SWITCH NORMAL SOURCE AVAILABLE 1 0 0 0 2-#14 FROM TRANSFER SWITCH Q TRANSFER SWITCH IN EMERGENCY POSITION 1 0 0 0 2-#14 FROM TRANSFER SWITCH Q TRANSFER SWITCH EMERGENCY SOURCE AVAILABLE 1 0 0 0 2-#14 FROM TRANSFER SWITCH Q PUMP #1 FAILED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q PUMP #2 FAILED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q VFD #1 Q POWER 1 0 0 0 2-#14 FROM VFD Q IN AUTO 1 0 0 0 2-#14 FROM H -O -A SWITCH Q START/STOP 0 1 0 0 2-#14 TO VFD Q RUNNING 1 0 0 0 2-#14 FROM VFD Q FAILED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q RUN TIME 0 0 0 1 SH. PR. TO ELAPSED TIME METER ON THIS CONTROL PANEL Q VFD #2 2 1 0 0 SAME AS VFD #1 Q CHLORINE SOLENOID VALVE Q IN AUTO 1 0 0 0 2-#14 FROM H -O -A SWITCH Q IN HAND 1 0 0 0 2-#14 FROM H -O -A SWITCH Q FLOW SWITCH 1 0 0 0 2-#14 IFROM FLOW SWITCH Q REQUIRED 0 1 0 0 2-#14 ITO VALVE ACTUATOR Q FILL VALVE Section 16990-15 4443.001/17-49 Section 16990-16 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADESFILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-Q: EMERALD GROUND STORAGE RESERVOIR 12M 12. 22 LCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE COMMENTS [THIS LINE INTENTIONALLY LEFT BLANK] Q IN AUTO 1 0 0 0 2-#14 FROM H -O -A 1 Q IN HAND 1 0 0 0 2-#14 FROM H -O -A SWITCH Q OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR Q CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR Q OPENED PILOT LIGHT 0 1 0 0 2-#14 FROM VALVE ACTUATOR Q CLOSED PILOT LIGHT 0 1 0 0 2-#14 FROM VALVE ACTUATOR Q LOCAL ALARM TEST PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL Q LOCAL ALARM ACKNOWLEDGE PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL Q IALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN Q ISURGEVALVE Q OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR Q CLOSED 1 0 0 0 2-414 FROM VALVE ACTUATOR Q OPENED PILOT LIGHT 0 1 0 0 2-#14 FROM VALVE ACTUATOR Q CLOSED PILOT LIGHT 0 1 0 0 2-#14 FROM VALVE ACTUATOR Q HIGH TANK LEVEL PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q LOW TANK LEVEL PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q HIGH DISCHARGE PRESSURE PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q LOW DISCHARGE PRESSURE PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q HIGH/LOW ROOM TEMPERATURE PILOT LIGHT 0 1 0 0 2^#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q ITELEMETRY FAIL PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q SMOKE/HEAT ALARM 1 0 0 0 2-#14 FROM Q SMOKE/HEAT ALARM PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q ROOM ENTRY 1 0 0 0 2-414 FROM Q ROOM ENTRY ALARM PILOT LIGHT 0 1 0 0 2-414 TO PILOT LIGHT ON THIS CONTROL PANEL Q FLOOR WATER 1 0 0 1 0 2-#14 FROM Q FLOOR WATER PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q HIGH WATER LEVEL FOOTING DRAIN 1 0 0 0 2-#14 FROM Q HIGH WATER LEVEL FOOTING DRAIN PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q NO FLOW ALARM PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL NEW SIGNALS Q REPLACE UPS BATTERY 1 0 0 0 2-#14 1 FROM NEW UPS IN THIS CONTROL PANEL -TOTALS- 36 1 22 0 1 Section 16990-16 4443.001/17-49 Section 16990-17 4443.001/17-49 STRAND ASSOCIATES, INC. FILED 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-R: ROCHESTER GROUND STORAGE RESERVM7 JUL 10 PH 12.' 23 LCP EQUIPMENTNAME NUMBER DI I DO I Al I AO I WIRE I CITY %NTS [THIS LINE INTENTIONALLY LEFT BLANK] ul I T, IUNA R GENERATOR R OVERCRANK 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL R OVERSPEED 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL R HIGH ENGINE TEMPERATURE 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL R HIGH ENGINE TEMPERATURE WARNING 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL R LOW OIL PRESSURE 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL R LOW OIL PRESSURE WARNING 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL R I NOT IN AUTO 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL R LOW FUEL LEVEL 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL R FUEL TANK LEAK 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL R TRANSFER SWITCH LOW BATTERY VOLTAGE 1 0 0 0 2-#14 FROM TRANSFER SWITCH R TRANSFER SWITCH BATTERY CHARGER FAIL 1 0 0 0 2-#14 FROM TRANSFER SWITCH R TRANSFER SWITCH IN NORMAL POSITION 1 0 0 0 2^#14 FROM TRANSFER SWITCH R TRANSFER SWITCH NORMAL SOURCE AVAILABLE 1 0 0 0 2-#14 FROM TRANSFER SWITCH R TRANSFER SWITCH IN EMERGENCY POSITION 1 0 0 0 2-#14 FROM TRANSFER SWITCH R TRANSFER SWITCH EMERGENCY SOURCE AVAILABLE 1 0 0 0 2-#14 FROM TRANSFER SWITCH R PUMP #1 FAILED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R PUMP #2 FAILED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R VFD #1 R POWER FROM VFD R IN AUTO 1 0 0 0 2-#14 FROM H-O-A SWITCH R RUNNING 1 0 0 0 2-#14 FROM VFD R FAILED PILOT LIGHT 0 1 0 0 2^#14 TO PILOT LIGHT ON THIS CONTROL PANEL R RUN TIME 1 TO ELAPSED TIME METER ON THIS CONTROL PANEL R VFD #2 2 1 0 0 SAME AS VFD #1 R CHLORINE SOLENOID VALVE R IN AUTO 1 0 0 0 2-#14 FROM H-O-A SWITCH R IN HAND 1 0 0 0 2-#14 FROM H-O-A SWITCH R FLOW SWITCH 1 R REQUIRED 0 1 0 0 2-#14 TO VALVE ACTUATOR R FIL L VALVE R I IN AUTO 1 1 0 0 1 0 1 2-#14 FROM H-O-ASWITCH Section 16990-17 4443.001/17-49 Section 16990-18 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT I7-09 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-R: ROCHESTER GROUND STORAGE RESERVOIR LCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE [THIS LINE INTENTIONALLY LEFT BLANK] R IN HAND 1 (T- 0 0 2-#14 FROM H-O-ASWITC R OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR R CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR R LOCAL ALARM TEST PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL R LOCAL ALARM ACKNOWLEDGE PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL R ALARM HORN OUTPUT 0 1 0 0 2^#14 TO ALARM HORN R SURGE VALVE R OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR R CLOSED 1 0 0 0 2--#14 FROM VALVE ACTUATOR R HIGH TANK LEVEL FLOAT PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R LOW TANK LEVEL PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R HIGH DISCHARGE PRESSURE PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R LOW DISCHARGE PRESSURE PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R HIGH/LOW ROOM TEMPERATURE PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R TELEMETRY FAIL PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R ISMOKEIHEAT ALARM 1 0 0 0 2-#14 FROM R SMOKEIHEAT ALARM PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R ROOM ENTRY 1 0 0 0 2-#14 FROM R ROOM ENTRY ALARM PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R FLOOR WATER 1 0 0 0 2-#14 FROM R FLOOR WATER PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R HIGH WATER LEVEL FOOTING DRAIN 1 0 0 02-#14 FROM R POWER FAILURE 1 0 0 0 2-#14 FROM CONTROL POWER RELAY IN THIS CONTROL PANEL R POWER FAILURE PILOT LIGHT 0 1 1 0 1 0 1 2-#14 ITO PILOT LIGHT ON THIS CONTROL PANEL NEW SIGNALS R REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL `"'TOTALS- 36 16 0 1 Section 16990-18 4443.001/17-49 Section 16990-19 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-S: SYCAMORE GROUND STORAGE RESERVOIR P017 J LCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE NTS [THIS LINE INTENTIONALLY LEFT BLANK]IOWA SGENERATOR ' lwtA S OVERCRANK 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL S OVERSPEED 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL S HIGH ENGINE TEMPERATURE 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL S HIGH ENGINE TEMPERATURE WARNING 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL S LOW OIL PRESSURE 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL S LOW OIL PRESSURE WARNING 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL S NOT IN AUTO 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL S LOW FUEL LEVEL 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL S FUEL TANK LEAK 1 0 0 0 2-#14 FROM GENERATOR CONTROL PANEL S TRANSFER SWITCH LOW BATTERY VOLTAGE 1 0 0 0 2-414 FROM TRANSFER SWITCH S TRANSFER SWITCH BATTERY CHARGER FAIL 1 0 0 0 2-#14 FROM TRANSFER SWITCH S TRANSFER SWITCH IN NORMAL POSITION 1 0 0 0 2-#14 FROM TRANSFER SWITCH S TRANSFER SWITCH NORMAL SOURCE AVAILABLE 1 0 0 0 2-#14 FROM TRANSFER SWITCH S TRANSFER SWITCH IN EMERGENCY POSITION 1 0 0 0 2-#14 FROM TRANSFER SWITCH S TRANSFER SWITCH EMERGENCY SOURCE AVAILABLE 1 0 0 0 2-#14 FROM TRANSFER SWITCH S PUMP 01 FAILED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S PUMP #2 FAILED PILOT LIGHT 0 1 0 0 2-4114 TO PILOT LIGHT ON THIS CONTROL PANEL S VFD #1 5 IN AUTO 1 0 0 0 2-#14 FROM H -O -A SWITCH S RUNNING 1 0 0 0 2-#14 FROM VFD S FAILED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S VFD #2 2 1 0 0 SAME AS VFD #1 S ICHLORINE SOLENOID VALVE S IN AUTO 1 0 0 0 2-#14 FROM H -O -A SWITCH S IN HAND 1 0 0 0 2-#14 FROM H -O -A SWITCH S REQUIRED 0 1 0 0 2-#14 TO VALVE ACTUATOR S FILL VALVE S IN AUTO 1 0 0 0 2^#14 FROM H -O -A SWITCH S IN HAND 1 0 00 2-#14 FROM H -O -A SWITCH S OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR S CLOSED 1 0 0 1 0 2-#14 1 FROM VALVE ACTUATOR Section 16990-19 4443.001/17-49 Section 16990-20 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT1749 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - LCP-S: SYCAMORE GROUND STORAGE RESERVOIR 2017 JUL 10 PM 12. 28 LCP EQUIPMENT NAME NUMBER DI DO AI AO WIRE S [THIS LINE INTENTIONALLY LEFT BLANK]IQwA CITY !VA S LOCAL ALARM TEST PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL S LOCAL ALARM ACKNOWLEDGE PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL S ALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN S SURGE VALVE S OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR S CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR 5 HIGH TANK LEVEL FLOAT PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S LOW TANK LEVEL PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S HIGH DISCHARGE PRESSURE PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S LOW DISCHARGE PRESSURE PILOT LIGHT 0 1 0 0 1 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S HIGH/LOW ROOM TEMPERATURE PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S TELEMETRY FAIL PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S SMOKE/HEAT ALARM 1 0 0 0 2-#14 FROM S SMOKE/HEAT ALARM PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S ROOM ENTRY 1 0 0 0 2-#14 FROM S IROOM ENTRY ALARM PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S FLOOR WATER 1 0 0 0 2-#14 FROM S FLOOR WATER PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL S HIGH WATER LEVEL FOOTING DRAIN1 0 0 0 2-#14 FROM S POWER FAILURE 1 0 0 0 2-#14 FROM CONTROL POWER RELAY IN THIS CONTROL PANEL S POWER FAILURE PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL NEW SIGNALS S REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL """TOTALS"" 1 1 35 1 16 1 0 1 0 Section 16990-20 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT NO. 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PERMANGANATE FEED SYSTEM CONTROL PANE DI1 JUL 10 PM 12: 2& LCP EQUIPMENT NAME NUMBER DI DO Al I AO WIRE CITy TS [THIS LINE INTENTIONALLY LEFT BLANK] E-STOP PUSHBUTTON 1 0 0 0 2-#14 FROM E-STOP PUSHBUTTON ON THIS CONTROL PANEL INITIATE START 1 0 0 0 2-#14 EDUCTION PRESSURE 0 0 1 0 SH. PR. FROM PRESSURE TRANSMITTER MIX TANK LEVEL 1 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER MIX TANK LEVEL 1 TRANSMITTER FAIL 0 1 0 0 2-#14 MIX TANK LEVEL 2 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER MIX TANK LEVEL 2 TRANSMITTER FAIL 0 1 0 0 2-#14 BOOSTER PUMP START 1 0 0 1 0 2-#14 TO STARTER IN THIS CONTROL PANEL AGITATOR START 1 0 0 0 2-+#14 TO STARTER IN THIS CONTROL PANEL METERING PUMP #1 START/STOP 0 1 0 0 2-#14 TO VFD IN THIS CONTROL PANEL SPEED COMMAND 0 0 0 1 SH. PR. TO VFD IN THIS CONTROL PANEL METERING PUMP #2 0 1 0 1 SAME AS METERING PUMP #1 METERING PUMP #3 0 1 0 1 SAME AS METERING PUMP #1 METERING PUMP 04 0 1 0 1 SAME AS METERING PUMP #1 MAKEUP WATER VALVE OPEN/CLOSE MCOV1 0 1 0 0 2-#14 ITO VALVE ACTUATOR MIX TANK VALVE OPEN/CLOSE MCOV2 0 1 0 0 2-#14 TO VALVE ACTUATOR DAY TANK VALVE OPEN/CLOSE MCOV3 0 1 0 0 2-#14 TO VALVE ACTUATOR SYSTEM READY 0 1 0 0 2-#14 SYSTEM ALARM 0 1 0 0 2-#14 RIVER WATER FLOW 0 0 1 0 SH. PR. SAND PIT WATER FLOW 0 0 1 0 SH. PR. TOTAL PLANT FLOW 0 0 1 0 SH. PR. NEW SIGNALS REPLACE UPS BATTERY 1 0 0 0 1 2-#14 FROM NEW UPS IN THIS CONTROL PANEL "'TOTALS'-- S 1 11 6 4 Section 16990-21 4443.001/17-49 Section 16990-22 4443.001/1749 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP -A: ELECTRICAUSERVER ROON1017 JUL 10 PM 12: 24 L PCP EQUIPMENT NAME NUMBER DI DO AI AO WIRE MMENTS PHY [THIS LINE INTENTIONALLY LEFT BLANK] y REMOVE THE FOLLOWING EXISTING PLC I/O A NETWORK SWITCH FAIL X 00 0 2-#14 FROFROM NETWORK SWITCH IN THIS CONTROL PANEL A PLANT COMMON FIRE ALARM X 0 0 0 2-#14 M FIRE ALARM CONTROL PANEL EXISTING PLC 110 CONNECTED TO NEW PLC A PLANT COMMON SECURITY ALARM 1 1 0 1 0 1 0 2-#14 FROM PLANT SECURITY SYSTEM NEW SIGNALS A REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL PARTICLE COUNTERS A PC NO. 1: GROUND WATER - RANGE 1 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 1: GROUND WATER - RANGE 2 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 1: GROUND WATER - RANGE 3 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 1: GROUND WATER - RANGE 4 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 1: GROUND WATER - RANGE 5 0 0 X 0 RS -485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 1: GROUND WATER - RANGE 6 0 0 X 0 RS -485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 2: FILTER INFLUENT - RANGE 1 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 2: FILTER INFLUENT - RANGE 2 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 2: FILTER INFLUENT - RANGE 3 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 2: FILTER INFLUENT - RANGE 4 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 2: FILTER INFLUENT - RANGE 5 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 2: FILTER INFLUENT - RANGE 6 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 3: FILTER #1 EFFLUENT - RANGE 1 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 3: FILTER #1 EFFLUENT - RANGE 2 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 3: FILTER #1 EFFLUENT - RANGE 3 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 3: FILTER #1 EFFLUENT - RANGE 4 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 3: FILTER #1 EFFLUENT - RANGE 5 0 0 X 0 1 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 3: FILTER #1 EFFLUENT - RANGE 6 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 4: FILTER #2 EFFLUENT - RANGE 1 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 4: FILTER #2 EFFLUENT - RANGE 2 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 4: FILTER #2 EFFLUENT - RANGE 3 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 4: FILTER #2 EFFLUENT - RANGE 4 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 4: FILTER #2 EFFLUENT - RANGE 5 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 4: FILTER #2 EFFLUENT - RANGE 6 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 5: FILTER #3 EFFLUENT - RANGE 1 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK APC NO. 5: FILTER #3 EFFLUENT - RANGE 2 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 5: FILTER #3 EFFLUENT - RANGE 3 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 5: FILTER #3 EFFLUENT - RANGE 4 20 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 5: FILTER #3 EFFLUENT - RANGE 5 0 0 X 1 0 1 RS485 FROM SERIAL PARTICLE COUNTER NETWORK Section 16990-22 4443.001/1749 Section 16990-23 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-A: ELECTRICAL/SERVER ROOM 2011,1111 10 PM12:29 PCP EQUIPMENTNAME NUMBER DI DO Al AO WIRE NTS [THIS LINE INTENTIONALLY LEFT BLANK] - A PC NO. 5: FILTER #3 EFFLUENT - RANGE 6 0 0 X 0 RS485 FROM SERIAL ETWORK A PC NO. 6: FILTER #4 EFFLUENT- RANGE 1 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 6: FILTER #4 EFFLUENT- RANGE 2 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 6: FILTER #4 EFFLUENT - RANGE 3 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 6: FILTER #4 EFFLUENT - RANGE 4 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 6: FILTER #4 EFFLUENT - RANGE 5 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 6: FILTER #4 EFFLUENT - RANGE 6 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 7: FILTER #5 EFFLUENT - RANGE 1 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 7: FILTER #5 EFFLUENT - RANGE 2 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 7: FILTER #5 EFFLUENT - RANGE 3 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 7: FILTER #5 EFFLUENT - RANGE 4 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 7: FILTER #5 EFFLUENT - RANGE 5 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 7: FILTER #5 EFFLUENT- RANGE 6 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 8: FILTER #6 EFFLUENT - RANGE 1 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 8: FILTER #6 EFFLUENT- RANGE 2 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 8: FILTER #6 EFFLUENT - RANGE 3 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 8: FILTER #6 EFFLUENT- RANGE 4 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 8: FILTER #6 EFFLUENT- RANGE 5 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A PC NO. 8: FILTER #6 EFFLUENT- RANGE 6 0 0 X 0 RS485 FROM SERIAL PARTICLE COUNTER NETWORK A HIGH SERVICE PUMP VFD NO. 1 - POINT 1/0 HSP-1 A START 0 X 0 0 ENET FROM LOCAL POINT 1/0 MODULES IN HSP VFD NO. 1 A STOP 0 X 0 0 ENET FROM LOCAL POINT I/O MODULES IN HSP VFD NO. 1 A RUNNING X 0 0 0 ENET FROM LOCAL POINT I/O MODULES IN HSP VFD NO. 1 A VFD FAULT X 0 0 0 ENET FROM LOCAL POINT 1/0 MODULES IN HSP VFD NO. 1 A SPEED REQUIRED 0 0 0 X ENET FROM LOCAL POINT 1/0 MODULES IN HSP VFD NO. 1 A SPEED FEEDBACK 0 0 X 0 ENET FROM LOCAL POINT 1/0 MODULES IN HSP VFD NO. 1 A HIGH SERVICE PUMP VFD NO. 2 - POINT 110 HSP-2 X X X X ENET SAME AS HSPA A HIGH SERVICE PUMP VFD NO. 5 - POINT UO HSP-5 X X X X ENET SAME AS HSP-1 A HIGH SERVICE PUMP VFD NO. 6 - POINT UO HSP-6 X X X X ENET SAME AS HSP-1 '**TOTALS"' 2 0 0 0 Section 16990-23 4443.001/17-49 Section 16990-24 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 1749 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP -F: CHLORINE FEED, BACKWASH PUMPING, AND HIGH SElfilCff PM 12: 24 (J PCP EQUIPMENTNAME NUMBER DI DO Al AO WIRE NTS My d2m [THIS LINE INTENTIONALLY LEFT BLANK]1. I F CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTR R LAY I THIS CONTROL PANEL F AIR SCOUR BLOWER #1 F IN HAND 1 0 0 0 2-#14 F IN AUTO 1 0 0 0 2-#14 F RUNNING 1 0 0 0 2-#14 F START/STOP 0 1 0 0 2-#14 F AIR SCOUR BLOWER #2 3 1 0 0 SAME AS TIFSCOUR BLOWER #1 F FILTER BACKWASH PUMP #1 F IN HAND 1 0 0 0 2-#14 F IN AUTO 1 0 0 0 2-#14 F RUNNING 1 0 0 0 2-#14 F START/STOP 0 1 0 0 2-#14 F MOTOR OVERTEMP 1 0 0 0 2-#14 F FILTER BACKWASH PUMP #2 4 1 0 0 SAME AS FILTER BACKWASH PUMP #1 F FILTER BACKWASH FLOW IT1721 0 0 1 0 SH. PR. FROM FLOW METER F FILTER BACKWASH VALVE POSITION FEEDBACK 8423 0 0 1 0 SH. PR. FROM VALVE ACTUATOR F FILTER BACKWASH VALVE CLOSED 8423 1 0 0 0 2-#14 FROM VALVE ACTUATOR F CO2 STORAGE TANK WEIGHT 0 0 1 0 SH. PR. F CO2 STORAGE TANK WEIGHT FAIL 1 0 0 0 2-#14 F COMMON FILTER TO WASTE VALVE OPENED 8366 1 0 0 0 2-#14 FROM VALVE ACTUATOR F COMMON FILTER TO WASTE VALVE CLOSED 8366 1 0 0 0 2-#14 FROM VALVE ACTUATOR F COMMON -FILTER TO WASTE VALVE REQUIRED B366 0 1 0 0 2-#14 TO VALVE ACTUATOR F AIR FLOW SWITCH FS404 1 0 0 0 2-#14 F ICHLORINE BANK#1 FAIL 1 0 0 0 2-#14 F CHLORINE BANK #2 FAIL 1 0 0 0 2-#14 F CHLORINE SCRUBBER F SYSTEM REQUIRED 1 0 0 0 2-#14 F CAUSTIC SYSTEM TEMP LOW 1 0 0 0 2-#14 F CAUSTIC SYSTEM TEMP HIGH 1 0 0 0 2-#14 F HEATER IN AUTO 1 0 0 0 2-#14 F HIGH CL2 ALARM 1 0 0 0 2-#14 F HIGH CL2 WARNING 10 0 0 2-#14 F PUMP LOW FLOW ALARM 1 0 0 0 2-#14 F CAUSTIC PUMP #1 IN AUTO 1 0 0 1 0 1 2-#14 F I CAUSTIC PUMP #1 RUNNING 1 0 1 0 1 0 1 2-#14 Section 16990-24 4443.001/17-49 Section 16990-25 4443.001/17-49 STRAND ASSOCIATES, INC. FILED 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17A9 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/O LISTING - PCP -F: CHLORINE FEED, BACKWASH PUMPING, AND HIGH SERV MYL{p 'ft PM 12129 PCP EQUIPMENTNAME NUMBER DI DO Al AO WIRE CI HpffS [THIS LINE INTENTIONALLY LEFT BLANK]y-, IOWA Ul 11, F CAUSTIC PUMP #1 FAIL 1 0 0 0 2-#14 F CAUSTIC PUMP #2 IN AUTO 1 0 0 0 2-#14 F CAUSTIC PUMP #2 RUNNING 1 0 0 0 2-7114 F CAUSTIC PUMP #2 FAIL 1 0 0 0 2-#14 F CAUSTIC STORAGE LOW ALARM 1 0 0 0 2-#14 F CAUSTIC SOLUTION TEMPERATURE 0 0 1 0 SH. PR. F CAUSTIC LEVEL 0 0 1 0 SH. PR. F FAN IN AUTO 1 0 0 0 2-#14 F FAN RUNNING 1 0 0 0 2-#14 F FAN FAIL 1 0 0 0 2-#14 F OUTLET CL2 CONCENTRATION 0 0 1 0 SH. PR. F CHLORINE GAS DETECTOR FAIL 1 0 0 0 2-#14 FROM GAS DETECTOR F CHLORINE ROOM 127 TEMPERATURE 0 0 1 0 SH. PR. FROM THERMOSTAT F CHLORINE ROOM 127 CL2 CONCENTRATION 0 0 1 0 SH. PR. FROM GAS DETECTOR F CHLORINE ROOM 127 HIGH CL2 ALARM 1 0 0 0 2-#14 FROM GAS DETECTOR F CHLORINE ROOM 118 TEMPERATURE 0 0 1 0 SH. PR. FROM THERMOSTAT F ICHLORINE ROOM 118 CL2 CONCENTRATION 0 0 1 0 SH. PR. FROM GAS DETECTOR F CHLORINE ROOM 118 HIGH CL2 ALARM 1 0 0 0 2-#14 FROM GAS DETECTOR F CHLORINE GAS AUTOMATIC FEEDER #1 F REQUIRED 1 0 0 0 2-#14 F FAIL 1 0 0 0 2-#14 F LOW VACUUM 1 0 0 0 2-#14 F HIGH VACUUM 1 0 0 0 2-#14 F GAS FLOW 0 0 1 0 SH. PR. F SOLENOID VALVE REQUIRED 0 1 0 0 2-#14 F I SOLENOID VALVE OPENED 1 0 0 1 0 2-#14 F CT TANK #1 INFLUENT FLOW 0 0 0 1 SH. PR. F CT TANK #1 INFLUENT FREE CL2 0 0 0 1 SH. PR. F CHLORINE GAS AUTOMATIC FEEDER #2 5 1 1 2 F CHLORINE MANUAL FEEDER #1 F SOLENOID VALVE REQUIRED 0 1 0 0 2-#14 F SOLENOID VALVE OPENED 1 0 0 0 2^#14 F CHLORINE MANUAL FEEDER #2 1 1 0 0 SAME AS CHLORINE MANUAL FEEDER #1 F CHLORINE MANUAL FEEDER #3 1 1 0 0 SAME AS CHLORINE MANUAL FEEDER #1 F CHLORINE STORAGE CYLINDER #1 WEIGHT0 0 1 0 SH. PR. F CHLORINE STORAGE CYLINDER #2 WEIGHT 0 0 1 1 1 0 SH. PR. F ICHLORINE STORAGE CYLINDER #3 WEIGHT 1 0 1 0 1 1 1 0 SH. PR. Section 16990-25 4443.001/17-49 Section 16990-26 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT1749 FILED CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-F: CHLORINE FEED, BACKWASH PUMPING, AND HIGH SERVICE PUMPING 2111117 a Du 'a- Go PCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE COMMENTS [THIS LINE INTENTIONALLY LEFT BLANK] F CHLORINE STORAGE CYLINDER #4 WEIGHT 0 0 1 0 SH. PR. , F CHLORINE STORAGE CYLINDER #5 WEIGHT 0 0 1 0 SH. PR. F CHLORINE STORAGE CYLINDER #6 WEIGHT 0 0 1 0 SH. PR. F AMMONIA FEED ROOM AIR FLOW SWITCH 1 0 0 0 2-#14 FROM AIR FLOW SWITCH F SOFTENING SYSTEMIAMMONIA FEED FAIL 1 0 0 0 2-#14 F AMMONIA STORAGE TANK WEIGHT 0 0 1 0 SH. PR. F AMMONIA STORAGE TANK WEIGHT FAIL 1 0 0 0 2-#14 F 1AMMONIA GAS FEEDER#1 F REQUIRED 0 1 0 0 2-#14 F FAIL 1 0 0 0 2-#14 F HIGH VACUUM 1 0 0 0 2-#14 F LOW VACUUM 1 0 0 0 2-#14 F GAS FLOW 0 0 1 0 SH. PR. F WATER FEED SOLENOID VALVE REQUIRED 0 1 0 0 2-#14 F WATER FEED SOLENOID VALVE OPENED 1 0 0 0 2-#14 F CT TANK #1 INFLUENT FLOW 0 0 0 1 SH. PR. F CT TANK #1 EFFLUENT FREE CL2 0 0 0 1 SH. PR. F IAMMONIA GAS FEEDER #2 4 1 2 1 2 SAME AS AMMONIA GAS FEEDER #1 F AMMONIA GAS DETECTOR FAIL 1 0 0 0 2-#14 FROM GAS DETECTOR F AMMONIA GAS ROOM TEMPERATURE 0 0 1 0 SH. PR. FROM THERMOSTAT F AMMONIA GAS ROOM CONCENTRATION 0 0 1 0 SH. PR. FROM GAS DETECTOR F AMMONIA GAS DETECTOR HIGH NH3 ALARM 1 0 0 0 2-#14 FROM GAS DETECTOR F AMMONIA SCRUBBER F NH3 CONCENTRATION 0 0 1 0 SH. PR. F HIGH NH3 ALARM 1 0 0 0 2-#14 F HIGH NH3 WARNING 1 0 0 0 2-#14 F WATER VALVE OPENED 1 0 0 0 2-#14 F WATER VALVE IN AUTO 1 0 0 0 2-#14 F SYSTEM REQUIRED 0 1 0 0 2-#14 F FAN IN AUTO 1 0 0 0 2-#14 F FAN RUNNING 1 0 0 0 2-#14 F FAN FAIL 1 0 0 0 2-#14 F PLANT WATER PRESSURE PT1503 0 0 1 0 SH. PR. FROM PRESSURE TRANSDUCER F PLANT WATER FLOW FIT1601 0 0 1 0 SH. PR. FROM FLOW METER F CT TANK #1 FINFLUENT FLOW FIT1801 0 0 1 0 SH. PR. FROM FLOW METER F INFLUENT PH PHT1901 1 0 0 1 1 0 1 SH. PR. FROM PH/TEMPERATURE TRANSMITTER Section 16990-26 4443.001/17-49 Section 16990-27 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP -F: CHLORINE FEED, BACKWASH PUMPING, AND HIGH SERVICE PUMPING 2017 1! PCP EOUIPMENTNAME NUMBER DI DO Al AO WIRE COMMENTS [THIS LINE INTENTIONALLY LEFT BLANK] F INFLUENT TEMPERATURE PHT1901 0 0 1 0 SH. PR. FROM PH/TEMPERATU E F INFLUENT FREE CL2 C12101 0 0 1 0 SH. PR. FROM GAS ANALYZER F INFLUENT FREE CL2 MONITOR FAIL 1 0 0 0 2-#14 FROM GAS ANALYZER F PH PHT1912 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER F TEMPERATURE PHT1912 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER F FREE CL2 C12112 0 0 1 0 SH. PR. FROM GAS ANALYZER F FREE CL2 MONITOR FAIL 1 0 0 0 2-x#14 FROM GAS ANALYZER F CT TANK #2 2 0 7 0 SAME AS CT TANK #1 F CT TANK#2 CONDUCTIVITY CI2221 0 0 1 0 SH. PR. FROM CONDUCTIVITY TRANSMITTER F CLEARWELL #1 LT2302 F LEVEL 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER F TRANSMITTER FAIL 1 0 0 0 2-#14 FROM LEVEL TRANSMITTER F CLEARWELL #2 LT2322 1 0 1 0 SAME AS CLEARWELL #1 F CLEARWELL #1 VALVE OPENED B277 1 0 0 0 2-#14 FROM VALVE ACTUATOR F CLEARWELL #1 VALVE CLOSED B277 1 0 0 0 2-#14 FROM VALVE ACTUATOR F CLEARWELL #2 VALVE OPENED B288 1 0 0 0 2-#14 FROM VALVE ACTUATOR F CLEARWELL #2 VALVE CLOSED 8288 1 0 0 0 2-#14 FROM VALVE ACTUATOR F HIGH SERVICE WEST F TOTAL CL2 C12201 0 0 1 0 SH. PR. FROM GAS ANALYZER F CL2 MONITOR FAIL 1 0 0 0 2-#14 FROM GAS ANALYZER F TURBIDITY T2401 0 0 1 0 SH. PR. FROM TURBIDITY METER F PH PHT2001 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER F TEMPERATURE PHT2001 0 0 1 0 SH. PR. FROM PHTFEMPERATURE TRANSMITTER F PRESSURE PT1513 0 0 1 0 SH.PR. FROM PRESSURE TRANSDUCER F DISTRIBUTION FLOW FIT1621 0 0 1 0 1 SH. PR. FROM FLOW METER F HIGH SERVICE EAST 1 0 6 0 SAME AS HIGH SERVICE EAST F HIGH SERVICE VALVE EAST B420 F POSITION COMMAND 0 0 0 1 SH. PR. TO VALVE ACTUATOR F POSITION FEEDBACK 0 0 1 0 SH. PR. FROM VALVE ACTUATOR F CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR F HIGH SERVICE VALVE WEST B421 1 0 1 1 SAME AS HIGH SERVICE VALVE EAST F FILTER BACKWASH VALVE 8423 1 0 1 1 1 SAME AS HIGH SERVICE VALVE EAST NEW SIGNALS F REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL -'-TOTALS"`" 91 1 15 58 11 Section 16990-27 4443.001/17-49 Section 16990-28 4443.001/17-49 STRAND ASSOCIATES, INC. FILED 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/O LISTING - PCP -G: SOFTENER NO. 3, CO2 FEED, AND FLUORIDETWJu` 10 PM I2. 29 PCP EQUIPMENT NAME I NUMBER DI DO Al AO WIRE CITY �¢1a [THIS LINE INTENTIONALLY LEFT BLANK] G CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL POWER RELAY IN THIS CONTROL PANEL G SOFTENER #3 VALVE B419 B419 G POSITION COMMAND 0 0 0 1 SH. PR. TO VALVE ACTUATOR G POSITION FEEDBACK 0 0 1 0 SH. PR. FROM VALVE ACTUATOR G CLOSED 1 0 0 0 2-414 FROM VALVE ACTUATOR G SOFTENER #3 VALVE 8503 B503 G POSITION FEEDBACK 0 0 1 0 SH. PR. FROM VALVE ACTUATOR G CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR G SOFTENER #3 VALVE P303 P303 G OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR G CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR G SOFTENER #3 VALVE P313 P313 2 0 0 0 SAME AS SOFTENER VALVE #3 VALVE P303 G SOFTENER #3 VALVE P324 P324 2 0 0 0 SAME AS SOFTENER VALVE #3 VALVE P303 G SOFTENER #3 VALVE P325 P325 2 0 0 0 SAME AS SOFTENER VALVE #3 VALVE P303 G LIME FEED PUMP #1 G START/STOP 0 1 0 0 2-#14 G FAIL 1 0 0 0 2-#14 G SPEED COMMAND 0 0 0 1 SH. PR. G SPEED FEEDBACK 0 0 1 0 SH. PR. G LIME FEED PUMP #2 1 1 1 1 SAME AS LIME FEED PUMP #1 G LIME FEED PUMP #3 1 1 1 1 SAME AS LIME FEED PUMP #1 G LIME FEED PUMP #4 1 1 1 1 SAME AS LIME FEED PUMP #1 G SODA ASH FEED WATER SOFTENER FAIL 1 0 0 0 2-#14 G CO2 FEED PUMP #1 G RUNNING 1 0 0 0 2-#14 G FEED RATE LBS/DAY 0 0 1 0 SH. PR. G CO2 FEED PUMP #2 1 0 1 0 SAME AS CO2 FEED PUMP #1 G CO2 FEED PUMP #3 1 0 1 0 SAME AS CO2 FEED PUMP #1 G CO2 FEED PANEL #1 G START/STOP 0 1 0 0 2-#14 TO CO2 FEED PANEL G RUNNING 1 0 0 0 2-#14 FROM CO2 FEED PANEL G FAIL 1 0 0 0 2-#14 FROM CO2 FEED PANEL G PH PHT1312 0 0 1 0 SH. PR. FROM CO2 FEED PANEL G TEMPERATURE PHT1312 0 0 1 0 SH. PR. FROM CO2 FEED PANEL G CO2 FEED PANEL #2 2 1 2 0 SAME AS CO2 FEED PANEL #1 G CO2 FEED PANEL #3 1 2 1 2 0 SAME AS CO2 FEED PANEL #1 G IFLUORIDE PUMP #1 Section 16990-28 4443.001/17-49 Section 16990-29 4443.001/1719 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT TY, I FILED CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP -G: SOFTENER NO. 3, CO2 FEED, AND FLUORIDE FEED PCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE ,,-U.y�� ZOII�+�!T�'P1I'L; Z4 [PHIS LINE INTENTIONALLY LEFT BLANK] G START/STOP 0 1 0 0 2-#14 Cl f Y CLERK G FAIL 1 0 0 0 2-#14 G SPEED COMMAND 0 0 0 1 SH. PR. G FLOW FIT1121 0 0 1 0 SH. PR. G FLUORIDE PUMP #2 1 1 1 1 SAME AS FLUORIDE PUMP #1 G FLUORIDE FEED VALVE OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR G FLUORIDE FEED VALVE REQUIRED 1 0 0 0 2-#14 FROM VALVE ACTUATOR G FLUORIDE STORAGE TANK #1 LT21402 G LEVEL 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER G TRANSMITTER FAIL 1 0 0 0 2-#14 FROM LEVEL TRANSMITTER G FLUORIDE STORAGE TANK #2 LT1422 1 0 1 0 SAME AS FLUORIDE STORAGE TANK #1 G SOFTENER #3 G FLOW FIT901 0 0 1 0 SH. PR. FROM FLOW METER G I EFFLUENT PH PHT1301 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER G EFFLUENT TEMPERATURE PHT1301 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER G EFFLUENT TURBIDITY T1501 0 0 1 0 SH. PR. FROM TURBIDITY METER G LIME FLOW METER #1 FLOW FIT921 0 0 1 0 SH. PR. FROM FLOW METER G LIME FLOW METER #2 FLOW FIT1001 0 0 1 0 SH. PR. FROM FLOW METER G LIME FLOW METER #3 FLOW FIT10210 0 1 0 SH. PR. FROM FLOW METER G LIME FLOW METER #4 FLOW FIT1101 0 0 1 0 SH. PR. FROM FLOW METER NEW SIGNALS G FLUORIDE DAY TANK WEIGHT (4.20 mA) 0 1 0 1 0 1 SH.PR. FROM EXISITNG WEIGHT TRANSMITTER IN FLUORIDE ROOM 004A G REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL -TOTALS- 1 1 32 1 9 28 7 Section 16990-29 4443.001/1719 Section 16990-30 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT NO. 17119 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP -H: LIME FEED SYSTEM NO. 2 Y017 JUL 10 PM 12: 29 PCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE CMT CLERK [THIS LINE INTENTIONALLY LEFT BLANK] H LIME FEED SCREW H START/STOP FORWARD TO SLAKER #1 0 1 0 0 2-#14 TO STARTER IN THIS CONTROL PANEL H START/STOP REVERSE TO SLAKER #2 0 1 0 0 2-#14 TO STARTER IN THIS CONTROL PANEL H RUNNING FORWARD 1 0 0 0 2-#14 FROM STARTER IN THIS CONTROL PANEL H RUNNING REVERSE 1 0 0 0 2-#14 FROM STARTER IN THIS CONTROL PANEL H BREAKER CLOSED 1 0 0 0 2-#14 FROM CIRCUIT BREAKER IN THIS CONTROL PANEL H LIME SILO BIN ACTIVATOR H REQUIRED 0 1 0 0 2-#14 H RUNNING 1 0 0 0 2-#14 H BREAKER CLOSED 1 0 0 0 2-#14 FROM CIRCUIT BREAKER IN THIS CONTROL PANEL H LIME SILO KNIFE GATE H OPENED 1 0 0 0 2-#14 FROM LIMIT SWITCH ON ACTUATOR H CLOSED 1 0 0 0 2^#14 FROM LIMIT SWITCH ON ACTUATOR H CLOSE ENABLED 1 0 0 0 2^#14 FROM RELAY IN THIS CONTROL PANEL H LIME SILO DUST COLLECTOR RUNNING 1 0 0 0 2-#14 H LIME SILO DUST COLLECTOR FAULT 1 0 0 0 2-#14 H LIMO SILO WEIGHT 0 0 1 0 SH. PR. I FROM SCALE H AIR COMPRESSOR RUNNING 1 0 0 0 2-#14 H BATCH START PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL H BATCH START PILOT LIGHT OUTPUT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL H BATCH STOP PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL H BATCH STOP PILOT LIGHT OUTPUT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL H CALIBRATION RESET PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL H IPOWER FAILURE 1 0 0 0 2-#14 FROM POWER FAIL RELAY IN THIS CONTROL PANEL H ISLAKERTANK#1 H LIME FEED DISCHARGE SOLENOID VALVE REQUIRED 0 1 0 1 0 2-#14 TO SOLENOID VALVE H LIME FEED DISCHARGE VALVE OPENED 1 0 0 1 0 1 2-#14 FROM LIMIT SWITCH H LIME FEED DISCHARGE VALVE CLOSED 1 0 0 0 2-#14 FROM LIMIT SWITCH H INLET DAMPER SOLENOID VALVE REQUIRED 0 1 0 0 2^#14 TO SOLENOID VALVE H INLET DAMPER OPENED 1 0 0 0 2-#14 FROM LIMIT SWITCH H INLET DAMPER CLOSED 1 0 0 0 2-#14 FROM LIMIT SWITCH H DISCHARGE VALVE OPEN COMMAND 01 1 0 0 2-#14 TO VALVE ACTUATOR H DISCHARGE VALVE OPENED 1 1 0 0 0 2- 14 FROM LIMIT SWITCH H DISCHARGE VALVE CLOSED 1 0 0 2^#14 FROM LIMIT SWITCH H DUST REMOVAL VALVE OPEN COMMAND 0 1 0F -20--l-2^#14 ITO VALVE ACTUATOR Section 16990-30 4443.001/17-49 Section 16990-31 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT NO. 17-49 FILED CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP -H: LIME FEED SYSTEM NO. 2 PCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE COMMENTS [THIS LINE INTENTIONALLY LEFT BLANK] H CLEANING WATER VALVE OPEN COMMAND 0 1 0 0 2-#14 TO VALVE ACTUATOR H FEED WATER VALVE OPEN COMMAND 0 1 0 0 2-#14 TO VALVE ACTUATOR H LIME CHUTE VIBRATOR VALVE OPEN COMMAND 0 1 0 0 2-#14 TO VALVE ACTUATOR H START/STOP MIXER 0 1 0 0 2-#14 TO STARTER IN THIS CONTROL PANEL H MIXER RUNNING 1 0 0 0 2-414 FROM STARTER IN THIS CONTROL PANEL H BREAKER CLOSED 1 0 0 0 2-#14 FROM CIRCUIT BREAKER IN THIS CONTROL PANEL H TANK WEIGHT 0 0 1 0 SH. PR. FROM SCALE H PRODUCT TEMPERATURE 0 0 1 0 SH.PR. FROM TEMPERATURE TRANSMITTER H SLAKER TANK #2 8 8 2 0 SAME AS SLAKER TANK #1 H SLURRYTANK H START/STOP MIXER 0 1 0 0 2-#14 TO STARTER IN THIS CONTROL PANEL H MIXER RUNNING 1 0 0 0 2-#14 FROM STARTER IN THIS CONTROL PANEL H BREAKER CLOSED 1 0 0 0 2-414 FROM CIRCUIT BREAKER IN THIS CONTROL PANEL H TANK WEIGHT 0 0 1 0 SH. PR. FROM SCALE H EMERGENCY STOP ACTIVATED 1 0 0 0 2-#14 IFROMPLISHBUTTON ON THIS CONTROL PANEL H RESET PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL H ALARM HORN OUTPUT 0 1 1 0 1 0 1 2^#14 ITO ALARM HORN H HORN SILENCE PUSHBUTTON 1 1 0 0 1 0 1 2-#14 IFROM PUSHBUTTON ON THIS CONTROL PANEL NEW SIGNALS H REPLACE UPS BATTERY 1 0 0 1 0 1 2-#14 FROM NEW UPS IN THIS CONTROL PANEL L"'TOTALS... 37 23 6 0 Section 16990-31 4443.001/17-49 Section 16990-32 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT NO. 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-K: LIME FEED SYSTEM NO. 1 1011 JUL PCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE rllyliffTS [THIS LINE INTENTIONALLY LEFT BLANK] IOWA CITY, 19WA K LIME FEED SCREW K START/STOP FORWARD 0 SLAKER #1 0 1 0 0 2-#14 TO STARTER IN THIS CONTROL PANEL K START/STOP REVERSE O SLAKER #2 0 1 0 0 2-#14 TO STARTER IN THIS CONTROL PANEL K RUNNING FORWARD 1 0 0 0 2--#14 FROM STARTER IN THIS CONTROL PANEL K RUNNING REVERSE 1 0 0 0 2^#14 FROM STARTER IN THIS CONTROL PANEL K BREAKER CLOSED 1 0 0 0 2-#14 FROM CIRCUIT BREAKER IN THIS CONTROL PANEL K LIME SILO BIN ACTIVATOR K REQUIRED 0 1 0 0 2-#14 K RUNNING 1 0 0 0 2-#14 K BREAKER CLOSED 1 0 0 0 2-#14 FROM CIRCUIT BREAKER IN THIS CONTROL PANEL K LIME SILO KNIFE GATE K OPENED 1 0 0 0 2-#14 FROM LIMIT SWITCH ON ACTUATOR K CLOSED 1 0 0 0 2-#14 FROM LIMIT SWITCH ON ACTUATOR K CLOSE ENABLED 1 0 0 0 2^#14 FROM RELAY IN THIS CONTROL PANEL K LIME SILO DUST COLLECTOR RUNNING 1 0 0 0 2-#14 K LIME SILO DUST COLLECTOR FAULT 1 0 0 0 2-#14 K LIMO SILO WEIGHT 0 0 1 0 SH. PR. FROM SCALE K AIR COMPRESSOR RUNNING 1 0 0 0 2-#14 K BATCH START PUSHBUTTON 1 0 0 0 2^#14 FROM PUSHBUTTON ON THIS CONTROL PANEL K BATCH START PILOT LIGHT OUTPUT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL K BATCH STOP PUSHBUTTON 1 0 0 0 2-#14 IFROM PUSHBUTTON ON THIS CONTROL PANEL K BATCH STOP PILOT LIGHT OUTPUT 0 1 0 0 1 2^#14 ITO PILOT LIGHT ON THIS CONTROL PANEL K CALIBRATION RESET PUSHBUTTON 1 0 0 0 1 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL K POWER FAILURE 1 1 0 0 0 1 2-#14 FROM POWER FAIL RELAY IN THIS CONTROL PANEL K SLAKERTANK#1 K LIME FEED DISCHARGE SOLENOID VALVE REQUIRED 0 1 1 0 0 1 2-#14 TO SOLENOID VALVE K LIME FEED DISCHARGE VALVE OPENED 1 0 0 0 2-#14 FROM LIMIT SWITCH K LIME FEED DISCHARGE VALVE CLOSED 1 0 0 0 2-#14 FROM LIMIT SWITCH K INLET DAMPER SOLENOID VALVE REQUIRED 0 1 0 0 2-#14 TO SOLENOID VALVE K INLET DAMPER OPENED 1 0 0 0 2-#14 FROM LIMIT SWITCH K INLET DAMPER CLOSED 1 0 0 0 2-#14 FROM LIMIT SWITCH K DISCHARGE VALVE OPEN COMMAND 0 1 0 0 2-#14 TO VALVE ACTUATOR K DISCHARGE VALVE OPENED 1 0 0 0 2-#14 FROM LIMIT SWITCH K DISCHARGE VALVE CLOSED 1 0 0 0 2-#14 FROM LIMIT SWITCH KDUST REMOVAL VALVE OPEN COMMAND 0 1 0 0 2-#14 TO VALVE ACTUATOR K CLEANING WATER VALVE OPEN COMMAND 0 1 0 1 0 1 2-#14 TO VALVE ACTUATOR Section 16990-32 4443.001/17-49 Section 16990-33 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT NO. 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP -K: LIME FEED SYSTEM NO. 1 PCP EQUIPMENT NAME NUMBER DI DO AI AO WIRE COMMENTS [THIS LINE INTENTIONALLY LEFT BLANK]IN K FEED WATER VALVE OPEN COMMAND 0 1 0 0 2-#14 TO VANUMIUAVIRIOWA K LIME CHUTE VIBRATOR VALVE OPEN 0 1 0 0 2--#14 TO VALVE ACTUATOR K START/STOP MIXER 0 1 0 0 2-#14 TO STARTER IN THIS CONTROL PANEL K MIXER RUNNING 1 0 0 0 2-#14 FROM STARTER IN THIS CONTROL PANEL K BREAKER CLOSED 1 0 0 0 2-#14 FROM CIRCUIT BREAKER IN THIS CONTROL PANEL K TANK WEIGHT 0 0 1 0 SH. PR. FROM SCALE K PRODUCT TEMPERATURE 0 0 1 0 SH. PR. FROM TEMPERATURE TRANSMITTER K ISLAKERTANK#2 8 8 2 0 SAME AS SLAKER TANK #1 K ISLURRYTANK K START/STOP MIXER 0 1 0 0 2-#14 TO STARTER IN THIS CONTROL PANEL K MIXER RUNNING 1 0 0 0 2-#14 FROM STARTER IN THIS CONTROL PANEL K BREAKER CLOSED 1 0 0 0 2-#14 FROM CIRCUIT BREAKER IN THIS CONTROL PANEL K TANK WEIGHT 0 0 1 0 SH. PR. FROM SCALE K EMERGENCY STOP ACTIVATED 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL K RESET PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL K ALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN K HORN SILENCE PUSHBUTTON 1 0 1 0 1 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL NEW SIGNALS K REPLACE UPS BATTERY 1 0 0 0 2^#14 FROM NEW UPS IN THIS CONTROL PANEL wo "'TOTALS— 37 23 6 Section 16990-33 4443.001/17-49 Section 16990-34 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT1749 /= f CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-L: SOFTENER NO. 2, PHOSPHATE FEED, AND PERMANGANATE FEED 2017 t PCP EQUIPMENT NAME NUMBER I DI I DO Al AO WIRE COMMENTS ` - [THIS LINE INTENTIONALLY LEFT BLANK] L CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL POWER ROL PANEL L SOFTENER #2 VALVE 8418 8418 L POSITION COMMAND 0 0 0 1 SH. PR. TO VALVE ACTUATOR L POSITION FEEDBACK 0 0 1 0 SH. PR. FROM VALVE ACTUATOR L CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR L SOFTENER #2 VALVE 8502 8502 L POSITION FEEDBACK 0 0 1 0 SH. PR. FROM VALVE ACTUATOR L CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR L SOFTENER #2 VALVE P302 P302 L OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR L CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR L SOFTENER #2 VALVE P312 P312 2 0 0 0 SAME AS SOFTENER VALVE #3 VALVE P303 L SOFTENER #2 VALVE P322 P322 2 0 0 0 SAME AS SOFTENER VALVE #3 VALVE P303 L SOFTENER #2 VALVE P323 P323 2 0 0 0 SAME AS SOFTENER VALVE #3 VALVE P303 L AERATORIBLOWER #2 L IN AUTO 1 1 0 0 0 1 2-#14 L RUNNING 1 0 0 0 2-#14 L AERATORIBLOWER #4 2 0 0 0 SAME AS AERATOR/BLOW ER #2 L AERATOR/BLOWER #21#4 REQUIRED 0 1 0 0 2-#14 L KMn04SYSTEM L KMnO4 DAY TANK L LEVEL 0 0 1 0 SH. PR. L TRANSMITTER FAIL 1 0 0 0 2-#14 L KMnO4 BATCH TANK 1 0 1 0 SH. PR. SAME AS KMnO4 DAY TANK L KMnO4 BOOSTER PUMP RUNNING 1 1 0 0 0 2-#14 L KMnO4 PUMP #1 RUNNING 1 0 0 0 1 2-#14 L KMnO4 PUMP #2 RUNNING 1 0 0 0 2-#14 L KMnO4 PUMP #3 RUNNING 1 0 0 0 2-#14 L KMnO4 PUMP #4 RUNNING 1 0 0 0 2-#14 L KMnO4 BATCH TANK MIXER RUNNING 1 0 0 0 2-#14 L KMnO4 SYSTEM READY 1 0 0 0 2-#14 L KMnO4 REQUIRED 0 1 0 0 2-#14 L KMnO4 SYSTEM ALARM 1 0 0 0 2-#14 L PHOSPHATE SYSTEM PHOSPHATE MIXER RUNNING 1 10 0 0 2-#14 L PHOSPHATE SOLENOID OPENED 1 0 0 0 2-#14 L PHOSPHATE TANK HIGH LEVEL1 1 0 1 0 1 0 1 2-#14 Section 16990-34 4443.001/17-49 Section 16990-35 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-L: SOFTENER NO. 2, PHOSPHATE FEED, AND PERMANGANATE Ftp, JUL ' LPL' CUA PCP EQUIPMENT NAME NUMBER DI DO AI AO WIRE [THIS LINE INTENTIONALLY LEFT BLANK] IWA C 1i'I; A L PHOSPHATE TANK LOW LEVEL 1 0 0 0 2-#14 L PHOSPHATE REQUIRED 0 1 0 0 2-#14 L PHOSPHATE FEED RATE 0 0 1 0 SH. PR. L PHOSPHATE BULK BAG WEIGHT 0 0 1 0 SH. PR. L PHOSPHATE FAIL 1 0 0 0 2-#14 L PHOSPHATE PUMP RUNNING 1 0 0 0 2-#14 L PHOSPHATE PUMP REQUIRED 0 1 0 0 2-#14 L PHOSPHATE SYSTEM IN AUTO 1 0 0 0 2-#14 L ORTHOPHOSPHATE SYSTEM 7 2 2 0 SAME AS PHOSPHATE SYSTEM L SOFTENER#2 L FLOW FIT901 0 0 1 0 SH. PR. FROM FLOW METER L EFFLUENT PH PHT1101 0 0 1 0 SH. PR. FROM PHTEMPERATURE TRANSMITTER L EFFLUENT TEMPERATURE PHT1101 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER L EFFLUENT TURBIDITY T1201 0 0 1 0 SH. PR. FROM TURBIDITY METER L KMnO4 SAND PIT INTAKE FLOW FIT921 0 0 1 0 SH. PR. FROM FLOW METER L KMnO4 RIVER INTAKE FLOW FIT1001 0 0 1 0 SH. PR. FROM FLOW METER L KMnO4 HEAD TANK FLOW FIT1021 0 0 1 0 SH. FROM FLOW METER L KMn04 TOTAL PLANT WATER FLOW 0 0 0 1 SH!PR! TO L PHOSPHATE COMBINED RAW WATER FLOW i 0 0 0 1 1 1 SH. PR. ITO L TOTAL CT TANK INFLUENT FLOW 0 0 0 1 1 1 SH. PR. ITO NEW SIGNALS L REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL "'TOTALS"" 40 6 15 4 Section 16990-35 4443.001/17-49 Section 16990-36 4443.001/17-49 2017 WATER TREATMENT PLANT SCADA UPGRADES STRAND ASSOCIATES, INC. FILED CONTRACT 17.49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/O LISTING - PCP -M: SOFTENER NO. 1, POLYMER FEED, AND FERRIC SULFATE 2017 JUL 10 PH 1 PCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE COM M rf r7 RK [THIS LINE INTENTIONALLY LEFT BLANK] i M CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL POWER RELAY IN THIS CONTROL PANEL M SOFTENER #1 VALVE 8417 8417 M POSITION COMMAND 0 0 0 1 SH. PR. TO VALVE ACTUATOR M POSITION FEEDBACK 0 0 1 0 SH. PR. FROM VALVE ACTUATOR M CLOSED 1 0 0 0 2--#14 FROM VALVE ACTUATOR M SOFTENER #1 VALVE B501 B501 M POSITION FEEDBACK 0 0 1 0 SH. PR. FROM VALVE ACTUATOR M CLOSED 1 0 0 0 2-414 FROM VALVE ACTUATOR M SOFTENER #1 VALVE P301 P301 M OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR M CLOSED 1 0 0 0 2-4M4 FROM VALVE ACTUATOR M SOFTENER #1 VALVE P311 P311 2 0 0 0 SAME AS SOFTENER #1 VALVE P301 M SOFTENER #1 VALVE P320 P320 2 0 0 0 SAME AS SOFTENER #1 VALVE P301 M SOFTENER #1 VALVE P321 P321 2 0 0 0 SAME AS SOFTENER #1 VALVE P301 M POWER MIXER M IN AUTO 1 0 0 0 2-#14 M RUNNING 1 0 0 0 2-#14 M START/STOP 0 1 0 0 2-#14 M BLOWER #1 M IN AUTO 1 0 0 0 2-#14 M RUNNING 1 0 0 0 2-#14 M BLOWER #3 2 0 0 0 SAME AS BLOWER#1 M BLOWER #1/#3 REQUIRED 0 1 0 0 2-414 M ILIQUID COAGULANT PUMP #1 M START/STOP 0 1 0 0 2-#14 M FAIL 1 0 0 0 2-#14 M FLOW AMOUNT REQUIRED 0 0 0 1 SH. PR. M LIQUID COAGULANT PUMP #2 1 1 0 1 SAME AS LIQUID COAGULANT PUMP #1 M LIQUID COAGULANT PUMP #3 1 1 0 1 SAME AS LIQUID COAGULANT PUMP #1 M LIQUID COAGULANT PUMP #4 1 1 0 1 SAME AS LIQUID COAGULANT PUMP #1 M LIQUID COAGULANT PUMP #5 1 1 0 1 SAME AS LIQUID COAGULANT PUMP #1 M POLYMER SCALE #1 WEIGHT 0 0 1 1 0 SH. PR. FROM POLYMER SCALE M POLYMER SCALE #2 WEIGHT 0 0 1 0 SH. PR. FROM POLYMER SCALE M IPOLYMER SCALE #3 WEIGHT 0 01 0 SH. PR. FROM POLYMER SCALE M POLYMER SCALE #4 WEIGHT 0 0 1 0 SH. PR. FROM POLYMER SCALE M POLYMER SCALE FAIL 1 0 0 1 0 2-#14 M POLYMER/ACTIVATOR FEEDER #1 Section 16990-36 4443.001/17-49 Section 16990-37 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-49 FILED CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-M: SOFTENER NO. 1, POLYMER FEED, AND FERRIC SULFATEY011 JUL 10PN 12: 30 PCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE CqFyECjlRK [THIS LINE INTENTIONALLY LEFT BLANK] M IN AUTO 1 0 0 0 2-#14 M RUNNING 1 0 0 0 2-#14 M START/STOP 0 1 0 0 2-#14 M FAIL 1 0 0 0 2-#14 M FLOW AMOUNT REQUIRED 0 0 0 1 SH. PR. M POLYMERIACTIVATOR FEEDER #2 3 1 0 1 SAME AS POLYMER/ACTIVATOR FEEDER #1 M POLYMER/ACTIVATOR FEEDER 93 3 1 0 1 SAME AS POLYMER/ACTIVATOR FEEDER #1 M I POLYMERIACTIVATOR FEEDER 94 3 1 0 1 SAME AS POLYMERIACTIVATOR FEEDER #1 M LIQUID COAGULANT TANK #1 LT1402 M LEVEL 0 0 1 0 SH. PR. M TRANSMITTER FAIL 1 0 0 0 2^#14 M LIQUID COAGULANT TANK 92 LT1422 1 0 1 0 SAME AS LIQUID COAGULANT TANK #1 M LIQUID COAGULANT TANK #3 LT1502 1 0 1 0 SAME AS LIQUID COAGULANT TANK #1 M LIQUID COAGULANT/SOFTENER#1 FLOW FIT1021 0 0 1 0 SH. PR. FROM FLOW METER M LIQUID COAGULANT/SOFTENER #2 FLOW FIT1102 0 0 1 0 SH. PR. FROM FLOW METER M LIQUID COAGULANT/SOFTENER #3 FLOW FIT1121 0 0 1 0 SH. PR. FROM FLOW METER M ILIQUID COAGULANT/POWER MIXER FLOW FIT1201 0 0 1 0 SH. PR. FROM FLOW METER M SOFTENER #1 M FLOW FIT1001 0 0 1 0 SH. PR. FROM FLOW METER M EFFLUENT PH PHT1301 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER M EFFLUENT TEMPERATURE PHT1301 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER M EFFLUENT TURBIDITY T1601 0 0 1 0 SH. PR. FROM TURBIDITY METER NEW SIGNALS M REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL "«TOTALS"" 1 1 39 1 11 1 17 1 10 Section 16990-37 4443.001/17-49 Section 16990-38 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-N: SUMP PUMP AND RAW WATER FLO1017 JUL 10 PM 12' 30 PCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE ENTS [THIS LINE INTENTIONALLY LEFT BLANK] IOWA N CONTROL POWER FAIL 1 0 0 0 2-x#14 FROM CONTROL POWER RELAY IN THIS CONTROL PANEL N GROUNDWATER VALVE 8413 8413 N POSITION COMMAND 0 0 0 1 SH. PR. TO VALVE ACTUATOR N POSITION FEEDBACK 0 0 1 0 SH. PR. FROM VALVE ACTUATOR N CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR N SURFACE WATER VALVE B414 8414 1 0 1 1 SAME AS GROUNDWATER VALVE B413 N SUMP PUMP #1 RUNNING 1 0 0 0 2-#14 N ISUMP PUMP #2 RUNNING 1 0 0 0 2-#14 N SUMP PUMP HIGH LEVEL ALARM 1 0 0 0 2-#14 N SURFACE WATER FLOW 0 0 1 0 SH. PR. FROM FLOW METER N SLUDGE LAGOON FLOW N EFFLUENT FLOW 0 0 1 0 SH. PR. FROM FLOW METER N TRANSMITTER FAIL 1 0 0 0 2-#14 FROM FLOW METER N GROUNDWATER N FLOW FIT1001 0 0 1 0 SH. PR. FROM FLOW METER N EFFLUENT PH PHT1301 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER N EFFLUENT TEMPERATURE PHT1301 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER N EFFLUENT TURBIDITY 71601 0 0 1 0 SH. PR. FROM TURBIDITY METER N SAND PIT/RIVER WATER N PH PHT1301 0 0 1 0 SH. PR. FROM PH/TEMPERATURE TRANSMITTER N TEMPERATURE PHT1301 0 0 1 1 0 1 SH. PR. FROM PH/TEMPERATURE TRANSMITTER N TURBIDITY T1601 0 0 1 1 0 1 SH. PR. FROM TURBIDITY METER NEW SIGNALS N REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL '**TOTALS*'* 8 1 0 1 11 1 2 Section 16990-38 4443.001/17-49 Section 16990-39 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT1749 FILED CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-P: FILTERS NO. 1 & 2 ' 2017 JUL 10 PH 12: 30 PCP EQUIPMENT NAME NUMBER DI 1 DO Al AO WIRE Ee[ERK [THIS LINE INTENTIONALLY LEFT BLANK] I U W A tol I T. 1 U .4A P CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL POWER RELAY IN THIS CONTROL PANEL P FILTER#1 INFLUENT VALVE B310 P OPENED 1 0 0 0 2-414 FROM VALVE ACTUATOR P CLOSED 1 0 0 0 2^#14 FROM VALVE ACTUATOR P OPEN PUSHBUTTON 1 0 0 0 2^#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL P CLOSE PUSHBUTTON 1 0 0 0 2-#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL P OPEN COMMAND 0 1 0 0 2-#14 TO VALVE ACTUATOR P IFILTER #2 INFLUENT VALVE B320 4 1 1 0 0 SAME AS FILTER#1 INFLUENT VALVE P FILTER#1 BACKWASH VALVE B311 4 1 0 0 SAME AS FILTER#1 INFLUENT VALVE P FILTER #2 BACKWASH VALVE 8321 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE P FILTER #1 DRAW DOWN VALVE 8312 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE P FILTER #2 DRAW DOWN VALVE B322 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE P FILTER #1 AIR SCOUR VALVE 8315 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE P FILTER #2 AIR SCOUR VALVE 8325 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE P FILTER #1 FILTER TO WASTE VALVE B315 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE P FILTER #2 FILTER TO WASTE VALVE 8325 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE P FILTER #1 EFFLUENT VALVE 8315 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE P IFILTER #2 EFFLUENT VALVE 8325 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE P AIR BLOWER#1 P IN HAND 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL P IN AUTO 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL P RUNNING PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL P START/STOP 0 1 0 0 2-#14 TO? P FAIL PILOT LIGHT 0 1 0 0 2-4114 TO PILOT LIGHT ON THIS CONTROL PANEL P RESET PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL P AIR BLOWER 02 3 3 0 0 SAME AS AIR BLOWER #1 P IBACKWASH PUMP #1 3 3 0 0 SAME AS AIR BLOWER #1 P BACKWASH PUMP #2 3 3 0 0 SAME AS AIR BLOWER #1 P BACKWASH MODULATING VALVE P OPENED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL P CLOSED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL P IN OPEN 1 0 0 0 2-#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL P IN CLOSE 1 0 0 0 2-#14 FROM 0- -A SWITCH ON THIS CONTROL PANEL P IN AUTO 1 0 0 0 2-#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL P POSITION COMMAND 0 0 21 SH. PR. TO VALVE ACTUATOR P LAMP TEST PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL P ALARM HORN OUTPUT 1 0 1 1 0 1 0 1 2--#14 TO ALARM HORN Section 16990-39 4443.001/17-49 Section 16990-40 4443.001/1749 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-P: FILTERS NO. 1 & 2 I ON r PCP EQUIPMENT NAME NUMBER DI DON AO WIRE COMMENTS [THIS LINE INTENTIONALLY LEFT BLANK] P SILENCE PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTT 09 d0rAWW PANEL P FILTER #1 P INITIATE BACKWASH PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL P BACKWASH START/STOP 0 1 0 0 2-#14 TO? P FAULT RESET PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL P FAULT OUTPUT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL P ABORT BACKWASH PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL P BACKWASHING IN AUTO 1 0 0 0 2-#14 FROM MANUAL-AUTO SWITCH ON THIS CONTROL PANEL P LEVEL LT1602 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER P LEVEL TRANSMITTER FAIL 1 0 0 0 2-#14 FROM LEVEL TRANSMITTER P EFFLUENT TURBIDITY T1701 0 0 1 0 SH. PR. FROM TURBIDITY METER P HEADLOSS 0 0 1 0 SH.PR. FROM HEADLOSS METER P FILTER #2 5 2 3 0 SAME AS FILTER #1 P COMMON FILTER TO WASTE VALVE IN OPEN 1 0 0 0 2-#14 OZ-A FROM O-A SWITCH ON THIS CONTROL PANEL P IN CLOSE 1 0 0 1 0 2-#14 1 FROM O-C-A SWITCH ON THIS CONTROL PANEL P OPENED OUTPUT 0 1 0 0 2-#14 TO PILOT LIGHT P CLOSED OUTPUT 0 1 0 1 0 2-#14 TO PILOT LIGHT P BACKWASH TURBIDITY 1 0 0 1 1 0 1 SH. PR. I FROM TURBIDITY METER P BACKWASH FLOW 1 0 0 1 1 0 1 SH. PR. I FROM FLOW METER NEW SIGNALS P REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL "`TOTALS'"` 79 33 1 8 1 1 Section 16990-40 4443.001/1749 Section 16990-41 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES FILED CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-Q: FILTERS NO. 3 & 4 PCP EQUIPMENT NAME NUMBER I DI I DO Al AO WIRE COMMENTS [THIS LINE INTENTIONALLY LEFT BLANK] Q CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL POWDMIMTWUNTROL PANEL Q FILTER #3 INFLUENT VALVE 8330 Q OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR Q CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR Q IN OPEN 1 0 0 0 2-#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL Q IN CLOSE 1 0 0 0 2^#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL Q OPEN COMMAND 0 1 0 0 2-#14 TO VALVE ACTUATOR Q IFILTER #4 INFLUENT VALVE B340 1 4 1 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q FILTER #3 BACKWASH VALVE 8331 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q FILTER #4 BACKWASH VALVE 8341 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q FILTER #3 DRAW DOWN VALVE B332 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q FILTER #4 DRAW DOWN VALVE B342 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q FILTER #3 AIR SCOUR VALVE B335 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q FILTER #4 AIR SCOUR VALVE IB345 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q FILTER #3 FILTER TO WASTE VALVE B333 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q IFILTER #4 FILTER TO WASTE VALVE 8343 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q FILTER #3 EFFLUENT VALVE B334 4 1 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q FILTER #4 EFFLUENT VALVE 8344 4 1 1 0 0 SAME AS FILTER #1 INFLUENT VALVE Q AIR BLOWER #1 Q IN HAND 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL Q IN AUTO 1 0 0 0 2-#14 FROM H-O-A SWITCH ON THIS CONTROL PANEL Q RUNNING PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q START/STOP 0 1 0 0 2-#14 TO T Q FAIL PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q RESET PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL Q AIR BLOWER #2 3 3 0 0 SAME AS AIR BLOWER#1 Q BACKWASH PUMP 01 3 3 0 0 SAME AS AIR BLOWER #1 Q BACKWASH PUMP #2 3 3 0 0 SAME AS AIR BLOWER #1 Q BACKWASH MODULATING VALVE Q OPENED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q CLOSED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q IN OPEN 1 0 0 0 2-#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL Q IN CLOSE 1 0 0 0 2-#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL Q IN AUTO 1 0 0 0 2-#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL QPOSITION COMMAND 0 0 0 1 SH. PR. TO VALVE ACTUATOR Q LAMP TEST PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL Q JALARM HORN OUTPUT 0 1 0 0 2-#14 TO ALARM HORN Section 16990-41 4443.001/17-49 Section 16990-42 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-09 FILED CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/O LISTING - PCP -Q: FILTERS NO. 3 & 4 PCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE 2917 JULckSm I�FIEL• [THIS LINE INTENTIONALLY LEFT BLANK] Q SILENCE PUSHBUTTON 1 0 0 0 2-4114 FROM PUSHBUTTON I PANEL Q FILTER #3 Q INITIATE BACKWASH PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL Q BACKWASH START/STOP 0 1 0 0 2-#14 TO? Q FAULT RESET PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL Q FAULT OUTPUT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL Q ABORT BACKWASH PUSHBUTTON 1 0 0 0 2-414 FROM PUSHBUTTON ON THIS CONTROL PANEL Q BACKWASHING IN AUTO 1 0 0 0 2-#14 1 FROM MANUAL -AUTO SWITCH ON THIS CONTROL PANEL Q LEVEL 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER Q LEVEL TRANSMITTER FAIL 1 0 0 0 2-#14 FROM LEVEL TRANSMITTER Q EFFLUENT TURBIDITY 0 0 1 0 SH. PR. FROM TURBIDITY METER Q HEADLOSS 0 0 0 1 SH. PR. FROM HEADLOSS METER Q FILTER #4 5 2 3 0 SAME AS FILTER #3 Q COMMON FILTER TO WASTE VALVE Q IN OPEN 1 0 0 0 2^#14 FROM O -C -A SWITCH ON THIS CONTROL PANEL Q IN CLOSE 1 0 0 0 2-#14 FROM O -C -A SWITCH ON THIS CONTROL PANEL Q OPENED OUTPUT 0 1 0 0 2-#14 TO PILOT LIGHT Q CLOSED OUTPUT 0 1 0 0 2-#14 TO PILOT LIGHT Q BACKWASH TURBIDITY 1 0 1 0 1 1 1 0 1 SH. PR. IFROM TURBIDITY METER Q BACKWASH FLOW 1 0 f 01 1 1 0 1 SH. PR. IFROM FLOW METER NEW SIGNALS Q REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL """TOTALS""" 79 33 7 1 2 Section 16990-42 4443.001/17-49 Section 16990-43 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/O LISTING - PCP -R: FILTER NO. 5 FILED 2017 JULP PCP EOUIPMENT NAME NUMBER DI DO Al AO WIRE [THIS LINE INTENTIONALLY LEFT BLANK] R CONTROL POWER FAIL 1 0 0 0 2-#14 FROM CONTROL WIRM 1�4ft CONTROL PANEL R FILTER#5 INFLUENT VALVE 8350 R OPENED 1 0 0 0 2-#14 FROM VALVE ACTUATOR R CLOSED 1 0 0 0 2-#14 FROM VALVE ACTUATOR R OPEN PUSHBUTTON 1 0 0 0 2-#14 FROM O -C -A SWITCH ON THIS CONTROL PANEL R CLOSE PUSHBUTTON 1 0 0 0 2-#14 FROM O -C -A SWITCH ON THIS CONTROL PANEL R OPEN COMMAND 0 1 0 0 2-#14 TO VALVE ACTUATOR R I FILTER #6 INFLUENT VALVE B360 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R FILTER #5 BACKWASH VALVE B351 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R FILTER #6 BACKWASH VALVE B361 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R FILTER #5 DRAW DOWN VALVE 8352 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R FILTER #6 DRAW DOWN VALVE B362 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R FILTER #5 AIR SCOUR VALVE B355 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R FILTER #6 AIR SCOUR VALVE B365 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R FILTER #5 FILTER TO WASTE VALVE 8353 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R FILTER #6 FILTER TO WASTE VALVE B363 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R FILTER #5 EFFLUENT VALVE B354 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R FILTER #6 EFFLUENT VALVE B364 4 1 0 0 SAME AS FILTER #1 INFLUENT VALVE R AIR BLOWER #1 R IN HAND 1 0 0 0 2-#14 FROM H -O -A SWITCH ON THIS CONTROL PANEL R IN AUTO 1 0 0 0 2-#14 FROM H -O -A SWITCH ON THIS CONTROL PANEL R RUNNING PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R START/STOP 0 1 0 0 2-414 TO ? R FAIL PILOT LIGHT 0 1 0 0 2-414 TO PILOT LIGHT ON THIS CONTROL PANEL R RESET PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL R AIR BLOWER #2 3 3 0 0 SAME AS AIR BLOWER #1 R BACKWASH PUMP #1 3 3 0 0 SAME AS AIR BLOWER #1 R BACKWASH PUMP #2 3 3 0 0 SAME AS AIR BLOWER #1 R BACKWASH MODULATING VALVE R OPENED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R CLOSED PILOT LIGHT 0 1 0 0 2-#14 TO PILOT LIGHT ON THIS CONTROL PANEL R IN OPEN 1 0 0 0 2-#14 FROM O -C -A SWITCH ON THIS CONTROL PANEL R IN CLOSE 1 0 0 0 2-#14 FROM O -C -A SWITCH ON THIS CONTROL PANEL R IN AUTO 1 0 0 0 2-#14 FROM O -C -A SWITCH ON THIS CONTROL PANEL R POSITION COMMAND 0 0 i 0 1 SH. PR. TO VALVE ACTUATOR R LAMP TEST PUSHBUTTON 1 0 0 0 1 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL R JALARM HORN OUTPUT 0 1 0 0 1 2-#14 TO ALARM HORN Section 16990-43 4443.001/17-49 Section 16990-44 4443.001/17-49 STRAND ASSOCIATES, INC. 2017 WATER TREATMENT PLANT SCADA UPGRADES CONTRACT 17-49 CITY OF IOWA CITY, IOWA SCADA SYSTEM 1/0 LISTING - PCP-R: FILTER NO. 5 FILED 10 PM12:30 PCP EQUIPMENT NAME NUMBER DI DO Al AO WIRE [THIS LINE INTENTIONALLY LEFT BLANK] - 1, R SILENCE PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTT ANEL R FILTER #5 R INITIATE BACKWASH PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL R BACKWASH START/STOP 0 1 0 0 2-#14 TO 7 R FAULT RESET PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL R FAULT OUTPUT 0 1 0 0 2-414 TO PILOT LIGHT ON THIS CONTROL PANEL R ABORT BACKWASH PUSHBUTTON 1 0 0 0 2-#14 FROM PUSHBUTTON ON THIS CONTROL PANEL R I BACKWASHING IN AUTO 1 0 0 0 2-#14 FROM MANUAL-AUTO SWITCH ON THIS CONTROL PANEL R LEVEL 0 0 1 0 SH. PR. FROM LEVEL TRANSMITTER R LEVEL TRANSMITTER FAIL 1 0 0 0 2-#14 FROM LEVEL TRANSMITTER R EFFLUENT TURBIDITY 0 0 1 0 SH. PR. FROM TURBIDITY METER R HEADLOSS 0 0 0 1 SH.PR. FROM HEADLOSS METER R FILTER#6 5 2 3 0 SAME ASFILTER #6 R COMMON FILTER TO WASTE VALVE R IN OPEN 1 0 0 0 2--#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL R IN CLOSE 1 0 0 0 2-#14 FROM O-C-A SWITCH ON THIS CONTROL PANEL R OPENED OUTPUT 0 1 0 0 2-#14 TO PILOT LIGHT R CLOSED OUTPUT 0 1 g0 2-#14 TO PILOT LIGHT R BACKWASH TURBIDITY 0 0 1 0 SH. PR. FROM TURBIDITY METER R BACKWASH FLOW 0 0 1 0 1 SH. PR. FROM FLOW METER NEW SIGNALS R REPLACE UPS BATTERY 1 0 0 0 2-#14 FROM NEW UPS IN THIS CONTROL PANEL �q2 "'TOTALS"' 1 79 1 33 7 Section 16990-44 4443.001/17-49 SAMPLE DRAWINGS o D -+ c7 -C -4; - o .<rn Sm "o = Q *: N D G4 0 L M7 Cw3Sn GAN),,, 33"R.L0 F/0)IND II311A)ED IT R[pNRCO 01 SPEC, TERMINALS SWITCHES [.R A MIAMI= Km �— XSCRIPrION Im TIL. D KS[[ MiiAAR D LAW IESI) INTERNAL USE ONLY PRI ISINLSLLT pPEN 01nCTbl u PVS.NTiN CONNECTED CD M 101 0{C1RIc Y00R Dint VIM A41RSIARLE FOR I DEVICES LOCATED FINDING Qu NORSAW.Ly CLOSED M PIN! �1111A CN rm GIs rl--r�Co RI CONICCTED Rvt rLw svusN ry 11X1 NORNVli CLOSED L9NgICTO` [f4 NISNAORN KAD SNICLD PD] em.. C -ST? FIELD C 70R BENZ M 1 EMI. DFpNp 1 1 KCWNICµ CONNECTION Cw3Sn GAN),,, 33"R.L0 F/0)IND II311A)ED IT R[pNRCO 01 SPEC, TERMINALS CRI [.R A TERMINAL SLOLIf FOR LENrRDl RELAY r1EL0 TERNNAT1ON TIL. D 1ERNIINL BUSER FN M INTERNAL USE ONLY .Ar• TEAMNATION W o T[pNIrNT10Y M ONN, M 101 0{C1RIc Y00R FIR VERNAL GREE]( VIM A41RSIARLE FOR I DEVICES LOCATED FINDING Qu LLOCATED INIpIW- RELAY COILS CRI ID O�—KVICE LENrRDl RELAY VSI NpNMLLY WIN ow INcaASE ADIWVt M AN .Ar• O M Of ISTARTER rN M KSISID. E58 pW M 101 0{C1RIc Y00R O VIM A41RSIARLE y FINDING Qu RE, . O[rC M LSE W SOLI Ov[n LN RIX rl--r�Co RI SM1EMO N scl asQ 1sT .1PVS° TWO MINDS SELECTOR O O R Swr" Naw IN 'POSI' LCNrwl ..DE IN SSR "in Puslim SELECTOR Ay ' SVnTIO SMMI IN TOO" P65tTIONm AR°pV M°IG)CS SPR]W I KFUIN FRN TOS]' O Ob i;$ 1_ CONTACT MINE IN WST' SS] Nt NID y pa SRR ro..a. Srcim S 1 VIrM SxDVN IN •K.J. � w1nN 0 0� CNSA[1 ASK IM TOS]' LIMIT SWITCHES 231 MRNAaT MEN is 2S2 MNLALLY CLOSED 1� Zri ARMLET OPEN MttD CLOSED PROCESS SWITCHES IIA.. NCHµ NrPul KN AD IORDLO sena VSI NpNMLLY WIN ow INcaASE ADIWVt TLONSCOBB: ,SE ANALOGW .Ar• R� IDgOt[ rvncN rN NpLLY CLOSED KSISID. E58 pW OPEN DN INCREASE WITH LOB N xmEKE roam¢ o LImOU LEVC- SVIIN y AISN I Y BEN c1.SE ON Rx NSO LIKID «VBA SVSCN LSE WRWYAY MOSS p..iT Vn Ov[n LN RIX vatA(( NAD Rvt rLw svusN ry MRWLLY oho JNM ttox N IKKAx rLa SOD SOPS FLOW NIiCN rs2 NORMALLY MIXED o- �o MEN N IKKASE FLOW BENZ M PRESLIRE Wit. MRCLINLLY IVEN OSE N RK RISC rpO X1Q PRESSIRE SVIYN PSE NORNALLY CLOSED O`S OPEN ON RISE CRI RSO, ISI 1[WERAIIRE SVITCM NNMµLT MEN CIO 003 TERPERAIW 111TH r3E MaNVLLT CLOSED PFO BEN N RISC PILOT L1U47S AL OI, PROF LINT CpLmp ANKR COLOR COpEi A-AIOCTr W-VWX R-RLp R -GREG G-GKLN �n /R�P IE1O PVSN M TEST 0@ PILDI LIGNI 234 NORAALLY CLOSED l.LD BEM D A \ Orb TKRNµ OVERLOAD l 00 DEVICE ID / DRAWING CROSS REFERENCE xaLR:ME ao-ss YXR•YR YRYRX-YYY L F"LY gDii RC Etp<EWVIW unKR mR-999 ruOLY CONE ApCV1A1W2 L"A, TOR ESNIRE• C4 IDI PM01 KnGNAIM A -S ,,I ..ER INPUT/OUTPUT DEVICES �VRO a(Jiµ 1W VI ADISREMQIA2. RACNIXDI/ ., D BOG alwr e)R• aANvsLDTAPNNr COIL CONTACTS IIA.. NCHµ NrPul KN AD Amlw-LY BASEL MINIXT R IXOVPDINr GRR ADIWVt Sp ANu., atlKD nowr ANALOGW .Ar• RAmf/ADtRgNT D BOG alwr e)R• aANvsLDTAPNNr COIL CONTACTS CRI KN 1µx. IM W PDVER .1 Amlw-LY BASEL MINIXT CRR GRR yf Sp ANu., atlKD nowr 1M RGM41T WON CNIKI I)VR N KLA, rN 1RDM1WLT 4oKD CN1AC1 KSISID. E58 pW N RE AY WITH LOB N xmEKE RQMYLT BAENI @r1ACI o BF RELAY NtlONLLY CLOSED CONIACT [APntIN. amt. OFF DELAY N S CINs ML C%1(D1A, Ivµ CONTROL MISCELLANEOUS cN 0 o C1RCun HEALER .AW WIN AAPERAQ rul VIRE COLOR STANDARDS KN 1µx. IM W PDVER .1 VNr NNtE, AMRµ AC GRR GREEN. CA0.N0 KD KD, CONTROL POWER AC X. alf. OuWIROL PoWER K Au/S 110 WIT. STMI cs.r. N S CINs ML C%1(D1A, Ivµ CONTROL MISCELLANEOUS cN 0 o C1RCun HEALER .AW WIN AAPERAQ rul 0:3 tuft WU. AWcaA&c ..AAF, KVICC .11. LOW 1.0 gwDlac KVICC Iry K POSITIVE PANEL MNIED KNILE O ELAPSED IIK PRIER LSD RISM YNLEONNER ST KSISID. E58 pW DI WITH LOB N xmEKE N Kclwwe. BVIDC CI -41— [APntIN. amt. Art b vatA(( NAD D .11 INDIGt[D PLICA AS .PPLICARE n n ..vAC INSTRUI-ENTATIUN DLVICES D 34,10PMCL NrinnD RESERVED VIRE NLIIBERS KVICC .11. LOW • OR SEBIAN C N R Iry K POSITIVE PANEL MNIED KNILE lLv K cp VIrN LP OR xREKC .l YNLEONNER ST rEAD MN1E0 KvI V µ MFLIRN WITH LOB N xmEKE • "RED n - SUN MTC N°IfATM LI - LCva RINGTOR rl - rLN SPANLYr,N rY - FLOW M1CNArN FD - FLOW OANrIrY u' NM a• RESERVED VIRE NLIIBERS So vv FAmnp 1AV.r CIKwr WI s Iry K POSITIVE NP rrARO{L" CIR T KNRAL [ lLv K cp A �R EC.RAMNNI�DD ) US. 7" LDV VDLIAQ K MI D 1 J R NAVE R V µ MFLIRN STANDARD STMba SKEI SQTYTe1e SL M6E1 FV%te Standard Abbreviations Abbreviation Description Abbreviation Description A Air Compressed OV Overvoltage AC Air Condition PB Pushbutton AD Auto Dialer PC Pull Cord AH Alarm Horn PC Personal Computer AL 'Alarm Light PFC Power Factor Capacitor AM Amp Meter/Ammeter PL Pilot Light ANN Annunciator PLC Programmable Logic AR Alternating Relay Controller AWG American Wire Gauge PM Power or Phase Monitor BA Battery PN Pneumatic BLU Blue PR Pressure Regulator BRN Brown PS Pressure Switch CA Cable PS Power Supply CB Circuit Breaker PSH Pressure Switch High CR Control Relay PSL Pressure Switch Low CT Current Transformer REC Receptacle DB Distribution Block SP Surge Protector DI Diode SS Selector Switch DS Disconnect Switch STP Shielded Twisted Pair EC Electronic Control Device SV Solenoid Valve ETM Elapsed Time Meter TD Time Delay Relay EN Enclosure TG Toggle Switch FO Fiber Optic TS Temperature Switch FS Flow Switch TSP Twisted Shielded Pair FU Fuse TT Temperature Transmitter GFI Ground Fault Interrupter UPS Uninterruptible Power GND Ground Supply GRN Green UTP Unshielded Twisted Pair HTR Heater VA Voltampere LA Lightning Arrestor VFD Variable LP Lighting Panel VM Voltmeter LR Latching Relay WHT White LS Level Switch WS Weight Switch MS Motor Starter Contactor WT Weight Transmitter M Motor XFMR Transformer NP Nameplate SI Signal Isolator OIT Operator Interface Terminal SS Speed Switch OL or O/L Overload ZS Position Such ORG Orange c D� r �-� o r �n rn Abbi2J,a�ions moo" Page I of I h%,lrnbjq +00%ol so[aa+)(3 al" -os ecm alar ina w lmr vrs aam >m >aK 1013e MA1rN13 o i �e V 1101 Ol-0]I p %Ai6 uinn ,ey q[ 1 1 ,St J 2011 JUL 10 PM 12: 30 3� CITY CLERK 10VIA CITY, 10"NA zoo aw *00 S9NIAtl NO S -"13d 33S 13LN H i OO rso rk= reo ® H H2o —9 ® 92= l[Y13a 13NVd LOA VO p 100 Ono 33S NpI1J3S a3.aapJ asp 3k= 3fc 01-33S fl O Q � ]b �Ob �OSp �Otlfp � H tl t2p tlIp 'K A 9 Nni173s 9 MUMS b M133S £ NOI133S 2 NCII03S S NOI133S NEU133S AMISIASU IS A E v G H L !L .0 SECT113N 9 SECTION 10 SECTION it SECTION 12 S rTTM Tn NOTE- SEE DETAILS ON DRAVINES OW AM 003. SECTIONS 10 THROIGH 13 ARE NWNTEB BACK-TO-BACK WITH SECTIONS 11 THROUGH V. Moi "kilVIA01 `' 11 3 3 Ailo 0.E :21 wd 0 I lnr IIOZ 0311:1 REVATM DUAL a 54"1e G)kAx"lnr T� L cky 00+ raLw1h 0 omn A DETA D ET � A L � DET Fi DETAI Q" �R t O I�L�� t�L'1 O �—R L�1J tryiaTriJf D DETAI�L�/y���� E DETAIL /1 DETAIL V�� ��,�1 �'� Lia—�(f LL6XY PLI.IL SL%Y4L tw attl acct o(sn c cruors G B a LvtXlwo er a�rtta w waLwe a Lrvtcaat(vl La a• m ,-unr m _�Yla. yy O os oW a asn rw.t r u- m 1-vnv m 1-LYia• � R 4"YJ� O ® R wravamiXc ma r(w .a �o w.� � .wL Il stn van ux-nnc• (iii KIIVeiCn runr m -L; tea• m -Yla'm lath: � nares R iXamiw g1Y1 �RlE1V -M6'm SfA1 F LIU W¢sanllo. 1 an].m aLua rm Lwirtucna a WS] uLEo ao vm LIIF. M MLL-In BIICIiEt tEinIL3 rlpl Ma bJ4 M MR tM lbRD tnvtm] ix¢l Xaun ata Santi.Ple Ex�erlo.- 1 CLY00t Drawing 7 f mbLAd �na�b1 soul x3 -a W10 I FILED Z8t1 JUL 10 PM 0 1 C17Y CLERK IOWA CITY, IOWA VF.CI[If.-18 tyY f. arM9 t9 IS1ry SI x5lxlf Z I.usam-v xw_Ixnl +zxen aNxl xlln YS U22[Pt'tl M/x IAN 9xlUxtll2]].YI 21 JJxl MI]V V SI ]lYl$plYl'f I SJ ION seam vlxx wm rn>. In soaxv Nrx al fFi3 -- --- -r-- --- �M�nylua 4-c smJwl�m] SYgIWI]I FILED Hil JUL 10 PM .ra z5 ,y o 31675 IJNVd —Ju%- J� ieueitlanxlin � saru �OtlIHI� �— Slv alb AYI/C] ]'I]a5q]]tl 531JIry `StllllpylXyJ NY �� Sa3�xlYtl Ix]tliJ 1 vJYtl .19m rnWN mmeur � �— sswlxaJ. MIxIMII ♦ J15 tl14Y- A nva vml I rvau] saa..�l wars mwx. unn aniavre �AIJwS (Waa��+l nwa xv.• nJm aau -= � ���� IRh�I�IIILIIIIIIIIIIIIIVIIII111111;IIRIII'Illlllllllllti■�.� I� Im' � I111 I IJI III 1111111 SII �� Ii �IIi �III(II � III 11 11111 IIiI l III 1111111 RRI .ra z5 ,y o 31675 IJNVd —Ju%- J� ieueitlanxlin � saru �OtlIHI� �— Slv alb AYI/C] ]'I]a5q]]tl 531JIry `StllllpylXyJ NY �� Sa3�xlYtl Ix]tliJ 1 vJYtl .19m rnWN mmeur � �— sswlxaJ. MIxIMII ♦ J15 tl14Y- A nva vml I rvau] saa..�l wars mwx. unn aniavre �AIJwS (Waa��+l nwa xv.• nJm aau NDTESI L ENCLOSURE IS A NENA'T E 12 FWES1NNIK MMmAI1 A903620rS. PANEL INNER PAL NWF"AN A9 36rL 2. FINISH IS ANSI 61 WAY. 3. M 3 A SCA r a v 1r zr ru m VM01'A110 VM01 PANil IAVOI❑ MK IIJX1110 MESUR sld 3771 19. 0 Wd 0 1 IN 101,.4 RVICI.HE t L L LR[ 1 LY[ 1 mIM[6 N KR'YN ism L>e v rt1 [oq 4 Vs u) lil[N IM [ILyX6 R,P[Mry[E 1p WAfl11[f N6 t/fi VIIX MK ,E,lgi SUBMITTAL USE ONLY NOT FOR CONSTRUCTION EnLI.OSURE KT.X Savle E`Fterlov- �w r bn[.. a TO KC -10 To KC -10 [IN�Nr�11q C� MRITTER LIIfON [L M Istawd of gull a .l H:C' IS JI INV. 1.11, -11 I.1 +CL PS w1P ', e 1.V6 X.ERNPilp1 K4 COPgCT LOCI% I/O SCHEDULE -- NO/So Tani MIS2 Al Wq RU/Si PSJa' Rp]V, X: '.I Ln'll LCrs9 Rp/Sw "nil [FAO 20V IC QPSS CMRCI LwCJ[ PpIEQ SIpPLY I Ih9-Pt9 p➢ 4C R.E. Etil COR IM9-sM ! Plc CWI IgµL _ ---- --_ ocvlttar sr�vrER ON. FB VLC 4PWCS3 RESEfYF Mop%,[ IJ69 CMM]Loo1X /LL[N tPPLLCY PW1 ANI ..m.-i�._. AN Svuc 6RM IMCK4[C NpollE MBS�i KI 4® 1(T ® .1, nl i 9/1 lu]. M IN VS 16Ri Iii W Al .1% • 1NKfIG IMUS <�i-IRVRC� �/-PRM: 1[ I REA IM "W",PLC MIRLpG Lo ..E qj 1)69-IlBC RR'a 1769-RIFBC W CII RCSRVTIEW a M) 9-2p 1 Po/SU ➢I 1/o Ip➢14[ RyCM Sf4RLCY 1]N -W6 all ®/S9 16 T IIA 16 NIM IMPVI - FiIERK q$BSC BS-IXv nF VMNii] E. B Re N ! I BPI ¢FRtYiR Ci RNS P/C BIIL[14�R GURiP IUCTi NO !'M( 1 W4 WOB CNl 5 IMiPI MKKYL➢ CTICRIME SVIICM / HERB. LR.-YQTEQ RSM-RWOILX.2S WRS[WNMI 9R] Xy-WJ IG91 % 2) 1ROMYE-[Y SCcFIPER OPTIC MRITTER LIIfON [L M Istawd of gull a .l H:C' IS JI INV. 1.11, -11 I.1 +CL PS w1P ', e SamPie Thter conhe c{, -or 1�A0,3rahn 1.V6 X.ERNPilp1 K4 CA) am NE PI Vpoo CN. COIICi LOW%. 191t MElpf] KLCx W0.CY 1)69114 _ 20V IC QPSS CMRCI LwCJ[ PpIEQ SIpPLY 41FM H40.[i Ih9-Pt9 p➢ 4C yLCN PIM➢Ln IM9-sM PNm Plc CWI IgµL _ aorsz ocvlttar sr�vrER I P➢/S] VLC 4PWCS3 RESEfYF Mop%,[ IJ69 CMM]Loo1X /LL[N tPPLLCY 1]N -MN _ _ Svuc 6RM IMCK4[C NpollE MBS�i MVi69-xCN TIME xo➢pli MLSIFR/SL4VF L'Mn Nop4E ltlnt _ PLC 4MlDG 1/o xflpllF LLLCN PR%RLE, Al .1% • 1NKfIG IMUS <�i-IRVRC� �/-PRM: 1[ I REA IM "W",PLC MIRLpG Lo ..E A.I.C. WRLCY 1)69-IlBC RR'a 1769-RIFBC W CII RCSRVTIEW M) 9-2p 1 Po/SU ➢I 1/o Ip➢14[ RyCM Sf4RLCY 1]N -W6 all ®/S9 16 T IIA 16 NIM IMPVI - FiIERK q$BSC BS-IXv nF VMNii] E. V L( Y R(RyLPCCLM SCM1fi RC9 N MINT LCAA, M SS BPI ¢FRtYiR Ci RNS P/C BIIL[14�R GURiP IUCTi PIM#HP-Btl] CNl 5 IMiPI MKKYL➢ CTICRIME SVIICM / HERB. LR.-YQTEQ RSM-RWOILX.2S WRS[WNMI 9R] Xy-WJ IG91 % 2) 1ROMYE-[Y SCcFIPER OPTIC EyPCR LVP ETMAMEi SVI1[N Vic PP26-PVR PLUS ][INW-VS HNI'mWITH MSPS£ Vlrx FIBER IPr¢ iR/JILLCtv.l Ila ", IS Pw13 CPi 1 IWRB4II-sX M r4wS[EIVER 2226 -PVR 8115 ]Cp ygpgl IWRR EAT" FIYER ]¢ E116RIEi 101 FIBCR Rr¢ IME. PMILL fluty MSSRLL ]11L1SP tV PPICLS FOI BLUEPMPIEIt LM)CR MOFiICS MORCLL FSPSK B SC RUPLCX 9UKMPR$ CRI VEP PPid [P➢LC MIRKLL IC%SL WS CNl X RJIS C0.3 FIBER yilC PPTCX C4RLF MIPpYI VPCS[S[Ciwl E. 1 11 P41R) Q) IIBEM _ 5( 1PS ---R 6L5 ICLR fir¢ ME. L[µC LL YLPRCSCLSIw Clt 2 MC1CR N PPIM5 Qf "VERB S[ -LC MS62. SamPie Thter conhe c{, -or 1�A0,3rahn m --Oa bnN' -AjQ(rlpd -an "'os FILED 2017 im 10 PM R. 19M,� 1 1 CITY r 021'9n01 IOWA 0 A I 1 r tl0EI9n0] r 621'9n113 1 I I I 1 I I I 1 I acov9no 1 1 1 I I I I 1 m 1 1 a I I e I I I 09X1 I 02 MIDI 1 I bl Mm I 1@ dxW1 I 3a 4w). HSvn SWN3M3S 0I0 -OI -ns tl10-01-n9 amm lnlru`Jv EON a>xsvn Lin lux ll Nsvn Jta9 L219n03 r 021'9n01 rbNUl I 1 w- OT r .. r"_ _ _ _ _ _ e1219f,Ul I 1 1 I I 1 1 1 I I I I 1 I 1 1 92a -01-$)N I I 1 1 3 H WDIN..23 I 09X1 rla-Of-dns VM -OL .. aMNla9 IM SS31b IM WIN, J^a HSvn SWN3M3S :N1.1 'roJlur'�::N "iI 1 I 1 1 1 111 I 1 ' I 1 ' I a1 311p! 1 1 LI MMI 1 ul 3U:b 1 I CCC_/J/ Yl11N � mmb5 I LO I 30M I I JB 6i0]I 01-JONJ I va dNOJI 1. ':( milSI bt AMpJI 1 M11J1 r0-[. L _ W -o1 L _ 01-0]MI _ _..10-01-19 L _ !'I :'IXJ - _20 L 01 ] L _ 0M1]JXJ _ _rEO- _. _ _. 1dU'll L J -d0_ IIL .. 10-01oss 01-of _ _ _ _ _ _ _ _ 820-01-dM 191J d . LIM Tom dbal linSaNIN31r JIIN aOA,IN011 ICA a0A3J a 2 O N33a]S 8391N ZM SS3ad ^: SONI433a3s 3N1a Wb Il WN03N Nivn SJNIN33a s f _- _. _- --vozl9n¢3 I I 1 1 I u I SV 31 N I 1 D AJOJI rav-m-dns b30Nta9 21-N SS3ad Niro S9N.1413d= r _ _._..__._ -amea3 r - - _ _ _ _ 1 1 I 1 I i 1 1 1 S0 3IOX 1 1 WVV--'q!t' I 1 Jr dMJI L _ 01-JJMJ L _ 01 ,IJNJ 92a -01-$)N U.. 01-\ N HSOaO it N N33 s .Cyll Il, FI)a]S 3 H WDIN..23 NI1 NJIN1^:'r b' ¶yiYraiw A� orJrl xrra aT w- �fM }F( aTB O3b 6�" 0 Eu.Ll Rb miaJ+Nna Jbl]n11r v3av anmvlNn • •w] r N;1]IN: 5�33�iii9�T' Nan 1 I I I 1 20 WON I 1 1'1 MIR I 1 A dxo31 1`.N: �ANJI L. _ _ _ ala]Yll L _ 09X1 rla-Of-dns VM -OL .. aMNla9 IM SS31b IM WIN, [ HSvn SWN3M3S :N1.1 'roJlur'�::N ¶yiYraiw A� orJrl xrra aT w- �fM }F( aTB O3b 6�" 0 Eu.Ll Rb miaJ+Nna Jbl]n11r v3av anmvlNn • •w] r N;1]IN: 5�33�iii9�T' Nan INFLUENT PUMP NU.2 IKLUENT "P Nal RAPIi.:.1%;R IP -10-02 IP -10-01 RM W UI ICOMP 19A 1 ICGNP 21A I IMCC-10 CERA 2MA I I NODE 09 1 1 NGOE 10 I 1 Nl[li•1 'I 1 FIMIN _ _ _ _ _ _ _ _ r.,-, - _._.. COMP 2]J I 101W 1 MCC 'COMP 26A 1 I OVG.00% - 1 I� i 1 1 I 1 LBV_4109A _ _ _ _._ _ J I LOVG1104 _._ LWGH$A 1 METERING ROOM E%MAUST FAN _EF -10-0_3 NCc-10 Ifi]IIP 25E 1 I IgOC 2< 1 I H 1 SCREENINGS AWN SWIH EXHAUST FAN EF -10-0A rbc -_o ICU"P 2% I MOE n 1 I � 1 L 1 I VNI'•SWIM EAST •X14AUST FAN _ EF -10-01 MCC I COW :/I I I Nam 222 1 I (=�l I LIN I I Lcvc r✓_ _ _ _ _ _ _.J PUMP STATIN VEST EIG l FAN EF -10-02 rMtt _ _ -10 -.._.._..T � GO P 2X i RUDE23 � 111 1 ECREI'MN- .': PGG": !x18 CONTROL MECHANIGM- PEON CXINbS SAN NIITMIST PAN EXHAUST FAN _ E, I 11 10-07 EE-- _ rNCC-10_ _ _ _ _ _ T _ _ _ _ _ _ _ _ r.,-, - _._.. COMP 2]J I 101W 1 MCC 'COMP 26A 1 WDE 28 1 �•� 1 ; 1 I __,_ 1 1 I LIIV4138 _ _ _ J LO VG I' J LM4160 1 IMLUEHI P N] IP -10-06 "�c_'O_ IconP lon 1 I NOOf I^2I9 I N�I � I:n .X Nl PUN' NII: P-10-0`. tt' r"r____ __ _T ICI" +1. 1 «8DE I2 vi 1. UCNT PUMP NOA _ IP -10-04 IN- i 1.1 T J',' NA 1 INam 13 I H IDVG IDSA 1 I 1 L _ J LDYI:- - _ J LIIL• I. /A ..J VIA01'XIIJ W0101 )N113 'kilo REgARED RES1STOt T TERMWIT1 g ;ZI Wd 01 Inr uoZ RE 0311 INFLUENT PLTIP Na3 IP -10-03 rNtt-IU _ _ _ _. _. _. _ T ICOP 16A I 1 NQDE 14 1 1 1 1 1 1 1 ...LISNL bin L fhu N v�+n►bb�Q �1orn}any a�dwtC, 31 lL6 LIXUVI N3l5AI tlaYJS n WADS lal blvd 3WJS) sllal3a ap! 9NNraa 9NI Ilgtl Nvl ]Itaa x3911- ]35 Sl3Wd llY N131L139 3319d] ]lido a3All OIAI <E> H wav n war FILEN 2017 JUL 10 PH ►2: 3't IOWA CITY, nim wazrso .3L1aJ aJJs�. aa3Y s]a1NW Sa11pSp{9 1 IN NIVAL MJ]aN 'Dl H-JJS 1 Ablhmll 1 1N?IJJHI xlvX-JJS ._.._.._.._..___.._..___..___.._.._.._.._..___..J v -]]a 1 X3ddBJ j 22 wan pZ -wan 1 i NaMad NMil. IM 2W Sz3ad Ibl z43ae 1 b3lL1 L1 .3111 1138 n3daaa i al OaaV a3ddaJ W i K 11 wpb pbV] MaaH 4 j 3 aar] xNJa cz wav Id •aaaY j `\ la] 138 uo 139 i ` / sz3ne lna SS]" 1138 i oan. aa.] J xL. M1X .]ao. M _..___.._.._.y J 3]1)A all I naVA 1 i S31misa aoldrl i I i xzw 1 j WOa 9NI13N j ll1 b)ID i 31833 JM b381J b31a3nxal HDl laOd 21 J11do bs811 i F 3baJ 9 N TYb j JI14p x]81! 1 Bpl llmd x 1 18.La tlQb]S 1 1 L-38Ka1 '_ J i ........................... X]tlr J]I!A a9vr xopa - 9Nlallll. lDa1NO3 SlN3aH)1x1b3AS ]]N3alxaJ/daH SBIlUSOIB a3Lxina 13rzx1 a3LMuUa NS01,11. MUSH) Ott txs TExwPnml SLC50O 1/0 SCHEBULE uTA1nc 1 RO PLC gACR m sLm nut eAu LL((N gRA4CY IJgb-qNl m/m Rom RI/m Rum WS4 Io)m RaAm "Is, ws, I m AL1.[N 4RAnL) RPd PBYFQ SIIDPLY [51 f NDC) L)a6-P2 n n n 1EB2Aw K 1 RP/SD RC CPU VIM EIKRXCI gLLCM nYDLCY CN 5/p3 VIiH ]EIl MEIgAY TIO-L!X I RWS] RC YXdTµ VB pDUL( ALLEN NAL4LY 1)q6-IAI6 RO/SY RD/S3 16 PRxt 118U} - 4ExERK PUX91E BS -13.1V AL RO/SN RO/A RD,26 RO,R) i RD/5R PL[ gIG1TAL 1/n NpnYL[ aLLFN nRa0.[Y 1)q6 -BNB R0,29 R PmNI p(LAY CIXI)Kl BIIIPUT (IBBUTEm 3A a rzw Ac I CPI D Pppi C1N[RNEI IWB xIRSCWNlN Rszo-gPmra¢nKylela 913 A3A-a21 So/ICq M)ti/S AUiB5E16nY l2> S[ n{IPICY TISE4 nPllt <6] 4JA5 PO)in 1 F91 t12ER MTIC P5)Lx PNSL, RLKQ SIEMNu [BIPSNY SYI[3-N-DI YYm]-x B PRI sr eLLfx[AD mwEcrl4 Qm-T-SCB-DI sTLxgX CRmanr R¢-r-sce-DI I C'm TCLLPHBNE UNE EYIENBEq 86 SLRES AIO11[AH TINA IX Ni-R6CL I2VK SOMA WA WA R u V)P PA1CH LAKE PC%SE IWBBCLL P[XSEBD] CAt Y RNS 1 CR2 SERl4. COxNUNICAIIDNS CARIE IDBI [PRE VNiLEYALE 1gD1-0!203 is ))wu 3 PCEI g49r/nR9x E}QULNi ilq P AN CM4 rna ELRR Ali[ PAICX CABLE IwnELL nr2cslcnM[ CBLI CRL5 1 MCtER fi PAtR) Q) tIBER3 t< NM 4Y5 r0 1 SC NN 425 I CRV ANTENNA CPRE RTJA2B/U q 16 NAW50 Yll E D SCC -02 16)AA-e0]B 4LI+z - xl Lord xxN.E - T)c RA01O/MOM 1 LTmlT aRQCiiml I --- 40 `— 24VM PRVLR CP x aft 4 Q Ceu e u e ceu mI qLV A TO SCC d SEE BVG IT ME lR P)L w3ee e J rQBx vc-un wl O rRml vL-lim O 0 SCC -)OD F1 m TIRE ME jl L flO0: dKERIm CRB 167N wl rm eeN q ^^ 0 I O fa to ME un SEf nY0 PIIm v, 10Llxt, 01 .1110 vmol KII N110DIALER LRS T. Y8310 Allo w 0 0 Wd Ru A TO Ytt-n>B REE DYG 0 Jnr ciaa DA d ]oHX-qme vvx Yu 0 SUBMITTAL USE ONLY Exna>tur Yzw) P 'J" rrt NOT FOR D1"1 nx M SCC-NNX CONSTRUCTION JJ me Im sIxMAE MCC Ltll COIi[B IP/i20n A+xe rx[[T 9 qR]A Ott txs TExwPnml IRi uTA1nc 1 RO PLC gACR m sLm nut eAu LL((N gRA4CY IJgb-qNl 1 RPSn PLC PRVER LIDPLY AL1.[N 4RAnL) RPd PBYFQ SIIDPLY [51 f NDC) L)a6-P2 1EB2Aw K 1 RP/SD RC CPU VIM EIKRXCI gLLCM nYDLCY CN 5/p3 VIiH ]EIl MEIgAY TIO-L!X I RWS] RC YXdTµ VB pDUL( ALLEN NAL4LY 1)q6-IAI6 RO/SY RD/S3 16 PRxt 118U} - 4ExERK PUX91E BS -13.1V AL RO/SN RO/A RD,26 RO,R) i RD/5R PL[ gIG1TAL 1/n NpnYL[ aLLFN nRa0.[Y 1)q6 -BNB R0,29 R PmNI p(LAY CIXI)Kl BIIIPUT (IBBUTEm 3A a rzw Ac I CPI D Pppi C1N[RNEI IWB xIRSCWNlN Rszo-gPmra¢nKylela 913 A3A-a21 So/ICq M)ti/S AUiB5E16nY l2> S[ n{IPICY TISE4 nPllt <6] 4JA5 PO)in 1 F91 t12ER MTIC P5)Lx PNSL, RLKQ SIEMNu [BIPSNY SYI[3-N-DI YYm]-x B PRI sr eLLfx[AD mwEcrl4 Qm-T-SCB-DI sTLxgX CRmanr R¢-r-sce-DI I C'm TCLLPHBNE UNE EYIENBEq 86 SLRES AIO11[AH TINA IX Ni-R6CL I2VK SOMA WA WA I CBLI V)P PA1CH LAKE PC%SE IWBBCLL P[XSEBD] CAt Y RNS 1 CR2 SERl4. COxNUNICAIIDNS CARIE IDBI [PRE VNiLEYALE 1gD1-0!203 3 PCEI g49r/nR9x E}QULNi ilq 3 rna ELRR Ali[ PAICX CABLE IwnELL nr2cslcnM[ CBLI CRL5 1 MCtER fi PAtR) Q) tIBER3 t< NM 4Y5 SC NN 425 I CRV ANTENNA CPRE RTJA2B/U TCSSCO NAW50 4LI+z - xl Lord xxN.E - T)c Sample Tv&e.rconn.ecl-ioh DiagyQw� u+VJ&V,Q uO�V')a1+v+O»a}lAj aNA-AD5 nn.Y.a a nuw wup .s�sua wvyE� bu{ EE Um,l TF] ]W W CIIIOi , O V{R ➢m. igJYl Y 011/IpYIF.1 '1M VI YYA 6/ ly{ RY Yp ]w9 nUW % m !IM Ma "IM JIIO W O.YLL . lO T�OC]wa N10 �iO�XOLm�14 tl.0 C )Y gYSAy�y� 1TY 44� O4mYNV �'O4{W b015 „.16p\ V�IV YM. blYn Y 0{�gY TII Oni. iVM YM l 10 PM N0113flaiSNOJ—.._.._.._.._.._.._.._..---.._-_.._.._.._.._.._.._.._.._._.._..-_-..:..:. 1 1 8014 LON _..� A7N0 35f1 'IYd117fH11S "I ;1 {iY I ii E _I 2 11 1 i L4[[G� 1 JY 1 i; I,� � {[{n�91 i T/ • I 10 PM N0113flaiSNOJ—.._.._.._.._.._.._.._..---.._-_.._.._.._.._.._.._.._.._._.._..-_-..:..:. 8014 LON _..� A7N0 35f1 'IYd117fH11S {iY I ii E _I 2 11 1 i L4[[G� 1 JY 1 i; I,� � {[{n�91 i T/ • I 1 i n 1 YYibJ K 1 1 If I lili{•$ i TM ^ �1 1� .i r -j r{nm tav; FIELD OR AS NOTED 2 3 4 S 6 7 3/9 AIR LIE FR)M AIR COMPRESSOR B 9 10 11 13 4 IS 16 r)LTER/REGMATCR ' WITH AUTDNAIIC I DRAW j AaK T MJL7CR PMloo we, DELL PUMP DISCHARGE PRESSURE RR 31 -32i 33 j 34 -35 vAko1'A113 WA01 36 A8313 ,lll 37 39 1 .� •Zl Nd 01 W LIN 40 41 • PROVIDED BY 07KRS 1 42 0 3 1W DRAVDOVN TRANSDUCER PANEL (1674A1-002) NYLON TUBDW SUBMITTAL USE ONLY NOT FOR CONSTRUCTION wlc Lar colrc0•vip/RUT IM[A9H GIIYB � 6M4L REED VALVE PN132 j P11cl ) 1 I 1 LLK 1 a/r KHEAD 1] `1101 rte' 1D TO WELL HEAD 1 5 DRAWDOWN TUBE 6 19 33- VV 20 ODQAVD0VN LEVEL i 21 i ]/8• B161t1EAB 1 VNK nmx0 1 PKB) 22 TO DRAIN DELL PUMP DISCHARGE PRESSURE RR 31 -32i 33 j 34 -35 vAko1'A113 WA01 36 A8313 ,lll 37 39 1 .� •Zl Nd 01 W LIN 40 41 • PROVIDED BY 07KRS 1 42 0 3 1W DRAVDOVN TRANSDUCER PANEL (1674A1-002) NYLON TUBDW SUBMITTAL USE ONLY NOT FOR CONSTRUCTION wlc Lar colrc0•vip/RUT IM[A9H GIIYB � 6M4L REED VALVE PN132 j P11cl ) 1 I 1 LLK 1 DISCHARGE PRESSURE t04 vNK � `1101 PNIRB j 1 5 6 33- Ku Pup M. It 8 ODQAVD0VN LEVEL i ()-loo E) i 1 11 12 1 SCC -MAIN 1 3 n 1 DISCHARGE PRESSURE 2 0-100 PSI 3 1 5 6 33- Ku Pup M. It 8 ODQAVD0VN LEVEL m- ()-loo E) 9 10 11 12 13 14 IS 16 17 IB 19 20 21 22324 Z2- 23 - Z4 WEE PUMP Wit 2D DISCHARGE PRESSURE 0-100 PSI 29- 93D3132333435363J38 X- 31- 32- 33- 34- m- 36- 37- 38 39 40 41 I�A-0*v VA -a zl mon b S w91 • rw era � Lmvsxa anly, xr, nw - FM „3n L]n 1xT1,JX1 .. 13. v:l_ nii V] �iW x w.:�. xx.W,x:,: w ..,� m.,,. FILED ILED xmlwe w sire ssTa i �au.imxvb vw � 24 x 04 L01 sma 14x 3 _.—__. —__ ��� I ii►►���� y��tl yy 11 qq LY17JYL P(I 2Y n I fN nln Ian io aiJxl vi(i itt ..__`_. [i[aJ I f2' J� 6E SJ 01, EE xww"'. a, N'� 6E fio lzxa]-aI(lsJxJl vua L 'CITY CLERK IOWA CITY, IOWA TIE - LT:_9E SESt-HCm >. 9i -not on - m -un -nlxrn sl I px 9E 4E C]xibl a 1 ------------ lo -m -E! .c T t�ailxx EE SdNOd d04 w[at I I � 1 OE _ �1._..___-.__ �1 _______________________ J 61-aC01'(E-YCOIp R ilE .w,4� _ [E "13d bl 11 i11 it ox 2E OE larLS UV31 WQ _ 1 d4-ol-SJ im 62 __ ._ i.,.a J 0E I...• LZ u BZ x3rN 13n31 I. m,F.- 92 1 UN 11311 13n IN3VIl1N1 tOEq LZ 92 z"MIT l9Tal 1 92 42 r0L IL S2 e2 I n lNr xm uxl m 11V%11V% 13 I, u2 Ilntt 22 9wvx'I:6'lewl 1 1 E2 [2 IVOIJ mm v 13n31 MIN 'n5 41W I 2Z U2 l '[ii ll3n 13n 1x3111JN1 i0-01-5] 9M KL _... _ MCax 11 1 [2 61 I T nu!I 1 W BI _tIiI Ex-eCorrz-rwl Wi mlbaVfi r1 f 'oN �p oo-sJ Eo -Tl 6i ST - 91 9tll lAtllVI _ „1 -{� S 1 1 i 6 LI $I __.. ..._.._....___________________________.l I , 99- 2-VCalpV,30; 41 it ' ST SI b33I xilVltl -aviv 13n31 aatat R —.._.... _-4___ "'Y'-I�f L -.I .- fq:_I LI. _..... .. _____________________- EI N91N w-iI-SJ I YI cl w:xl I 6 0[ 8 Y11YMtl SI 1 b]II YPYbIt'N �TINIIn wNpp131 J;.,0 rYl IT 11 ON 13n INM11 L6 1t-INbLA9 `p � SL E E 1 N i 041' t I Z D! -]]S I 0310N SY NO 0131) ACp1 '** <uzztlq avwl im vv ami l�.x Lunvw w.+•: FILED Lnsr vw [Y ,. I 2011 JUL 10 PM 12: It 2. " 6E owe CITY •" 'rllrxa3A,r CLERK IOWA CITY. IOWA 9E AL1O ' LE Olv Y£ aC=RIOT :M TL' y[a, 9o[aJ SE A.-Amro-Amro-A(al m I ' I YE EE U3aAlfl]a 60-El-dl u 4° m—�— EE 2E [aO I 2E OE i Ax iE 62 OF-PEEP¢=t191 �x °i0 fiat[ °octtl [Kn �'' OE BL-A[°1'iL-LCUP9ymlq -Be E3P9oiada u .. LZ .oLal ,xd 'all I B2 92 a, uuL J1Y all I C2 52 i 92 Y2 w' som S2 szq[EIY-e<m'a-aSm Ila I E2 E3alaC3a u Y2 22 awls Sv, m[aE Ax wW1 EZ ALm R az-emnz-Aml d 61 E3 y I !R OW3 dxM Ex]1 fx dawi BI Yom) 1 61 ]Y Au 0{ 9t At°Iml U33111034 I SS 0-01-dl >h .an1 y� ' ' 91 n-Am'mI w YI a 3aa103a w„�-Yb--_ S[ LI EE-EI-dIat � K �® C! gRAI wL k8fwi I I Y{ 2[ mm aW3 P I Ux , w 'm 11C31I13t2 ' 2t I[ OI I I{ UIOII d - _ 6 A0a JxY I O[ t.G11 Illfl LN 1x1 JNl > f wm I e iocv a�a 6 L <o-vaerrlaLx w a a'w I B s aim a 3uua alalva lMai am 'x"T I , 9 ' ..i.rtor<I-soLc-eml O I E lvl3a n I_ ' Y ___ ' 2 ba d"aWs E t y Y >d aLax 2 L I I - ' t 01-33S U310B Sb a0 01311 FIELD OR /S NOTE0 1 —14 KC -10 I:ONP. 16A/17( 1 SCI. -10 DEVICENET .;:uv 0191 soft ale. 1 ? ' NODE: 14 �� •; i9' 1 1 3 4 N I 2 4MIF3 D1 CBIS• 6I CBS 6 xB ="'i B-,rm I ' 4 11 Ij IP -t0 -a3 21SFR 1 u Ex • __ '� _ I 6 _ I13 �RL> E 1' Al riNu LL] I _ _ .•._ i. g Xdl9 WIS), .BLLa WIEY, ' S} I 2 10 11NESB% Y IRM 1 1 9 tnt- 12- Y. NK 12 14 — 1 13- i 15 B T 14 .. _ sol is I T 17 19 N00[ 1 Is - 2E1 1 RELAfl�CKY MIOiE-IS 1 19- 2I9 - 22 -22 201 zB WT .Yw 23 29 1 r.R ' 23 24 1 a r 21 -26 I t 25- -27 1 qy; _ M REIN ' 26- 28 1 RELPY I M 1.8-i4 I 27_ -29 ' 1 E. 14' I 20 -30 I I� FYMfI' 29- -31m 1 MISS -._. 31 33 I _._ e 1 32 34 1 B .. 33- -35 _ ' 34- r -36 I xu m • r`- 1 r.arml ... 35- 36- -37 t �1 r.A ��fll�� ii 11 'Y+gl1� y.r __ I:a;.HVK ; rum ar. 1 •$1'F�`S 37 -38 39 Ma`, �Ef� i `J /�. r41 3�, .7_- 1 36- D (- I 40 91 S =ZI iid 0 (� j ltlr (f 23 •%2 i - 92 %2 3 N 41 EVNtINu[o 42 EM r.CYi Pp6E _ v'°•°6 • PRpv1000 91 DSNr.RS /By _IE_asalPllvBl ies U �.�:� w.�r+vrw MPSIIw [xn NEE-1vsa-13 rRu BA MB{ V31 ri11rD MS/YW/ NIEYi aMC9 IP -10-0] OW M r� 5a"Ie Gievttn,+cty- ScL%dwokiG /`b4l'a tMa,3 111"los o. ry er'n a-ol-a, u 'n"c zavtclz cxlea Im nw ' fIA ara 1M91]nl x,an r ml] Wla}xeY IDa ]N]i.W 'NS]Tl0 sn]luo Ae o]Nlnnae UTTa AryV[ tl. MbFILED w ly X° E I 1 ZX 1 l 20- -6E I I JUL 10 -PM 12: St = -- ;----r-----�— o:- rf +o- CITY CLERK -9E IOWA CITY, IOWA A _____Aa ___- L69fEE_- 9E- I I Yt 11' sf _ YC I a, � f 6l fi4<1 _ x-;��-Qyb I0S51 NSSI YE_ 2E 13xnitla30X31 \ / ' 'I EC - 1 I,I B 61 -OE I ryl rT iii If 62 I Ic i Irszasiers OE - 82 1 3t1111S10X 1 x0a-rvaola+ a_.. .__ / ._.. _-__. • r __i 1L _________ r tl�ldl 62 '92 b i i � 1 wl, arms G2 l f.2 Slf E2 i i zxi rz i i l wme 2 -22 l __i,l ________...- EZ - 12 -02 -6I OZ -B1 61- GI I I 1 I ml zvv . I BI - 91 I L I <xnzsipre I LE- t-SI -SI 1 _.. I _ _ e]sn tm I 9I <arir]wl 34 ed5 I Sl - fl I I NIIW NIl 1 VI- l- -6 -b MS•] I fit, � [ olel L T anlS 1 0[ ___ 6- I I e- ol-eSNYB-eml Nx I Arl3L Atl'130 fd 'a (-D - V 3PIM d .Wfl e]xlnow _ iSs v, S - E Eo -e1 -d1 ,asea �m Ism I'J I Nb E I 1 2% 2XI ''/ ma Xml I Z_ 1 3.11]ad erwwm oI-mss vuro.' .an. ala1lX almN Ev ao u'llla FIELD OR AS NOTED i MCC -IO COMP. {A 1 SLG -10 1 1 EL .14DV, 3PK 6p2 BUS I MOE� NOM Da 2 t O 1 j LI L2 LL]3 1 1 3 , N 1 [ J i 3- _ g 1 weii ].rlAe T� \ 1 A almD m 6 ��- Km rrNC WKEx 7 NOI mug IHP 1 1 I 6 148-10-mB 2 Ltllx -1 1 ] 9 Imx 1 UtBNDl LIZE I ' 8 10 Il i NI]m H �� K fm]01 1 10 t 12 i r m4rt � 11 13 i M3m le - -14 13- 314- 14- -16 -16 I I u. SAFRR'R 15- S_17 -171 mm y EIA 1 mm RUNrIME 16 a _____________________________________ ____________1__ 7 19 Sa1� D 1 f la IB 1 20 f -~n4..7-- 19 21 ; '------------------------------------____________ a F9 20 1 1 1 22 L � yM � I 100 21- 1 16 I r 22 23 23 _ 7 1 4wr aA 2e 1Dva uxA ILj{hk- Iee 2{ i_ 26 25 1 i Klam N30D I 1 27 I j m n'm0 NECK FINE SCREEN 26 j j Int BRUSN 27 _20 j Ina-6Nam-4m-nna-wo-a �� 28 29 j 29- 30 IN= 31 WARE mlrnur 1 1 x Al. j 30 lttMd 1 BDA D 32 a W- 33 i 1d3m m v 01 1 32 3, i m Bwanrw 33 i sam m ANm MINA 3, 35 4 1 WERLWD i4rpC 1 A j 35 RLam vux 1 yyj �j ^ pU� �j 4VN 1 31 •�i 01 (X1^13 36 n7- 1A01 39 39 d AI* L 38 xtam 1 ' r _ 40 FAIL 1 R 40 41 10 Nd 0 I in i 42 j x2 1 3 , N 42 C�IK6[AIPr1p miC LIVm Ymlti •N 6g EIL�SC fm FAONCiIbI C'Q L.B V NR-m/SDN10 m fm+b 9/Vm K WILT Q 2/LS/m K IxSI4LF0 wr[ V3L CDrtm Vn/em) MCCHµICRL 61p SLAEC�' rvllJ CIMi 1R 0 -DIB IIB 11a SawPle 'Ekme'lfa4y /�.1b,�inalx2�� a�dUAb� vm ym rzu-al-ssl zvl roxlx sn! ola» r]mWnxa w si.z aoav� �:.� nw a r sv zpnva d m_Ts b1_]a nw umalu ss W mmna as E D mm�an• FL y wuucsmI 11w nplsuw � 26 Ib x b Son a9b1 C 1 2x Lx3N a Irwl r i Z6 i Ob I9Yt amt S[wNra:-wlYi-qV6-»uv-»V-yvril rv�i �� 1 sa3xya ya 0301ntlba a to- 1 3Sa3A3a 20 JUL w1al LOr[ 333 ' O PM � SI 06 r33b]S 3NL�{-pH{IJIN �I� 6E San tPNir[C-WVMrIfp-Wlf[-Y11r1YHIW mr�6 1 8E r 1 aavnao! zoN 6E CE i x33235 3Ncj mo,o mmruNa mrrsl a vsu I LLa�.'1L�, 1 BE 9E ' -i-�� sn �n9 LE tbYWI 1 I 1111 33S 920-a1-S9a al 9C SE EE ! 1 YE 2£ 1 [E 1 2E OE le- cc- -Be EvLW PoD1^Sol r __ 1 __ j 62 aa A]N39a3N3 1 92 x3]b1t 3N1! 01 L$ 30122 2 o, lO [prl-_,T_____________________________________________ _ ___________ ' _�_________________r CZ 0-01-SN 92 20-01-53 [mw mal L____________________________________________ _ _____________L __________..0 S2 mrin! Tb2 ezma —`----------- ----°S-- -------------'---------- --'LTJ--_`_------ 1 EZ- az2-v Ory 9r aiY n------------- ______Atll3a Iz lay 20-01-5] 22 A1138ay a3Nu �� 1 92- auwa 1 1N3na13 a3 laa 1 61 ! 1N911 02 ! LN3aan3 MAG/ b a e a 6E- 81 \ I ma a -LI 91 .13bm I CI 51 i 1NJba91]b3n0 n n • i 91- 61 mold S1 EI 21 1 erm Mm! 1 El- i xnoa,v» ! 2[ Il i IDxmmnm OI 1 IOaillj a mrIJY m mrN! i 6 OI wY 6 L I [9 [Y1 EI i ba"t_s 1 9 g i 2II 1 al- I, N33b:AC 3m! XJ]I ,• ___ ; 19 na MI M m11L ly -r 9 b ! 1 E I b_ 111 z m.aN � E 1 N b El 2 ll Z _- ! E I . 90.3([1 ! I SM' ZH09 'NaE '0002 13N3]In3a 1 1 01-ms tlS 'dIA7 0I-02N a310N Stl Zm 0i31i FIELD [R AS NOTED MCC -IO COMP, $A SCG -10 t i 1 I • CIARA ED PROVI➢IIS l(2 2 I 7 1400 I4M 14% • N I 1109 1401 19m 1405 FORWARD 1 2 4 3 _ I 5 @IMR 6 M ! O➢m �''-I HIGH IN[LUENT 4 1 6 j _ _ REVERSE ! fI CHANNEL OVERRI➢E 5 7 j nl.m s IN6 4011� OVERLOAD 1 9 ; J 9 AT, 8 WER[Il@Em j 10- -12 2 11 13 j rt14ev \ / G RIAI FORWARD I 12 I4 i F/LI•m 3 IS RM REVERSE 14- 1615- IS 17 \ / R OVERLOAD )µ ! ¢ gnR I6 IB CONTAIN.xiCONTAIN.SLASTATIONSEE pVl. ME[ 1 / \ m4@ 17 -19 __ ___________ 1 is - 20 Is oe m Nlv m vu i a u 20 1 I 1 i 22 ! 21 1➢ 1d TDI WI N51 I I 1 ' PST MIN 22- 24 1 I 29 i 1 u 1r i➢14v1 23- 23 I 1 -�-_� ! 2 A91-11 iW401 REVERSE 2S i L_b o_ .. ... i _____________ _________________ __________;__ ILS' x DELAY 24- T4 26 ! 1 S 12o wtws-?2 25- 1 27 1 ! IS. w n4e-n a -R• 26- 2B I 1 SMRIER ! 1514v1 27- -29 1 U 2D 1 1 ER14@ 30 1 I ( -31 0 0�__-_..____ 1 *- ________ __________________ 6 14 29 30- -32 -32 J 1 rs IN AUTO 3I- „ 1 37 i 1 Ive NO1149-6.1143-40 I -34 i K. I ! 1 14 1 32- 3 33- 1 1•Blsu 3S �_4LY__________ ____� 35 --------------- ______________________________ 1 2 i-11 __________T__ InA nry402 1•s] NYO-02 34- 1E.2DO flxE SCREEN 36 N -1F@ • I 4 ] @0 u 2 DRIVE 35 37 ______________ 1 _ �i 'i/��1{_yyFF_ _y{}y pL ------------------------ 1 WA L—I SOLENOID NO 110-1 m<e.l 36- w 37- -39 1 30 -40 i -41 . wj I 1 1 pry401 IW NIR/4 9 1ECH RIVE IVEiIIF Sig40 1ROVIVCO BT m1ER5 0' inr `loz ` (1 IN WT01LR1RA -42 I %2 ! ql 1 S 3 dOs 9 N xEvi[Ivx 42 wTc vla.ov [msa Cl 3 11 9m.va wcno N 01A' u @Il�R [IIE SGEq wi r.A1 w j 9/6/C6 LL( 4 NCC-]0/s[C-Iv MFLM.wI<K rt V6T [vrt[o Llsrtm) MS -lo -@A w4 M 11 1148 S0.vr ie Ele.meOw S ,z ke vrm&-h C '.)iVb\Ma�ps /aa+uawa13 ald-,Aos 22 wWs9n 12 1331 S8 -o 02 33A33 rw3nlsai z m ZI wW2Y]191aoo3 61 lila W. -o 1l VA31 Wnalmwuna al u aawi-lT FILED 2017 JUL ^10 �/PH 12: S I o; IO RTY CLERK ACITI IOWA LE 9E 6[- r[ - EC - um n o9 bu u uu wWs9n Elst-0 1331 S8 -o 33A33 rw3nlsai z m ZI 13iyA 3MJ ' 20-01-1T M -01 -IV 1l 01 6 8 L 9 9 E 2 1 n FILED 2017 JUL ^10 �/PH 12: S I o; IO RTY CLERK ACITI IOWA LE 9E 6[- r[ - EC - um n o9 bu u uu SCADA SCREEN SHOTS N �n V L r �rn 3r W rw . -j i Chemical Summary 2 Zc 0 wd o 1 inr L 10 Distrlbullon 1 vvrvlew A m� Alar'm N T® Re�� n wlnut Login C ntrol Dls rlbutlon.2 =mv vvatery Netal.Ou River G1'Otlrlo wxar Well Flow Total W xeFlow r Row SIMMKIPt Flow Santl PKI R Iver W xer Pow., Mixer SW TURBIDITY OR -Line SW TEMP Oft-Llna }�s� LIQUID COAG. Oft.Line Building Sump Pump BW Waste r't User: FSUPERVISORS us�f%te OVf ND Oroun4 R 6, Q MCD 6/27-/-2017- paused Alarm Horn Reset Surtaee Flow MGD 11.58:47- AM - Total Flo 6.9^ MGD Raw Water and Aeration System AERATION 6LOW"Ill r 3H #12 eG � Y :. I Tnrltl © x e91Wt F1forNMp6 ... 6413 Cprtr01 alarm setpollRs Mia Flew T.303 MOD 6.230 GPM "I gin. ..ic, time fast T.,,, 111m. 1& qI Nd 01 1nr LIQZ 03113 Total Sufaee 8414 W aer Flow Conimir tl Ripe Wa--fes' Flow 4 DesurtLon Aeration Loadina Max Loan: 25 gpMM 2 CulnelR Loatling: 10.13 gppaM2 KMW04 FOft -Line SORetlers Soft 1 Soft 2 Soft 3 ' Oft.Lin3 zoos. Out Gw TueBIDITr 00 G� 6.60 N3D River G1'Otlrlo wxar Well Flow Total W xeFlow r Row SIMMKIPt Flow Santl PKI R Iver W xer Pow., Mixer SW TURBIDITY OR -Line SW TEMP Oft-Llna }�s� LIQUID COAG. Oft.Line Building Sump Pump BW Waste r't User: FSUPERVISORS us�f%te OVf ND Oroun4 R 6, Q MCD 6/27-/-2017- paused Alarm Horn Reset Surtaee Flow MGD 11.58:47- AM - Total Flo 6.9^ MGD Raw Water and Aeration System AERATION 6LOW"Ill r 3H #12 eG � Y :. I Tnrltl © x e91Wt F1forNMp6 ... 6413 Cprtr01 alarm setpollRs Mia Flew T.303 MOD 6.230 GPM "I gin. ..ic, time fast T.,,, 111m. 1& qI Nd 01 1nr LIQZ 03113 Total Sufaee 8414 W aer Flow Conimir tl Ripe Wa--fes' Flow 4 DesurtLon Aeration Loadina Max Loan: 25 gpMM 2 CulnelR Loatling: 10.13 gppaM2 KMW04 FOft -Line SORetlers Soft 1 Soft 2 Soft 3 ' Oft.Lin3 zoos. Out AERATOR �® ��POLYNER Li0 COAG SODA Dft Lino 3.a� ASH SalMufrR' M 0417 Dell R• MIYne (Mlnulee) P302 Sludge P312 Grit Ysst Today Yast Tod o2 =I" LIO COAG POLYMER SOH -Line SODA 3.53 ASH Muant B4t8 1 Deliy Rt ntlme (Minutes) P303 Sludge P313 G 11 Yest Today Yest Today SMorlaY k.1 jar 9 001 LIO COAG POLYMER SODA 011l Of SERVI Qfi-Line 0.00 �}ASH Distribution 1 ConVoi Ul dbutlon 2 SOReneY#1 <Y USFi/leer User:OPEIt.-1TOR .VfvMxoa G.eunn FI 3 Mcg 6/27/2017 Alarm Horn Face; Surtaes Flew MGD 11:59:35 ANI Tat Flo 6.99 MGD Softener and Recarbonation POLYPHOS. fe= L <SHR P, /ofHNPa TnrW '. Tap oO MWW \b a �: FILTER i M7- IHFLUENT- COMYOI6419 8500 xl [I, , l-,", L,.. ro4nAmc vawe .V AIiJ kiivioi 1121313 AJJO� *il Nd 01 i0f IIIZ 0 1'104 FILTER f INFLUENT TEM+ j CL2 WASTE P325 PO1A Oft -Lina LAGOON Oft -Line CG2 .__ PLANT POta P WATER __.__. SLVDGE LAGOONS Alam SMolnt ps Deunption 2oau In Loom Orn '.. Softmr and Recarbonanor. w AERATOR �® ��POLYNER Li0 COAG SODA Dft Lino 3.a� ASH SalMufrR' M 0417 Dell R• MIYne (Mlnulee) P302 Sludge P312 Grit Ysst Today Yast Tod o2 =I" LIO COAG POLYMER SOH -Line SODA 3.53 ASH Muant B4t8 1 Deliy Rt ntlme (Minutes) P303 Sludge P313 G 11 Yest Today Yest Today SMorlaY k.1 jar 9 001 LIO COAG POLYMER SODA 011l Of SERVI Qfi-Line 0.00 �}ASH Distribution 1 ConVoi Ul dbutlon 2 SOReneY#1 <Y USFi/leer User:OPEIt.-1TOR .VfvMxoa G.eunn FI 3 Mcg 6/27/2017 Alarm Horn Face; Surtaes Flew MGD 11:59:35 ANI Tat Flo 6.99 MGD Softener and Recarbonation POLYPHOS. fe= L <SHR P, /ofHNPa TnrW '. Tap oO MWW \b a �: FILTER i M7- IHFLUENT- COMYOI6419 8500 xl [I, , l-,", L,.. ro4nAmc vawe .V AIiJ kiivioi 1121313 AJJO� *il Nd 01 i0f IIIZ 0 1'104 FILTER f INFLUENT TEM+ j CL2 WASTE P325 PO1A Oft -Lina LAGOON Oft -Line CG2 .__ PLANT POta P WATER __.__. SLVDGE LAGOONS Alam SMolnt ps Deunption 2oau In Loom Orn '.. '' t�0 tuoo2 ul uroo7 301AM3S HOIH ua au:�* "Mm euITLO 13A31 uoptlussBQ 9w 5w !w LN (A {A 1O3t3S M31'Im lolWo'J JaNld FILED 2017 JUL 10 PM 12; 32 IOWA CITY, IOVIA u ivn. 8,eUL, F 1 a.11 'A army ".,a 4v uo no paalnbaH JOtd Pa.tgnbaH JoN 19 [M %MJLIS "MOlg 1NBONd1n03 Namole 88'L9 :anFA swLLINOF99LI :a.MA..0 3NIMOIHO 98"98 :anMA JawLL WG :Jawad aawLL 301Mon V ®w L taL :yatudiawLL C Los 'SOHdOHLMO L#HNtl11O 3NIMOlHO SH0l 0V3H ,,, HOI® �.; r,,,- S50"i Otl3H AlIOI9Mnt 3d3 `" � 'SOHdOHLMO LMNNVIIO "Mm euITLO 13A31 uoptlussBQ 9w 5w !w LN (A {A 1O3t3S M31'Im lolWo'J JaNld FILED 2017 JUL 10 PM 12; 32 IOWA CITY, IOVIA u ivn. 8,eUL, F 1 a.11 'A army ".,a 4v uo no paalnbaH JOtd Pa.tgnbaH JoN 19 [M %MJLIS "MOlg 1NBONd1n03 Namole 88'L9 :anFA swLLINOF99LI :a.MA..0 aul l-JLO 98"98 :anMA JawLL WG :Jawad aawLL 89"LL :Lasaad.IawLL ®w L taL :yatudiawLL C Los Z.Los L Los SH0l 0V3H ,,, S90l OV3H �.; r,,,- S50"i Otl3H AlIOI9Mnt 3d3 `" � ' Al1Oluam iia AlI01Sam dd3 lHAWI 13A3 naA31 SONIObaM.. .. a OW Wa z I_. _.-I -n Wa O . PutLL motel >dMli.w/4d #M15> r', � �MatA.ianp saa;iig tWlodaSHtPA„x5 aow 66"9 =m I=a^l Tl'F TS�GS�ii aow mely weyng Iasey woH wiOlq LTOZ/LZ/9 aow Z9' aliP�^aao IaNiny� 2TO.LVZI3d0 :lash -iattj�Sn - 980 II r� 0 -p w W 1101, Z u01LngIUsla IOaJPOO uI6O'1 Lnogy L uO8ngptsn = F Ho uo paalnbaH JON paJlnbaH JON Zd id snJ.4s aAMA Slims umd 1N3 dlnoa HsVMHOV9 O eu1TL0 uOPe LLi aPOW WWnO aul l-JLO soli LU �� ®w L 00 C Los Z.Los L Los mewerp �ay!j r coSW �l !" .k Dab In rlm. in T". Usl DsWbutlon I Ds,Wbutlon 2 B420 � PUW I LIME PUMPB PD UW 2 PUW 3 PUW 4 10" Alla vj4oj )631) A113 WJ 01 W LIU. G 77777 User: OPERATOR r�'�sislci tr;und F:I: 6 1 --1 6/27/2017 ,farm reran :asla 11:i9:56 AM 99 "j Teeal Flew *6 !"('T/GSR/Clearwell Overview 1 TOTAL CL2 NGD1 TURBIDITY TEW TO WEST DISTRIBUTION C4:> PRESSURE " g Trend 3.34 A mv PRESSU E T EAST [BUTION DID - LEVEL High S*rviCe Mena CTCWcUMons PRESSURE 122 FREECL2 TEMP PLANT WATER _40= TANK 91 INFL FREE CL2 TANK 4" EFF FREE CL2 PH mm� PH TEMP Immumsm TEMP t t• OB -Line .k Dab In rlm. in T". Usl DsWbutlon I Ds,Wbutlon 2 B420 � PUW I LIME PUMPB PD UW 2 PUW 3 PUW 4 10" Alla vj4oj )631) A113 WJ 01 W LIU. G 77777 User: OPERATOR r�'�sislci tr;und F:I: 6 1 --1 6/27/2017 ,farm reran :asla 11:i9:56 AM 99 "j Teeal Flew *6 !"('T/GSR/Clearwell Overview 1 TOTAL CL2 NGD1 TURBIDITY TEW TO WEST DISTRIBUTION C4:> PRESSURE " g Trend 3.34 A mv PRESSU E T EAST [BUTION DID - LEVEL TANK #2 EFF FREECL2 TEMP �� ��� �� Dlstrlhutlon 1 /�— �NDI us�;/ic.- lalervlew Alertlte Alerrns Trend Re rtv Stress w4out In control Dlslrlhtlllon 2 User- OPER:�TOR _ wa+e IRM Vo1bA AmpzA VOMf AmpzB — OC Vokf C Amps C POWK Ceolaan Temp 1 i L` F. IIG DEGF POWWFa " Coolsv Temp 2 _-�R 110 DEGF Oil Pa Ss . Erlrtu :t lbmp t { ' —67M I 11 U DEGF I OII Temp E M1 I Tpmp 1 C 88 DEGF U DEGF Frequency �•,�,_ .D HZ Batsry Volts _ F'.ed _. _ 0 RPM, RsaaYlms Hous 0 BIIJyM S1Y!{ i spa D.W le T.m. M T . LMI T.'. VN.. VM01 IA113 tIM01 W83-13 .t113 2.60 Nd 01 ifrL181 a3"Irj Alerts F Reset •.. <fISIR PI ra XSMpa :v.. Generator Status 0 Common Alum 0 CH Closed 0 Ready to Load 0 Swtt&.Run O Swiwhin Auto 0 Start Delay 0 Stop Dday 0 LoadDemandStop Q LeRCoolmtS®dor 0 LIIt Exh.=Ssndor 0 Right Eshaun Smdor Ra Tn PWWAM Transfer Switch Status 0 Normal Position Q Normal Available 0 Emsrgen Position 0 Emugmcy Available auriw. Toial 6/27/2017 12:00:24 PNI Generator ¢�raermor Status Fast Daeseuptlon Ge Ta ATS N.Wody 1_ A Dsepbon lowo In i«nn om IveMew Alarms Y Telema,Dy Water Plant PCPA ® 1 , 2 .{I Via. 1 Distribution 1.-�.. w TrenO Re sPrintni, w ut it -069m ;yiniat gstributlon 2 Master BIN 1 n Blka2 Bik 3 O O 0 99 % 100% 100% Ilk 4 Barb Elk 8 0 0 0 100% 100% 100% Rik 7 Bik 8 Blk e 0 0 0 100% 1nn % 1nn % ._;. Paused Water Pla F----`� Collector Well 7 to North Tower O Comm Statue Road Write 100% 100% 0 OK O Road Enable C' Road Disable C' LCPC Read Status F----`� Blk 1 Bik 2 Rik 3 O 0 0 100 % 100% 100% Bik 4 0 100 % Statistics Currorlt Master PLC SCM Men, Clack (B4a1 25Sec 28 Sec <Shl t F1 for HNp> 'All efficiency counters reset at midnight kk Dalelr. ➢mein Ti Ull Tapnane LCPT Cor nn Steles 0 1^1 VJIAOI `A110 U01 X8310 A1{0 U :zi bd 01 Inr irua a31r.4 Sand Pit Read tante 0 0 100% Road Enable (: Read Dlsable C- LCPL User: I OPER_4TOR Dround Flo 6.62 MGD rm H 1 Alarn Rase[ SuAae. Flew MGD L --. _..... Tat*] Fle 6.99 MGD Remotes Tel Collector Well 2 Collector Well 3 Road write Read Write O O O 0 87 % 100% Read Enabio Read Enable (o Read Disable (- Re Disable (� LCPD LOPE Silurian Well 2 z Wrtte 0Enable (�Disable fi LCPH Rochester Read Wnb 0 0 100 % Read Enable to - Road : Real Disable (� LCPR Silurian Weil 3 Road writs 0 0 100% Read Enable (i' Read Disable C Emerald Read Witte 0 0 100% Read Enable tr Reatl Disable C' 6/27/2017 12:00:29 PNI Read Write 100 O Read Ela We (i Read Disable (- LCPF Sycamore ReadWitte 100% 0 0 Read Enable (i Read Disable (' LCPS Zown In Zown o.rc � •ao aw02 ul ONOI v uoip asap . sM�olO nacld _.- (GtO :MLN) Q aM (69-09:OCLN) --� (6Z-9Z:OEL N) Oa5 ZC D9S 9e JIOO10 Ma010 Old Old YdJd tldal-...._....___.. al les-oL:ocLNl O aM Das L isotoc:oCLW MOaLO Old Ndad as 8L M0 0-la ldOd Das ttt al Lp010 (LOt96:OCLW Q aM OL (59-OL:OCL N) I`dad (69-MMI.N) Q (6• :MLN) (6CLOZl:OCLN) O / DaS lY w010 DaS E9 Old MOOIO Hdad Old adad 4—J LA UNS. al aDw 66'9 •w n+•L (----- T1Id Z£ OO ZT aow •id •••Yet ' Leseb unN uueN LTOZ/LZ/9 aaw 19'9 upa^a•O to WAJA 2IO.Lv aad0 Imasil Old (6-o:OCLN) O Q (6TOf:OCI NI (rL-O L'ACL N) b-O:OCLN) DaS LE LPa10 (6-9:Mt N) Q Old ht Q (69o9:ML N) (*J.-OLACLN) w ='d 191-9:ML W O (BC-OC:OCLN) (eZ- ;WLN) (rO:OCIw j—� ddad y3snp� Z uolln4u45 K] 10�aauOa L uolln QI JL Kl a, FILED 2017 JUL 10 PM IZ.. 32 IOWA CITY Ip A ary<n wueu6ei (6LL-OOL:OCLN) O UMI ea010 Old !4d Hdal d lan-• ulaw, (69-09:OCLN) Q ("oZ:OC L W Das se LP010 Old (aLL-110VOC1,w (eC-ov"m) Q (9909:OCL N) (66o6:0CM) Q leLos:ocL W DaS L9 M0010 Old Q (6CL-0ZL:OCLN) O (9L-OL:oc L N) Q (V&-OL:OCLN) Q (OL-OL:OCLN) (6L-09:OC t N) Q (66be:ML W (rLb L:LCl,W (6-9:LCLW Das tr ("4CLw Lp010 Old Q (":OCL N) O lro:OCL N) 0WO:OCLN) ddod WorNary:uelc 9 a1Y I ana .< 4V w � AW Al�r�sR �T PLC Reference reports S<men About Lo9m co [rol -41 PCPA ALLREMOTE FACIUMES EOUIPMENT PCPN SUMP PUMP CONTROL PANEL OWISW TURBIDITY GWISW TEMPERATURE GWISW PH OW/SW FLOWMETERS GWISW CONTROL VALVES BW WASTE TURBIDITY SLUDGE LAGOON FLOW PCPJ SODA ASH CONTROL PCPH LIME FEED SYSTEM #2 LIME SLURRY TANKS #3. #3 LIME SLAKER #2 PCPP FILTER #I. #2 VALVING FILTER #1. #2 LEVEL FILTER #I, #2 TURBIDITY PCPQ FILTER #3. ## VALVING FILTER #3."LEVEL FILTER #3 "TURBIDITY PCPR�,.,......._. FILTER #b. #S VALVING FILTER #fU, #S LEVEL FILTER #fL #S TURBIDITY PCPK LIME FEED SYSTEM #1 LIME SLURRY TANKS 111. 42 LIME SLAKER 01 DISirlbutlon 1 Ulztrlbutlon 2 AIR SCOUR BLOWER PLANTINATER FLOWMETER CT TANK #1. #2 PLOW METERS CT TANK #1. #2 PH CT TANK #1. #2 CHLORINE CT TANK #2 CONDUCTIVITY VFD 1U1.>2 #US. UK CLEARW ELL #1. #2 LEVEL HIGH SERVICE VALVING HIGH SERVICE EASTMEST TURBIDITY HIGH SERVICE EASTMEST CHLORINE HIGH SERVICE EASTMEST PH HIGH SERVICE EASTMEST TEMPERATURE HIGH SERVICE EASTMEST PRESSURE HIGH SERVICE EASTMEST FLOWMETERS BACKWASH PUMP BACKWASH FLOWMETER CHLORINE SCRUBBER STATUS CHLORINE GAS FEEDER CONTROL CHLORINE TANK WEIGHT CHLORINE GAS ALARMS AMMONIA SCRUBBER STATUS AMMONIA GAS FEEDER CONTROL AMMONIA TANK WEIGHT PCPM AERATORS #1.#3 SOFTENER 01 FLOWMETER SOFTENER #1 VALVING SOFTENER #1 EFF TURBIDITY SOFTENER#1 EFF pH SOFTENER " EFF TEMPERATURE LIQUID COAGULANTFLOWMETERS LIQUID COAGULANTTANK LEVEL LIQUID COAGULANTPUMP CONTROL POLYMER DRUM WEIGHT POLYMER PUMP CONTROL Ack Dal@I^ Tme l^ Tlme Lasl ia0^nme Value VIA0, �kilj viul k21313 Alta ZC :ZI Nd 01 W LIU 03"1A IIser: I OPERATOR Alarm Horn Reset sort... Total PCPL AERATORS #Y,#4 SOFTENER #2 FLOWMETER SOFTENER #2 VALVING SOFTENER #2 EFF TURBIDITY SOFTENER #2 EFF PH SOFTENER #2 EFF TEMPERATURE POTASSIUM PERMANGENATE FLOWMETERS POTASSIUM PERMAN GENAM CONTROL POTASSIUM PERMANGENATE TANK LEVEL ORTHOPHOSPHATE WEIGHT ORTHOPHOSPHATE CONTROL POLYPHOSPHATE WEIGHT POLYPHOSPHATE CONTROL PCPG SOFTENER #3 FLOWMETER SOFTENER #3 VALVING SOFTENER #3 EFF TURBIDITY SOFTENER #3 EFF PH SOFTENER#3 EFF TEMPERATURE LIME PUMP CONTROL LIME FLOWMETERS CO2 TANK LEVEL CO2 TEMPERATURE CO2 PH CO2CONTROL FLUORIDE LEVEL FLUORIDE FLOWMETERS FLUORIDE CONTROL LCPA� GENERATOR STATUS FACILITY POWER MONITORING ORW_ JDON WELL T CONTROL LCPCC COLLECTOR WELL 1 CONTROL D.sctpt. 6/27/2017 12:00:39 TIM PLC Reference <ShIR Ft far HNps tL-CPD COLLECTOR W ELL 2 CONTROL LLOPE COLLEOTOR WELL 3 CONTROL LLCPF COLLECTOR WELL ♦ CONTROL LCPRgp EMEALD CONTROL LCPP�BLOOMNGTON CONTROL 2oorn OtR 1291 A v -e Hydraulic Profile Distribution 2 Pck Ddle In ilm¢I1 Tme Last T,rn VaWe VM01 A1i0 t01 118310 Allj 99 -ZI Rd 01 1Rr I l of a3ll� User: I OPERATOR 722 OO Milk. H59 WNr —71300 l .o h G66.50 FIHar Levels #7� #2 #fil 7!a #4� — 716:46 Hydraulic Profile <81w Ft rar NNp> 722.66 � Design Operating level 36" Piping Size 733.33 infrastructure Elevations D.""Ptr� CNarwNl LavNs #1 200nt In Power Mixer Enable Disable r C Liquid Coaaulant Enable Disable Pump 1 • C' Pump 2 Ce C' Pump 3 (w r- Pump4 r C Polymer Enable Disable Feeder (: f - Feeder 2 <W C' Feeder 3 to- Lima ?Lime Pumps Enable Disable Pump 1 Ci f Pump 2 G C` Pump 3 t• ("` Blowers Enable Disable 1/3 C 2/4 Ci Ak Dabin Tlme In TInrUg Carbon Dioxide Enable Disable Feeder 1 f: C' Feeder 2 (i' C- Feetler 3 (a - Polyphosphate Polyphosphate Enable Disable Feeder Ci' r Pump a C Orthophosphate Enable Disable Feeder (0- Pump TPump (0 - Fluoride Fluoride Enable Disable Pump 1 t� Pump 2 (0- Potassium iPotassium Permanaenate Enable Disable r l` Collector Well 1 Plant Automatic Control Enable Disable <Shin F11 for Xdiy Pump 1 (i to - Pump 2 Collector Well 2 Enable Disable Pump 1 t: Silurian Well 2 Pump 2 di (i' Enable Disable Pump 1 ((i' Ci Collector Well 3 Enable Disable Silurian Well 3 Enable Disable Auto Feeder 1 a Jveratew Abrrm Ilia Trend trorntr Waawraorrtus ecrsen wbMit-. a i Distribution 2 User: OPERATOR .VjytxDl Fydreulic Profile Peuseii Ground Fla 6.62 MGD SuMCD Alarm Hom Reset Flo a 6/27/2017 Man Feeder 3 Ce C' Tool ronl Flo 699 MGD 12:00:47 PDf Power Mixer Enable Disable r C Liquid Coaaulant Enable Disable Pump 1 • C' Pump 2 Ce C' Pump 3 (w r- Pump4 r C Polymer Enable Disable Feeder (: f - Feeder 2 <W C' Feeder 3 to- Lima ?Lime Pumps Enable Disable Pump 1 Ci f Pump 2 G C` Pump 3 t• ("` Blowers Enable Disable 1/3 C 2/4 Ci Ak Dabin Tlme In TInrUg Carbon Dioxide Enable Disable Feeder 1 f: C' Feeder 2 (i' C- Feetler 3 (a - Polyphosphate Polyphosphate Enable Disable Feeder Ci' r Pump a C Orthophosphate Enable Disable Feeder (0- Pump TPump (0 - Fluoride Fluoride Enable Disable Pump 1 t� Pump 2 (0- Potassium iPotassium Permanaenate Enable Disable r l` Collector Well 1 Plant Automatic Control Enable Disable <Shin F11 for Xdiy Pump 1 (i to - Pump 2 Collector Well 2 Enable Disable Pump 1 t: Silurian Well 2 Pump 2 di (i' Enable Disable Pump 1 ((i' Ci Collector Well 3 Enable Disable Silurian Well 3 Pump 1 R Ci Enable Disable Auto Feeder 1 a C" Auto Feeder 2 (: C' Man Feeder 1 Ci Men Feeder 2 (, (" Man Feeder 3 Ce C' Pump 1 R Ci Enable Disable Ammonia Pump 2 (� Pump 1 : l: Enable Disable Auto Feeder 1 Ci Collector Well Silurian Well4 Auto Feeder 2 aC` Enable Disable Enable Disable Pump 1 (T (: Pump 1 t• tw- Pump 2 (4 Or Jordan Well 1 -- Sand Enable Disable Pum 1 Ci C'^ P Shutdown Plats le Enable Disable Pum 1 CO -T p Stag Plant Pump 2 (Iii CO- - Taqname value 'Aiij VMO M313 AW Z6 :ZI Kd 01 W061 a3113 Desaioeon Zoom m zoom nrd Jverview Almrtn5 I Aiae dollar. , ✓Yell �4l [All G CHANGES A points VFD2 oints © Umdeelomd Worming l PUMP a I Tag -Ott G CHANGES VFD Status points VFD2 oints © Umdeelomd Worming l © Over Temp Fault EPower: 0 VFD Drive Fa It C) VFD 2 y; % Speed: 75 % a A Amps: 34 A KW Power: 12 KW x„. Capacity Actual Flow Total (MGD) (GPM) (MGD) (GPM) (MGD) Min Recharge 4.3 2,986 O.OB 44 D.06 Max Recharge 6.4 4,444 Auk Oaleln Time in Time Last Tagname Value 1111"01 A113 YoYlQ) M8313 A113 Z€ ;ZI Nd 01 inn 1101 a3 -11A Dlstrlbutlon i _. Dlstributlon 2 User; I OPERATOR Oround Flo 1 MGD Alarm Horn Reset I. Surfaaa Fla MCD Total Flo 6.99 MGD PUMP 6/27/2017 12:00:54 PM Collector Well 1 Ttarel I Tag -Ott VFD Status VFD1 VFD2 Q © Umdeelomd Worming 0 © Over Temp Fault Q 0 VFD Drive Fa It C) 0 VFD Comm Loss 0 0 overload Fault rvk, 0 0 Ground Fault © Overvoltaga Room Tamp' 80 O 0 Ove led - Security 0 Security System Armed 0 Security Syeem Fail 0 Door Open 0 Smoke Hew Alam 0 Floor Wale,Almrm General Alarms 0 High Flovmate 0 Low Fl.w Is C) Panel Power Fail :' Room Temp Hi A 0 Rao. Temp Lo 0 Low Level 0 Low Low Leval Cutout 0 VFDi Req not—, -e 0 VFD2 Req not mooing DnsrnObOn Z. Zoom Oan U Dlstrlbutl on 1 Control . CAstlibutlon 2- -R j-, "-- ii..d Instill PUMP 1 � -.. Irv+i DOWNLOADING CIfANGES Alarm Setpoints Control Setpoints Control Air Compressor VFD 1 VFD 2 Speed: 0% Speed: 86 %. Amps: O A Amps: 60 A Power: O KW Power: 34 KW Q O we Temp Fault Capacity Actual Flow Total Q O VFD Drive Fwlt (MGD) (GPM) (MGD) (GPM) (MGD) Min Recharge 1.8 1,250 1.07 744 1.07 Max Recharge 2.6 1,944 Mk Dabli Tllneln Tlme tasl Tagname --. - G'Aitl X1110 VM01 A8310 AM a� a ud o 1 inr L181 03-11.4 IIser. FOPERr1TOR .Yiv�txol orwmd Fl 6.61 MGD 6/27/2017 Alarm Horn Reset 9u6voe Flow �9 12:00:$7 PM T..' Flo 99 MCD Collector Well 2 heratl Tag-otY VFD Status VFD7 VFD2 - Q cc) to Wem ing , —z-- Q O we Temp Fault e Q O VFD Drive Fwlt h ! O O VFD Cantu Loss PUINI' 2 _` �'- 1 s T, % Q O Overload Fault q.-.� Q O Growd Fault y Room Tamp: 89 QIII OvervolGge O 0 0 Overspeed " Security 0 S..rity Symem Armed - " 0 Security Syn. Feil S I 0 Door Op. `?L 0 Smoke Hem Alarm 0 Floor Wmer At. z .fk General Alarms High Flowrme 0 Low Flowtate ..tq -1 O Panel Power Fail 1 .. t.. 0 Roam Temp Hi 0 Room Tern, Lo O Low Low Level Cutout y y`` 0 VF -R1 Req notmnnmg O VF1a2Regnotnmm g _cxopban -_ Zopn In Zown OU >vew AL rtts Im T© Re❑� � -.1ilw,x well#, "I Distribution 'I 2 ice, wmae Login Control Distribution 2 ti Paused Tr �Si. { PUMP IMP I G CHANGESpointsointsl TraM Tag-Ou[ VFD Status S VFDL VFD2 E C) 0 vedrrleadwamiag .. VFD 2 0 Over Temp Fault Q % Speed: 78 0 VFDCor Loax t. O A Amps: 184 A m Ground Fault Room Temp: 72 O KW Power: 84 KW Q Ove peed Capacity Actual Flow Total Security System Am ed (MGD) (GPM) (MGD) (GPM) (MGD) 0 Min Recharge 4.3 2,986 v Smake Heat Alarm 1.79 1244 2.66 Max Recharge 6.4 4,444 0 High Flovwsse K` Ddleln Tme In Oma Laa1 T.,.no Value U313 A113 C 'ZI Nd 01 ltir L101 (131i=1 User: OPERATOR ground Fla .62 /2017 Alarm Horn Reset aurtaaa Flo MGD 12:01:01 PM ... .... . _. Teta) Fie 7.00 MOP �r PUMP 2 Fes` Desoipom Collector Well 3 TraM Tag-Ou[ VFD Status S VFDL VFD2 C) 0 vedrrleadwamiag .. Q 0 Over Temp Fault Q 0 VFD Drive Fault Q 0 VFDCor Loax t. O 0 Overload Fault C31 m Ground Fault Room Temp: 72 O C) Overvottage O Q Ove peed Security O Security System Am ed 0 Security System Fail 0 Door Opcn v Smake Heat Alarm Ftoor Wmrr Alava General Alarms 0 High Flovwsse 0 Low Fl..We C) Panal Power Fail Q Room Temp Hi 0 Room Temp Lo 0 Low Level Q Low Low Level Cutout 0 VFDI Req not conning Q VFD2Ragnotrummng 2ogn In zoom o.rt �.. Y AInm18 a ® Repo, - Screen /4F»u1 v-+ CollectorW81194 12:01:05 I'M._I VFD 7 _ w speecl: 0% Speed: 89 9/6 Amps: O A Ampa: 172 A s'r Power: 106 K W Capacity Actual Flow Total (MGD) (GPM) (MGD) (GPM) (MGD) Mtn Recharge 4.3 2,996 3.35 2326 2.60 DOWNLOADING CHANGES Alarm Setpoints Control Setpolnte Alarm Hom Reset ! surho.FlMoo Control 12:01:05 I'M._I VFD 7 VFD 2 speecl: 0% Speed: 89 9/6 Amps: O A Ampa: 172 A Power: O K VV Power: 106 K W Capacity Actual Flow Total (MGD) (GPM) (MGD) (GPM) (MGD) Mtn Recharge 4.3 2,996 3.35 2326 2.60 Max Recharge 6.4 4,444 a<a Damm Time in lanaLast rapuma }' nl0 A110 Z9 :Z1 Wd 01 Inr 1101 ®3113 Distribution 1 Distribution 2 �- PUMP r�µ 1_ LEVEL �/SFi/affE7' User: OPER4TOR YivFl m M 6/27/2017 Ground Fl GD 0 0 Overload Fault s Alarm Hom Reset ! surho.FlMoo 12:01:05 I'M._I Teral Fle 9,00 MOD Collector Well 4 Trend T-"- VFD Status 0 Security System Fail - VFDl VFD2 t" 0 0 Underlea l Warning n y Q Q Over Temp Fautt ...Zr. 0 Q VFD Drive Fault _. L�r�- Q Q VPD Comm Loss PUMP2 i = 0 0 Overload Fault s 0 0 Ground Fault Room Torp: 69 Q Q ovenottage 0 Q overspend Security 0 Secanty System Armed 0 Security System Fail 0 Door Open 0 Smoke Are[ Alarm 'k 0 Floor Water Al. n, General Alarms 0 Aigk Flawrne ® Low Flow,ratc 0 Panel Power Faii 0 Ronna Temp Hi y: if; •`,'_ Q Room TarnP Lo r 0 Low Laval 0 Low Low Laysl Cutout 0 VMIRegnotmoning a r.i Q VFD2 Req not running Manipson town In Z..'n O a tvervlew �I. Alerrtra I�Ir Alenns B TretM. �� Retrorts _ i I anrlb�,lo t,r l�J screen J., t.oynr control aztrinunon 2 ----- :'• , LiSer: rOPERATOR _ ereuntlFl plasm Hotn iiBSBt ffivdae• Fla Total Fle "OVAFilts+r .V(viNal ,62 MCD 1 6i27/2017 MCD 12:01:09 PINI — Silurian Well #2, - N MGD — - ❑ '' GPM "' Security SilurianWell 2 ® Security System Fail Door Open TagOut TM�,tl Alarm Setpalnt0 Control Setpoints Control Capacity Actual Flow Total (MGD) (GPM) (MGD) (GPM) (MGD) Sol Vlv 1: Closed 0.432 300 0.00 O 0.00 SW: Manual prk Doth tlma In Tans last TeOmme. Va.. I':O i ',1110 VIIIA 01 lJ]13 A110 UO Wd 01 IAA LIOl (13-114 L kI .r L I`VEl 11 ( Room Tamp: at O — - ❑ '' GPM "' Security O Security Sytit. Armed ® Security System Fail Door Open 0 Smoke Heat Alum 0 floor Water At. General Alarms O High Flotwate O Law Flowrate Q Panelpowar Fail Q Roan Tamp Hi Q Room Tamp Lo 0 Low Level o Low Low Lwel Cutout 0 Pump not run ue'/R.3 _._. _.. _.. Daawteari ^ Zoom In G m Out J w AlermS A�Irn19 .. T® R® �. Slue an Well 93 ---- --- _ a ACCEPT CHANGES Alarm Setpoints aaaa Control Setpoints Control CapacityAetual (MGD) (GPM) (MGD) (GPM) Flow Total (MGD) 0.432 300 O.00 O 0.00 asa.. p;hlq Tlnx In T. Lea �� :_, ( a�nbutlon , Control Dlslrlbutlon z '. USlT: OPERATOR USFiltrer .VfYtNol wmvt login wale• ,. orew d Fl6.59 MGD 6/27/2017 - '.-41 Paved Alarm Horn Reset Su6aoeFl MCD 12:01:13P1�1 ` - ._ _... Tatd Flo 6.46 MOD O Silurian Well 3 III Tf. yi , ry fir.,_ J Room Temp: 78 O Security O Security Syn. Armed O Sernrity Sysem Fail O Door Open O Smoke Heat Alarm Q Floor We—Alarm General Alarms O High Flowrde ® Low Floavrate Panel Down Fnl ® Room Temp Hi O Room Tanp Lo ® Low Lwel 8o1 VIv 1: Closed O Low Low Levet Cutout SW: Manual ® Ptinn runningBeq rapame wow Oeegplm zoom ort vr,=,o1 •,1110 VIIA01 )48313 ,1113 ce -ZI Wd 01 Inn LIOZ a311A fy� � -i ® _ O O i U-9—Li Q� — o-- DlstAbuUon 'I �veMew Alarms /118�rriw Trend its Low Level n ' nttout Login Co 1 Distribution 2 Silunan Well il4 Y Pau-wd c5 Y �� - a��yo LEVEL rY ACCEPT CHANGES Alarm Setpoints Control Setpoints Control Capacity Actual Flow Total (MGD) (GPM) (MGD) (GPM) (MGD) Sol VIV t: Closed 0.432 300 1 0.20 142 0.20 SW: Auto Ark Dalem Tlmeln Tlme Laet Taeeame Value A �.� :z1 Wd o i inr 091 03114 t✓...moi ii ici USCI': I OPERATOR .ViYMNIDI Greundfl 6„9MGD 6/27/2017 Alarm Hom Reset surram. fle . MGD 12:01:16 PM _ TOW fl 696 MCD Silurian Well 4 Trend Room Tamp: so Security O Security Syetem Armed O Security Synem Feil O Door Open O Smoke Heat Alvin A Floor Water Alarm General Alarms O High Flotcrste O Low Flowrate Q Panel Power Fail O Room Temp Hi O Room Temp Lo C) Low Level 0 Low Low Level Cutout d Pump notruamna/Req Control Setpoints e<k Dakln : tt'j1').ii0 bar„01 )�KJM A113 CC ail Nd 0I W IIBZ 0311:1 LEVEL ■ TIM ` 1 Ars' Security 09 ... icy Syn. Armed O Security Synem Fail O Door Op. 0 Smoke Hrat Alarm Q Floor Water Alarm General Alarms O High Flowrate Dlslrlbutlon 2 T T.$0P: I OPERATOR l/SFi/lfer wrrvirw wWrms wiamts Tretxt J racoons screen w1.uur 1 L In r<...rml 0 .YIViN01 6/27/2017 Q Low Low Leval Cutout on, Pumpnotrvnnmg/Req w p mm HDm Reset 12:01:20 PM Total Flo MCD Control Setpoints e<k Dakln : tt'j1').ii0 bar„01 )�KJM A113 CC ail Nd 0I W IIBZ 0311:1 LEVEL ■ TIM ` 1 Ars' Security 09 ... icy Syn. Armed O Security Synem Fail O Door Op. 0 Smoke Hrat Alarm Q Floor Water Alarm General Alarms O High Flowrate O Low Flowrete Q Panel Power Fail Q Room Temp Hi O Room TemPL. 0 Low Level Q Low Low Leval Cutout a Pumpnotrvnnmg/Req �w ll wlenrn 1IAla�rnrs lI T® J yT I] - s Plot Screen weom Alarm Setp Olnts VFD 1 VFD 2 Speed: O % Speed: 78 Amps: O A Amps: 71 A Power: O KVV Power: 33 KW _. (12%�Z017 River Water Flow MCD b,14 MGt3, I 12:01:Z�i P�:Z andpll Plow MGD D 23 M _ ,n., nma to+i ragname �`�p�, olambbununon � txnNW :: on 2 =3a ed User: I OPERATOR .VfvMxDl I Groundfl ,b MGD _. (12%�Z017 AlamHOm Ra5B1 eur/oe. Ft MCD 12:01:Z�i P�:Z J Total Flo 6.96 MGD Sand I'it Pump Station h�rad Tag -O . t VFD Status VFD1 VFD2 - __ i c + C) 0 IIvdmloW Warning _ O O Ova Temp Fault 0 0 VFD Drive FwIt O C) '.'FD C. Losa }sr—ice C) 0 Overloud Fmlt O Q Ground Fault Room Tamp: Be O 0 Overvoltage 0 0 Oearepeed Security O Security Synem Armed ® Security System Feil 'y O Door Open 0 Smoke Hem Al. Maxf F WN PBGO O Floor Wis., Alarm 6.280 GPM General Alarms a -+' MGD 0 High Flowrete .i Imo. 0 Low Flowrate 0 p .Ipowm Fail Tory Surface 0 Room Tamp Hi -d Wmer Flow 0 Room Temp Le 0 Low Leval Loio Low Lw.1 Cutout b!•Ji,AQlljAJ�'}�Q{'1K�`}}AhJf!n`'�•.Q}{'}.�P�Pa} ,y'�e';}04iS`1h4�y0t`nh • n�F: `!•y!q`4.. w:1.�-�iQYl:i�'L�.C.4.d! • •CiA VAI,01 ' 110 vM 01 N8313),113 ££ :ZI Wd 01 lff (IOZ a3 -1l-4 >w rvicw Screen Aarms Alarms '.' T � P p0 a .._.. IF bou wl � Bio�nmc^nn x (MGD) GSR TANK LEVEL Central Alarm Setpoints Control Setpotnts VFD 1 VFD 2 Speed: O % Speed: O % Amps: O A Amps: O A Power: O KW Power: O KW Q Dl bu"I 1 n12:01:31 Distribution 2 User:iNe GD17r1:1uoed ( Alarm Horn Reset satfaeen MCDPM _._.— Tetai. Fle 6 66 MCD Bloomington St Booster Station I Trend Tag-Otd ltk._ DWM _. TImeM Tknelad Teename "I", VM01 :1113 VM01 Y8313 X1113 CC 0 Nd 01 10r 001 1. 03-I13 Total Chlorine "t Pressure Room Temp �� III V va Auto DISTRIBUTION SYSTEM PLC Clock HR MIN IMIFW- Des... @ee VFD Status Actual Flow Total (MGD) (GPM) (MGD) 0.00 O 0.31 Q Dl bu"I 1 n12:01:31 Distribution 2 User:iNe GD17r1:1uoed ( Alarm Horn Reset satfaeen MCDPM _._.— Tetai. Fle 6 66 MCD Bloomington St Booster Station I Trend Tag-Otd ltk._ DWM _. TImeM Tknelad Teename "I", VM01 :1113 VM01 Y8313 X1113 CC 0 Nd 01 10r 001 1. 03-I13 Total Chlorine "t Pressure Room Temp �� III V va Auto DISTRIBUTION SYSTEM PLC Clock HR MIN IMIFW- Des... @ee Security a Seeority System Armed Q Security System Fail 0 Door Open 0 Smoke Heat Al. 0 Floor Water Alarm General Alarms VFD Status VFD1 VFD2 Q 0 Underloed Warning Q Q Over Temp Felt Q Q VFD Drive Fault 0 © VFD Comm Loa, O Q Overload Fmlt 0 O Ground Fault () Q Overvoltage A ® Ovespeed Security a Seeority System Armed Q Security System Fail 0 Door Open 0 Smoke Heat Al. 0 Floor Water Alarm General Alarms ® Hi Flownra © Hi we. 0 Hi Hi Flownu Q Hi HiP assure 0 Lo Fl.oW 0 Lo Pressure 0 Lo Lo Flowraw Q Lo Lo P .re Q Panal FOWer Feil Cl VFDIRagnavming Q GSRLevel Low Q VFD2Regnotrunning 0 GSRLeeILow Low Q Room Tamp Hi Q GSRLeel High © Room Temp Lo Q GSRLevel Hi Hi zow» In Z.111. 010 Alarli T® :eporte Screen Amut O Swdch not m Auto Q Low Fuel Levet 0 Fuel Tank Leak ACCEPT CHANCES REMOTE ALARM RESET PRIMARY FROM TREATMENT PLANT n FROMS STRBUTION SYSTEM in Auto Fill Cycle' Auto FRI Cyela Ended Alarm Setpoints' Volvo Control Fire Station A PRESSURE.. Pump Control �- .tea Depin Tlmeln Time LNI tagmme VI'i01 a,110 V14A0I Y8310 A113 CC :Z1 Wd 01 inn tion 03"'1 Dlstrlbutlon t --j �n co rittria Distilhution 2 l[Tser:C)PEIZ-kTC)R GSR COMMON GSR LEVEL FREE CL2 TOTAL GALLONS FlLLED IN ONE CYCLE Wlue Grountl Flo 1 MOD 6/27/2017 s.in; rn r;orn Bscz; sarraa. Flaw MCDL 1201•$0 PM Taal Flow 6,98 MGD I+:merald Tr.d Tag-0ut Security CHLORIrIE Q Floor Waar Alvin 0 Room Eansy Alern I Q Snoke/Heat Alarm PRESSURE 5 GPM' ' TO DISTRIBUTION E=3....__ SYSTEM PUW / ROOM TEMP PUMP 2 Generator Status Transfer SW Status VFD1 VFD2 Q Ovetcrank o Normal Posiacn ®® Q Overspeed 0 Normal Available ®� jr) High Engine Tarp Alarm 0 Emergency Position EMIClaney Totals Q High Engine Tarp Wam 0 Emergency Available NO Flow 0 Low Oil Prewar. Alarm 0 Low Battery Voltage High High Tank Laval Q Low Oil Prenure Warn 0 Battery Charger Fall O Swdch not m Auto Q Low Fuel Levet 0 Fuel Tank Leak ACCEPT CHANCES REMOTE ALARM RESET PRIMARY FROM TREATMENT PLANT n FROMS STRBUTION SYSTEM in Auto Fill Cycle' Auto FRI Cyela Ended Alarm Setpoints' Volvo Control Fire Station A PRESSURE.. Pump Control �- .tea Depin Tlmeln Time LNI tagmme VI'i01 a,110 V14A0I Y8310 A113 CC :Z1 Wd 01 inn tion 03"'1 Dlstrlbutlon t --j �n co rittria Distilhution 2 l[Tser:C)PEIZ-kTC)R GSR COMMON GSR LEVEL FREE CL2 TOTAL GALLONS FlLLED IN ONE CYCLE Wlue Grountl Flo 1 MOD 6/27/2017 s.in; rn r;orn Bscz; sarraa. Flaw MCDL 1201•$0 PM Taal Flow 6,98 MGD I+:merald Tr.d Tag-0ut Security CHLORIrIE Q Floor Waar Alvin 0 Room Eansy Alern I Q Snoke/Heat Alarm PRESSURE 5 GPM' ' TO DISTRIBUTION E=3....__ SYSTEM PUW / ROOM TEMP PUMP 2 High Tank Level - Float 0 VFD1 VFD2 VFD Status High Footing Drain Laval VFDI VFD2 ®® 0 0 Fault ©© 0 0 Pump Fail ®� VFD1 VFD2 00 0 0 Sw in Auto EMIClaney Totals 0 0 Power Preaeana Low During Fill 0 0 Lead Pump NO Flow 0 Q High Tank Level - Float 0 High Tank Leval 0 High Footing Drain Laval 0 Preaeve Critical High 0 Preeeure High 0 Pressure Low 0 Prseave Critical Low 0 Frvatora High During Fill 0 Preaeana Low During Fill 0 NO Flow 0 Critical No Flow 0 High High Tank Laval 0 Low Tank Level C) Low Low Tank Laval 0 Pump CutoutTank Level 0 Roam Temp Hi Maw ,. zoo., Cite :--+ SyCamdfP Generator Status 0 Overcrank O Overspnd O High EnginoTemp Alarrr. 0 High Engine Temp Wam 0 Low Oil Pressure Al.. 0 Low Oil Praature W. Q Swiwh nos in Avw 0 Low Fuel Level 0 Fuel Tank Leak -' ACCEPT CHI REMOTE ALA FROM TREATMI PLANT __. Alarm Setpoints Valva Control Pump Control iak Deleln rants Transfer SW Status Q Normal Poem. Q Noral Available Q EmerBencY Ponhon 0 Emergency Available 0 Low Battery V oltage 0 B attery Charger Fail Auto FIN Cycle eoaea aht (`�� Dlstributlon t corawl Dlstrlbutlon 2 GSR COMMON GSR LEVEL FREE CL2 %TAL GALLONS FILLED IN ONE CYCLE User: OPERATOR MVINDI Grund Fla 6 63 MGD 6127/2017 AlarmHoMResel 8.0...Fla MGD 12:01:44 PAI ---- - - Total Flow Q0 MOD Sycamore Trararl Tag-Oua Security CHLORINE 0 floor Water Alarm 0 Room EntryAlann Q Smoke/Host Alami PRESSURE r7171, G Tana Uvr Tapname WWe DNeePwi V/1101 X1110 brr101 '48310.11.10 0£ "01 Nd 01 1W L181 031ij TO DISTIatIFILITION SYSTEM 0 �' 0 High Tank Laval Orls High Footing Drain Level 0 SCrCC•p AM�uI Pressure High O Pressure Lour 0 w Transfer SW Status Q Normal Poem. Q Noral Available Q EmerBencY Ponhon 0 Emergency Available 0 Low Battery V oltage 0 B attery Charger Fail Auto FIN Cycle eoaea aht (`�� Dlstributlon t corawl Dlstrlbutlon 2 GSR COMMON GSR LEVEL FREE CL2 %TAL GALLONS FILLED IN ONE CYCLE User: OPERATOR MVINDI Grund Fla 6 63 MGD 6127/2017 AlarmHoMResel 8.0...Fla MGD 12:01:44 PAI ---- - - Total Flow Q0 MOD Sycamore Trararl Tag-Oua Security CHLORINE 0 floor Water Alarm 0 Room EntryAlann Q Smoke/Host Alami PRESSURE r7171, G Tana Uvr Tapname WWe DNeePwi V/1101 X1110 brr101 '48310.11.10 0£ "01 Nd 01 1W L181 031ij TO DISTIatIFILITION SYSTEM 0 High TankLval Float 0 High Tank Laval 0 High Footing Drain Level 0 Pie. Critical Nigh O Pressure High O Pressure Lour 0 Preenta Crib..l Low O Pressure High During Fill O Pressure Low During Fill 0 No Flow O Critical Ho Flow 0 High High Taik Level 0 Low Tank Level 0 Low Low Sank Level 0 Pump Cutout T ank Lee el 0 Room Temp Higli/Low i , I Zoom Oa. ���IAeY �l 0� Q �� � � cQ, Dl ldbullon t__ Iw!rvlew Aborts Alorrrls TrerM Reports Screen About L In Con[rral dslrlbutlon 2 Rochester .r. O Paused Generator Status Q OvearaNc Q Ooerapeed Q High Engine Temp Alarm Q High Engine Temp Warn Q Low Oil Premise Alarm Q Low Oil Pressure Wam O Switch not in Auto Q Low Fuel Level Q Fwl Tank Leak ACCEPT CNANOES REMOi ALARM RESET PRIMARY , FROM TREATMENT PLANT SECONDARY M FROM DISTRIBUTION SYSTEM Alarm Sgett"Ints Valve Control ' Pump Control Ick Deleln Trial, Transfer SW Status 0 Normal Positron Q Normal Available Q Emergency Poencon Q Emergency Available Q Low Battery Voltage Q Battery Charger Fad Aute Fill Cycle ErsCee GSR COMMON User: OPERATOR ground Fl _ Alarm Horn Reset /1Mgo Flim Tees) Ple CHLORINE PRE99URE Tkmtaal ?sename Vafue Destathen WWII I 'J iIO Vm01 CC:Z1 Wd 01 1(lf LIOZ 0311-4 � USFi/der .YiYI NDI MGD 1 6/27%2017 0.33 MGD 12:01.48 PINI 7.00 MGD Rochester hwW TaarOul Security Q Floor Water Alam Q Room Entry Alarm Q Smoke1Heat Al2nm TO DISTRIBUTION 11111111101111- SYSTEM General Alarms Q High Tank Level -Float Q Hlgh Tank Level Q Prueure Critical High Q boor. High Q Prenure Low Q Prenure Critical Lew Q Promae High During Fill Q PreealRe Low During Fill Q No Flow Q Critical No Flow Q High High Tank Level Q Low Tank Level Q Low Low Tank Level Q Amp Cutout Tank Level Q Room Temp Highatew AlamIS ko Datem Trent �� ❑� R['Darts {�� Print � screen s - wbout In contro, Dlstrlhutlon 1 Qlsfrlb upon z User: FOPERATOR USF%f#ler .Y(V(Noi Area —� LIME -P4 13LOWER-1 around Fl 6.61 �� 6/27/2017 BLOWER -2 '. `;, ,.. CO2-FDR2 Paused ' -- Alarm ftn Reset surf... Fm Teta M mco 7•00 MGD 12:01:52 Phi CW1-P1 CW1-P2 [ CW2-P1 [ CW2-P2 [ CW3-P1 [ CW3-P2 [ CW4-P1 [ CW4-P2 [ SPPS-P1 [ SPPS-P2 SW2-PUMP [ SW3-PUMP SW4-PUMP [ JWi-PUMP BLOOM -P7 BLOOM -P2 EMER-P1 EMER-P2 SYCM-Pt ote Facilities equipment Runtime Summary -1 eShiR Ft far HNP> Remote Chemical Facilities j— Feed nma LW tapname ROCH-P1 ® LIME -P1 ROCH-P2 LIME -P2 LIME -P3 High Service Area —� LIME -P4 13LOWER-1 ! CO2-FDR1 D BLOWER -2 D ,.. CO2-FDR2 BW PUMP -1 CO2-FDR3 D BW PUMP -2 D HI SRVC-P1 HI SRVC-P2 FLUORIDE -131 © HI SRVC-P5 FLUORIDE -P2 HI SRVC-P6 KMN04-BP D KMN04-MXR - CL2 Area KMN04-P1 SCRB-P1 "N04 -P2 SCRB-P2 © KMN04-P3 crop KMN04-P4 Valve riffiu!',kilo Vni01 ��310 kilo r l Wd o 11111' uol (13111 Chemical r Feed —, D..Klb.n BLOWER -1 BLOWER -2 BLOWER -3 BLOWER A PWR MIXER SUMP -P1 SUMP -P2 GEN SET LIQCOAG-P1 LIQCOAG-P2 LIQCOAG-P3 LIQCOAG-P4 POLYMER -P1 Pno VMFR-P7 I— Equipment cnem,cal r Feed r- Zown rn Zown O,rt �.o Z iaPaad j) 1 0 Llapaad suuoi Z Japaad II Ljapead eluow wv alsgdaogdoqljp ® :• • � £lapaa� Z�apaaj a • • Llapaaj alea J lulodleS �-- a;sipaad J uollejglleo 03e,paaj luaimo aplxolO uogle7 <dl*H+ id LNSa kiatutuns juaiuiaga I1id 9S TO ZT a�w oo'- •m l•wl ----- WwM I/...s 1•••21 UMH WXW L10Z/LZ/9 GDM I9,9 LoPu—o IMMIXZIO.L6'2T3d0 c�asR FILED 1011 JUL 10 PM 12= 33 CITY CLERK IOWA CITY, IOWA .Nle� Napa AA L -- Z dwnd L dwnd epponid alsgdaogdoqljp ® :• • � £lapaa� Z�apaaj a • • Llapaaj alea J lulodleS �-- a;sipaad J uollejglleo 03e,paaj luaimo aplxolO uogle7 <dl*H+ id LNSa kiatutuns juaiuiaga I1id 9S TO ZT a�w oo'- •m l•wl ----- WwM I/...s 1•••21 UMH WXW L10Z/LZ/9 GDM I9,9 LoPu—o IMMIXZIO.L6'2T3d0 c�asR FILED 1011 JUL 10 PM 12= 33 CITY CLERK IOWA CITY, IOWA .Nle� Napa AA L -- pesnedr Z uoungi.010 1� I L uopngWS � NewWns le�wey� an� V LLln�paw�Sd 7© ®l v76 7! 1, dwnd £dwnd 0 *dwnd L dwnd awl -1 0 0 ® V wnlp Z wnl❑ 0 L wnj(3 18wd10d 0 Vdwnd E dwnd 0 Zdwnd ® G dwnd iu el n6eoZ) p nb11 0 0 Nuel peaH 0 0 JawlL 0 31d PueS L— 03¢21 J L lulodlaS ai�pawj aleu.5u.w1od uolieiglleo aleAPaad ivayyno wnlsselod pesnedr Z uoungi.010 1� I L uopngWS � NewWns le�wey� an� V LLln�paw�Sd 7© ®l v76 7! -- uona.+un Sal 000'Z 0 Sal 000'Z 0 Sol 000'Z Sal 000'Z 0 lvo 009'L 0 lvo 00£ 0 sal000's 0 L I L AMoedoo 8u 10n wnwlxeW V Nuel Zl0 £'fuel ZlO Z Mual Z10 L +fuel Zl0 AuRl 40489 ....ad 40d )fuel R8O uued 40d lfUal efuowwy �MeH Jet Ld 0N8> lve) 000'£ XjutuiunS Inaiu1og3 lv'.0 000'£ 0 L Hu By epponl j 001L 14I•+•J Ilia00'ZO:ZT con 0 0 aow .Id ... P.9 MWdwOHUueIV LTOVLZ/9 aow 79'9_ aid.unwo Sal 8OZ'L£ ® ulg 4eV ePOS 0 0 Sal 094b8L ® Z oils Own 0 Sal 094'OBL FILED 1017 JUL 10 PM 12: 37 en�P� aweu6el I5[�ewil ^� ���'I ul e�ep it uo1R Weµtl eM W Jol wa.Jas .6esn leal.0+4a aag . 0 lve) 000'£ Z +fuel eplJonl j 0 0 lv'.0 000'£ 0 L Hu By epponl j 0 ® Sal 009'L Beg ote4dso4do4ylo 0 0 Sal 009'L Beg e4eLldsoa4dlllod 0 so -1000,89 ® Muel ZOO Sal 8OZ'L£ ® ulg 4eV ePOS 0 0 Sal 094b8L ® Z oils Own 0 Sal 094'OBL L oils owl"! 0 0 Sal 008 ® 4 wnJa JsuwA4od O ® Sal 009 £ wnJO Jiwf4Od ® ® Sal 008 Z wnJ(3 JBWgod ® ® 88,1008 © L wnJa Jew14od ® ® lvo 000'9 £ duel boon Plnb!l ® ® lvo 000'9 ® Z )luRl OeoO Plnbll O 0 lvo 000'9 ® L )fuel Owoo Plnbll J L J J /I4l0ed0Z) .(Ld w3 .(Naed e' Bwnlon Ilnd io % ,• 1!4un sA.a wnwlxeW pesned Z uolinglAsK]IOAu.o ul6oI In.gv uawP t1 = lf- L uoµngW z bewwnS JOD'.Ogo I� ® I i- I Z7y .blow )) �W I wl0nf15 I Ms. I T® .eApOrte Screen About L In cont»I w Fdd$Pd J High Service PRESSURE FLOW TURBIDITY - TOTAL CLx West Dist O I I 0 East Dist Distribution t USFi/te Distribution 2 _ LT9EI'• OPER-1TOR rVINDi Orson Fla MGD 6/27/2017 Nan Horn Reset Swfaee Fle MGD 12:02.01 PDI TetN Fl. 6.99 MCD Plant t Immem r CT Effluent #t FRIES CLx TEMP #1 FREE CLx T 0 0 0 0 #2 FREE CI -2 TEMP #2 FREE CLx TEMP 0 l��� aorianarsKecaro Llme FLor W I p�H TURBIDITY pH LIME -2_, Filters SoTtenert mow TTTIII111ttt TURBIDITY TEMP PH #T CurterB MoN I LEVEL EFF TURBIDITY HEAD LOSS © LTJ Filtration L�� ® nm.r VNur 1xaSY 3oftener2 Softener L_OH-Line-Line �OH-Llno� L_OH-Line OH -Lin r- Flows (Realtime) Flow R.W. Total 0 Flow BLO© BLO Soft. Total 0 EMD 0 EMD SW4 ROC ROC H,S. Total 0 SYC 0 SYC P.S.W. GSR Total H.S. East Plant Total a©F- H.S. West Plant Dist. Total a r Distribution System Totals Filtration II-II-II-II'Omer Value: ices II LEVEL EFF TURBIDITY T" nitration62.70it®11®IMI Tmer Va ueII62JO l LEVEL EFFTURSIDITY HEAD LOSS cumnt Mloae OHjn*Mo UH -Line lM-Line - nrr m Tier value: toss mx D316In Tne In Tune Last %,0 ,. WN. VM01 %1110 dM01 1lMO A113 :ZI kd 01 1W LIN a1fd Ns""tmn Z.. In -I Zoom ollt Raw Water Sources CWT CW2 CW3 CW4 SW2 SW3 SW4 JWt SPPS RIVER FLOW FLOW FLOW FLOW FLOW FLOW FLOW FLOW FLOW FLOW a©F- a LEVEL LEVEL LEVEL LEVEL LEVEL LEVEL LEVEL LEVEL �a I w., mx D316In Tne In Tune Last %,0 ,. WN. VM01 %1110 dM01 1lMO A113 :ZI kd 01 1W LIN a1fd Ns""tmn Z.. In -I Zoom ollt tvervlew AA �nsmCBl Sum ;�k e ®� AU ��.Print Alamts Treitel Reports Screen A6put Q Rochester GSR LEVEL - _ PRESSURE �FREE_ FLOW _ General Alarms Q High Tent Level -Float Q High Tank Laval Q Praysure Critical High Q Preswre High C) Preuura Lew O Pressure Critiml Low Q Reseure High During Fill Q Pressure Low During Fill Q No Flow 0 Critical No Flow Q High High Tart Leval Q Low Tank Level Q Low Low Tank Level Q Pump CutoutTantLoel 0 Room Temp High/Loew Q Radio Tolemetry Dislrlbutlon 1 Control Distribution 2 Paused Emerald GSR LEVEL PRESSURE FRE - .4—+�—.. A- . PUMP PUMP PUMP Tine tall T.,. Value 346313 �1 poi cs:aiud of 7nruaa User: I OPERATOR Alarm Horn Reset Sycamore GSR LEVEL PRESSURE FREE CL2 FLOW D _�7 _t'�I General Alarms Q High Tank Lase) - Float Q High TantLwal Q High Footing Drain Lod Q Presaura Critical High Q Pressure High Q Preesure Low Q Pressure Cntical Low Q PnoauevHigh During Fill C) Pressure Low During Fill Q No Flow Q Critical No Flow Q High High Tank Level Q Low Tank Level Q Low Low Tank Level Q Pump Cutwt Tank Lev el Q Room Temp High/Low Q Radio Telemetry .4—+�—.. A- . PUMP PUMP PUMP Tine tall T.,. Value 346313 �1 poi cs:aiud of 7nruaa User: I OPERATOR Alarm Horn Reset Sycamore GSR LEVEL PRESSURE FREE CL2 PUMP 7 PUMP 2 $UKaae Total LEVEL PRESSURE FREE FLOW PUMP 1 PUMP 2 NORTH FIRE STATION PRESSURE PRESSURE <SttIR Fl gar NMP, VIVINDI w• . 6/27/2017 12:02:17 PAI Zown In Z. Oag FLOW � _t'�I General Alarms Q High Tuft Lawel-Float Q High Tuft Level Q High Footing DrainLnoI Q Pressure Critical High Q Procure High Q Pressure Low Q Pressure Critical Low Q Preeaeva High During Pill Q Pressetre Low During Fill Q No Flow Q Critical No Flow Q High High Tank Level Q Loan Tank Laval Q Low Low TancLavel Q Pump CutoutTuJcLavd Q Room Temp High/Low O Radio Talemat, PUMP 7 PUMP 2 $UKaae Total LEVEL PRESSURE FREE FLOW PUMP 1 PUMP 2 NORTH FIRE STATION PRESSURE PRESSURE <SttIR Fl gar NMP, VIVINDI w• . 6/27/2017 12:02:17 PAI Zown In Z. Oag ® Olslributlon 1 VSFilf�r Print w su z User: FLOW About Login CoplrlDulon PRESSURE SP TOTAL CL2 INOI —�`--- —` Che Chemical SummRy 2 .r ti Paused Alarm Horn Reset Oround Pl aurtaeeFl 6. _ MGD 6127/2017 MOD 12:02:23PNT - —' — Distribution System ------- Summary Tatal FIo 6.� MGD - I0. I <SMR F1 for Help> 09926 11 O Radio Telemetry ( Q Radio Telemea, PUMP PUMP PUMP1 PUMP PUMPS PUMP Kt Daleln ilmaln Tlme Usl T,,O vv We Des[nCLoe V1liili'AW 5%,9,01 L C :Zl lid 01 InfL I OZ ®3113 Trend 2oonr rn ?Dann OrR COMBINED LEVEL FLOW PRESSURE SP TOTAL CL2 East CW/GSR #1 © (� u —PRESSURE u NORT H FIRE STATION PRESSURE PRESSURE �COMBINED LEVEL FLOW PRESSURE PRESSURESP TOTAL CL2 West CW/GSR #2 0 O O PRESSURE ALL VALVE LEVEL FLOW PRESSURE SETPOINT CL2 O Q O Rochester Alarm, Pump Pump PRESSURE PILL VALVE LEVEL FLOW PRESSURE SETW eOT CLZ Emerald O M Alarms Pum t Pump PRESSURE PILL VALVE LEVEL FLOW PRESSURE SETPOINT CL2 0 Padd Sycamore 0 0 0 Alarms 1 s P 2 PRESSURE LEVEL FLOW PRESSURE SETPCINT CI BIOOmin920n Alarm Pum1 PVm2 I0. I <SMR F1 for Help> 09926 11 O Radio Telemetry ( Q Radio Telemea, PUMP PUMP PUMP1 PUMP PUMPS PUMP Kt Daleln ilmaln Tlme Usl T,,O vv We Des[nCLoe V1liili'AW 5%,9,01 L C :Zl lid 01 InfL I OZ ®3113 Trend 2oonr rn ?Dann OrR A4 Pel,mner I CMmrcal Uza9e Alarm s.luarxs F..drat. c aIc W anon Feedr Res - rn SyL PLANT WTA�R _— La .ar oae in umc 11, 0 I' et wbOur —_- 0 00 MU/L Ji, �1 0 mL/MIN--'"—'�' 1,1�On 1 II 1 Feeder #1 J Oaytank. Scale Time L a M I.... U8313 A11Ij 3.0! 4£ :ZI Nd 01 Inn t18Z a3113 --- - - -- Dlslrlbutlon 7 --- - (/. Z"Ier r ninr.ol Dl slributlon2 User: SUPERVISORS _VNINDI Oround Flo 6.60 MGD 6/2]/201] F.,: euH,u.Flnw MGD 9'21 �1 Teeal Ft. 696 MOD olymer Feed System sart«rr rl Tas,o r Y0 M Ni Polymc-r- Pump 4 lip der #3 �I HAND AUTO Runtime Hours On -Line Oft -Line Rultime Reset Pump Reset Pump 4 Designation Soh 7 i` 9oTt 2 C' ADJUSTMENT FACTOR ( -100 TO t 900) 41. cSIWt FI for H.lpr Soft 1 Soft 2 Solt3 OR -Linn Zaom In Zomn Orrl nmw A nras Ala trriis T� � Retan F."d --_ --- C blmicd Uzage —`— Alaffl\ St POIM% DuS colwad' F •!P(iatG Gal Chanons PlmplSoRnef Select ._. Lime Silo #2 3 �- Sllowtlgnt ��!�, �� IJlsiriblllion 7 [hint Screen uauut L in ca atrol Dl�.tlibullon7 U Soft WOW A `prrzsor #2 Soft 2 9oltM>•l +M2 User:I SUPERVISORS Oreuntl Flo 5Iarm'U:fn Pei,: Surtao! Flo Trial Flo Lime Feed Pump 03 OFF HANDmom Runtlme Houn OR-Llne Off -Line re r MGD 6/27/2017 6.97 MGD 9:26:0 ADI MGD - Lime Feed System Al, C.M..... #1 _ -- - — a.._TT_� ._.n 4 atai __ 1 fi4 g MC>JL 3903' -GAL VIN...: ADJUSTMENT FACTOR $�+'t•n•l' ( -100 TO + 100) ? 7�_ PUMP SPEED l '^ �• P Runume Resetlenp '— um • � Pump Reset <snln Fl far iiel Ijlt p> b Itov➢_ �' 0'1.45 U o Ivry T.nk #2 l - Ivly Tatic 11 PM .. GC F Punp Pump 4k r 11"1 Arne Lisl Tagn'ame nava p¢smolinn Zoom in loom o�n c :zs Nd o 1 Inr c ►8Z C131Iz, ® �i I� t ,kk 11 i� Iw—Mew—I Alarms Als�mis Trend Reports P Screen ' III in Contnal CXstributlon 7 �^ fJlSirlbuilon 2 User; .SZ7PERVISORS IJSFiffE+rVINDi 6/2]/201] W Alarm Horn Reset 8crtuntlFlOa MG _ 9:26;21 kNI .--. -. T"M Fl. 7.00 MGD chemical Usage � � � DustG lectar ( - : Sot. 1 Lime ; Feed System Alarm SNpdrrts 0 f ! AlrC pnieliorl2 f� r Soft 2 :,, x Air rY prNlsorM Feebate Calculations _ PranplBORnK SNect ' Q mntl Lime Pump Selection ` Lime Silo #2 � • Sooner 1 Selection Softner 2 Selection Softner 3 Selection � r Pum 1 C' Pum 1 C- i _ Takeriq o WNgIR i®M Aetiv mil Pu p W " oalem Tnnum 1 ,,Lxst -apna nr vjVA :k I lO V4101 X1"-310 AV Z1 Nd 01 7nr 1181 ®.311. P P P Pump 2 Pump 2 C` Pump 2 C' Pump 3 r' Pump 3 r' Pump 3 Pump4 C' Pump4 C Pump4 C �e Shift Ft .or Help> Talar Z...I In zoom orn I I k wcrvlew Alamos AWniu � Cnemlcai Usage �- Alamr SNpdms F••aiat• Caletrliiwx Soft t 0 Soft 2 O Soft 3 OR -Linos Q 14 Date nI Lmem 61 11 T© Repro Ap• e ����p1e'y' Disirihutlon � art login Conhol Diatributlon 2 CO2 Feeder 1 Feedrate Calculations Active ingredient 0 X 24 Xa�`o._ •?y+, Chemical Flow l/SFilfer User: suPF- RVf5oxs Jvlxoi DF -o d Flew n: 11, MOD 6/2712017 Alam Horn �aeet SAN . U 3MOD 9.34'31 -V\I Feedrate Deviation Feedrate Setpoint Setpoint 0 X 8.34 Current Feedrate Softener#t Flow Feedrate Setpoint X 0 X 8.34 X 3.785 UCAL Softener *I Flow Specific Gravity Active Ingredient Pump t 1440 MIN/DAY X s • X Now Rate OR Unit Weight FEEDER SELECT Q'(} <8HR Ft far HNp> lSmoLasl iagname VaWe De;1111on �tr�u! it tla -Val� x11313 A113 u ca Wd 01 Inr 1101 C1.3 t T.1.1 Flew -.01 Md r `Aoxide Feed System _ Txtow , R!C]pUOffi ion Mi TeM LAEI. fStGik:° 3limUMINI �„ •R•cAtbonapion M3 � 0 oo MuL !i J [k„.. 0 mUMIN �14d:k � svt-rvfew whrms /Uarms Trend Re� 1r Phosphate - Chenomw Usage ntnn„ selpalrae� Feedrare Ci1euilatf 1Y v ut (g I� Distribution 1 '.... wbom Login Control Distribution 2 -41 PeL•9'i AW Al so I Ila �I 9 a I ll Yrll "r—i[_!.. Polyphosphate Feedrate Calculations Active Ingredient OX 24 X Chembal Flow ® X 8.34 Comb. Raw Flow Feedrate Setpolnt X ® X 8.34 Comb. Raw Flow Active Ingredient 1440 MIN/DAY X V0 Damm Trio, 11, 11.Last Tcpn9me x4101 A11j bj Qi �8313 A11,7 Ve=a1Wd o► Inrciot ®311.4 User: I SUPERVISORS Ground Flo 6.61 MGD 3etpolnt 6/27/2017 Alarm Horn Pesat Ii Ill Ft ow MGD I 9.31.10 .-+._V1 Total Flo '.O(1 MCC e.._ Soft_I Feedrate Deviation Feedrate Setpoird 3etpolnt rbINIi Current Feedrate Pump Calibration Rate )hate teed System r '� Mend Nienerux � e.._ Soft_I Soft 2 Soft 3 Oft -Linn - Control —61• I <SryIR F1 for Help> �amc Deecimnon Zoorn H, '.. Zoom Ora ''... .. r,777, �+ w Dls tion 1 w nL rrte /Ug l/mILCi[ T® Re❑ S nnen A ALb-ul Login l DI461butlo Utter I SUPERVISORS Fw_ i�ter%4VINDI Alarm Ham Reset .a. Flo Olnledul Mol mcg /27/2017 Te .I F a1 6.95 v.D 9:35:53 AM Chemcal Usage Feetlrate ----- .� _._... Al. s.lpolrts R Fluoride Pump Control - Pump 7 Control Pump 2 Control -- = OFF -� AUTO HAND - AUTO Runtime Hours OrHLlne Oft -Line Runtime Hours On -Line Off -Line Runine Resel Runtime Reset Pump Reset <ShIR F1 for Hslp> PLANTWATER lime Lasl 'agname "W 001,A113 vM01 M313 Alla i6 :ZI Nd 01 IO 101 a311ZI Fluoride System _ Tag -Out _ -FIRsrEmusR Yt n.rw Fill Effluent Y1 Zodn In Zoom Olt I Plain wmer A Alemn T® a� 3 reen Abrrul �,� Kacafb Nt R—arb NZ 1< ��EE✓✓ "� Rwalb MANUAL MAI FEEDER h FEE. �b1'J Distributon 1 Control _Distribution 2 Pamed Alarm Horn Chlorine Dosage Calculations Auto Gas Feeder Rt 0 - 8.34 > Gas Flow = 0 Current Dosage CT #I Flow CT 02 Flow Auto Gas Feeder rl2 8.34) Gas Flow © Current Dosage CT*12 Flow te`if; i `x.11 j x';',10 i A 310 ,1.t 13 4& 'Z1 Nd 01 IAP tiOZ 03-11q USFiiter T.T$!P: SUPERVISORS ,hpV O.und P9 6_ MGD 6/27/2017 Sel audasa Fla r MCD 9:36:16 ADI Te .l Fle 6.99 MCD orine Feed System Chemical Usage Taq ut Dosage Deviation Setpolnt Doeage® Setpolnt Dosage Deviation Setpolnt [I� I <Shift Ft for Moir> Dosage Setpolnt Innuert 6011000 CT M IfflusR - Room 927 Statue 0 High CL2 Q Gar D"a.rPril Roan Conaartrarlon Room Tamp Scrubber Sta l �w ANmn Alarrtlg T® ReO� Wei -nen wbour Login -...••2E.: "1=PIRIdOedP2IP _ W cnemlom usage -_ �, Alamt Setpdrrts `t u._ FeeUrate ealNmon� �� _.-.- KrAn04 Batch Tank I_.. 961 GAL., BOOSTER PUN PI-ANTSERVICE WATER 1 T,.. ill ill U1 /,IIJ GPd()I M8313 All,7 :Z! Nd 01 W L 10 Q311zl Conool (Distribution 1 Dlstributlon 2 LTser: SUPERVISORS V%INDI ie A If eraund Fl _ MGD I&CMn12772F017 .a , Alarm Horn Reset Wrrea•Fla MGD 9:36:50 AAI - Taul Fl. A MGD Potassium Permangenate System OFF HAND AUTO 111._1 eSiVn F1 for Help- iganate System Ta"M Pum _ —Runtime Houre On-LinesOM-Line r ThInd �l Ci f ..-----.. I — RurAime Reset 1--- Pit PUMP -2 2 mtilfMW Runtime Hours On-Llne Off -Line River lilt Runbme Reset Pumo 3 L. Runtime Hours On -Line OH -Line Head Tarty Runtime Reset0 00 MG/L- _ - mUMIN Pumo4 - — Rumlme Haus On -Line Off-Lir» (0— �w AIBm18 /1101Rrs L Pofa55ium F9mnangdnate 1 i Gbemltal USaq• _ � � Alarm S•tp•tra• F•e?ae Calclaatlortt Am PLANTSERVICE WATER aM D.W1, +�In control Dlstrlbutlon 2 User: SUPER%'ISORS ` g, L USFiiIEc�� Oroun2Flo MGD 6/27/20(7 F'",od Ala" Hom 8858[ Sudan. Fla MCD t . Total no 7.00 MCD ).36:aR .-\\I Potassium Permanganate Sand Pit Feedrate Calculations Unit Weight OR Specific Gravity Active Ingredient \ O X 24 X 8.34 X ) X 13 ) Chemical Flow 0 X 8.34 Sand Pit Flow Feedrate Setpolnt S tpoih�'=:. X 0 X 8.34 X 3,785 mucAL San Ph Flow SpecHic Gravity Active ingredlent 1440 MINIDAY X X OR Unit Weight L� V'1I10I 346313 ,1113 9 ' Hd 01 1nr fl9Z (13113 Feedrate Deviation Feedrate Setpoim Setpolm 0 Current Feadrate Pump Calibration Rate gL� <SNft F1 for HNp>FTI PUMP SELECT m Ta(J-o.n tt�na rc Irfalt� Zown In ' 2oov, O,tl �' T® RO� $C1CCn About � t +�In control Dlstrlbutlon 2 User: SUPER%'ISORS ` g, L USFiiIEc�� Oroun2Flo MGD 6/27/20(7 F'",od Ala" Hom 8858[ Sudan. Fla MCD t . Total no 7.00 MCD ).36:aR .-\\I Potassium Permanganate Sand Pit Feedrate Calculations Unit Weight OR Specific Gravity Active Ingredient \ O X 24 X 8.34 X ) X 13 ) Chemical Flow 0 X 8.34 Sand Pit Flow Feedrate Setpolnt S tpoih�'=:. X 0 X 8.34 X 3,785 mucAL San Ph Flow SpecHic Gravity Active ingredlent 1440 MINIDAY X X OR Unit Weight L� V'1I10I 346313 ,1113 9 ' Hd 01 1nr fl9Z (13113 Feedrate Deviation Feedrate Setpoim Setpolm 0 Current Feadrate Pump Calibration Rate gL� <SNft F1 for HNp>FTI PUMP SELECT m Ta(J-o.n tt�na rc Irfalt� Zown In ' 2oov, O,tl �' 9 L1ime Veed Pump ##3 OFF Runtime Hours 9 P7 00 'F -IR I Runtime Reset Pump p.eset AUTO ! On -Line Off -Line qLt ADJUSTMENT FACTOR ( -'100 TO + 100) -9 PUMP SPEED 42.00 9/6 U0 Nd G 1 lnf t101 -Shift Fl For Helpy G 311 Al al 2017 WATER TREATMENT PLANT SCADA UPGRADES CITY OF IOWA CITY, IOWA AREA MAP NO SCALE 910 West Wingra Drive Madison, WI 53715 608-251-4843 608-251-8655 fax www.strand.com CONTRACT 17-49 DRAWING LIST WATER TREATMENT PLANT 80 STEPHEN ATKINS DRIVE IOWA CITY, IA CITY OF IOWA CITY UNESCO CITY OF LITERATURE PROJECT LOCATION MAP NO 5CALE N CITY OF IOWA CITY THIS ENGINEERING DOCUMENT HAS BEEN APPROVED APPROVED BY PATE I HEREBY CERTIFY THAT THIS PUN, SPECIFICATION, OR REPORT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERNSION AMI AM A WAY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF IOWA. SHEETNO. DRAWINGNO. TITLE .E6. JJR.-�... qc— yk — SHAME P. SER P.E . I LICENSE M. 31379 t GOd TITLE SHEET AND LOCATION MAPS ,OWA � IOWA/� y VIT■ IOWA i3tF ASSOCIATES' i a G0.2 G0.3 ELECTRICAL SYMBOLS AND ABBREVIATIONS EXISTING FIRE RATED WALL PLANS Q 10M sl --ick 4 GOA DETAILED LOCATION MAP { I n 8m SI G r `y,y,y�t0 IS 6 E1.1 E1.R PROCESS AREA ELECTRICAL PLI#, ENLARGED ELECTRICAL PLANS O 61, S, 4 6 EN -n .[,9° 1 7 ES.1 SCADARISERDIAGRA*- § �. o ervatee Pack. tt H '. •9 Q aaawww CDralville R," �°cS[ c- 46 $ Park Ra B KC` c HICkOry `+�. 5 p Aimr a+ U R'Yel CMImm SI Mill Pant " I FWnOcart Park' us, e W St E DBVPOOTI $1 too' m IS E3la0'e SI * �m T Cnu.ns:ay' m Uaiverait7 Rd SW ;. �aw3aaw rn ;;Il City m' PNeaaanl Wll Park p+� tAv Heights y E Caret St E cc C.It H9l Pam ++� • Hanee"s SJ W Slm 3 �� •k +Swft ¢mp Ave C.i �qak Rem.,, the ut lCD ni9Pace+ -�gAHaY6E m a[ �Ev Ic Ips* ze WATER TREATMENT PLANT 80 STEPHEN ATKINS DRIVE IOWA CITY, IA CITY OF IOWA CITY UNESCO CITY OF LITERATURE PROJECT LOCATION MAP NO 5CALE N CITY OF IOWA CITY THIS ENGINEERING DOCUMENT HAS BEEN APPROVED APPROVED BY PATE I HEREBY CERTIFY THAT THIS PUN, SPECIFICATION, OR REPORT WAS PREPARED BY ME OR UNDER MY DIRECT PERSONAL SUPERNSION AMI AM A WAY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF IOWA. SIO`NE —._w_ _. GAT .E6. JJR.-�... qc— yk — SHAME P. SER P.E . I LICENSE M. 31379 MY LICENSERENEWAL GATE IS ti/]AMID . PAGE OR SNEER COVERED BY THIS SEAL : ALL ,OWA � STRAND ASSOCIATES' ISSUED FOR BID 6/30/2017 ELECTRICN.ARBREIMTIONS ELECTRICALABBREVIATIONS ELECTRICAL SYMBOLS INSTRUMENTATION EQUIPMENT EQUIPMENT AND WIRING A AMPERE NIA NOT APPLICABLE O ARYYSIS ELEMENT �� GROUND ROD CONNECTION (ONE -UNE AIV AUDIOVISUAL NAC NOTIFICATION APPLIANCE CIRCUIT PANEL D��) AF AMPERE FRAME NC NORMALLY CLOSED A 2 LiT�� ANALYSIS INDICATING TRANSMITTER, .J.ni TRANSFORMER I -O2 FIXTURE SYMBOL (TYPICAL) O •' DO -DISSOLVED OXYGEN, PH -PH, TRB-TURBIDITY, AFM AR FLOW METER NEC NATIONAL ELECTRIC CODE b i� MJ AUTHORITY HAVING JURISDICTION NM NONMETALLIC A -INDICATES FIXTURE TYPE TSS -TOTAL SUSPENDED SOLIDS, GD -GAS DETECTOR, OISCONNECi, F-NSED, 2 -INDICATES CIRCUIT NUMBER CA -CHLORINE ANALYZER, OP -OXYGEN PURITY, @Y B -CIRCUIT BREAKER. LC AMPERE INTERRUPTING CAPACITYNO NORMA YOPEN b -INDICATES SWITCHING LEL-LOWER EXPLOSIVE UMIT. PR -PROXIMITY, BLANK-NON-NSED Al ALUMINUM NTS NOT TO SCALE SOLD CIRCLE INDICATES MST -MOISTURE ^ AT AMPERE TRIP a PHASE ALWAYS ON O CONTROL SWITCH ® MOTOR STARTER MAGNETIC o R ATS AUTOMATIC TRANSFER SWITCH 0 OIL CIRCUIT BREAKER 1,Z R AND AMERICAN VARE GAUGE OL OVERLOAD IRC P�SENT• �• HID, SURFACE DEVICE TYPE p+ CIRCUIT BREAKER 1�f tt (SEE MCC SCHEDULE) ® COMBINATION STARTER m C CONDUIT OS OCCUPANCYSENSOR CAW CABLE TELEVISION OT OVERTEMP HX INCANDESCENT, lID, HID, WALL DE DENSITY EIEMEM m JUNCTION BOIA9 cA CB CIRCUIT BREAKER p POLE F--o-i 1%4 FLUORESCENT, SURFACE O DENSITY INDICATING TRANSMITTER Q UNE VOLTAGE �FY....LQi�TATC CCN CLOSED CIRCUIT TELEVISION PB PULLBOX OR PENDANT �. UNE VOLTAGE aLfCRMB§1ATr CKT CIRCUIT PC PULLCORD 1 p� 1X5 FLUORESCENT, SURFACE O ROW ELEMENT W/REMOTE BUI�.,< CR CARD READER pry PH SENSOR OR PENDANT FLOW INDICATING TRANSMITTER, P-01-Oi F�EOUIPMENT'IlINBERCC®HEDU LEr CS CONTROLSTATION PNL PANELBOMD ff CT CURRENT TRANSFORMER PER PAR I—o-� RUORESCENT, WALL O M -MAGNETIC, 1M- THERMAL MASS V4D CU COPPER PRI PRIMARY 1 DP-DIFFERENTML PRESSURE. U -ULTRASONIC ® VARIABLE FRED""RIVE- W DC DIRECTCURRENT PS PRESSING SWITCH ® 1X4 FLUORESCENT. RECESSED O, ROW SWITCH W P -PADDLE. T -THERMAL �. DISC DISCONNECT PT PRESSURE TRANSDUCER C=CAPACITANCE, A -LR FLOW N DM DENSITY METER PTF POTENTIALTRMSFORMERLS Op 2%2 RUORESCENT, RECESSED SITE SYMBO O� HAND SWATCH DO DISSOLVED OXYGEN DEVICE PVC POLYVINYLCHLORIDE DP DOOR POSITION H •: SS=SAFETY SWITCH —E UNDERGROUND ELECTRIC RE POWER DT DIFFERENTIAL PRESSURE RE RE TRANSDUCER REQUEST TO ESTEXITSW O 2X4 RUORESCFM, RECESSEDPOWER E-EMENT I' E EMERGENCY RTS REDUCE VOLTAGE IE OR (CURRENT %FMR, POTENTIAL %FMR) OH— OVERHEAD ELECTRIC 9B EMB EMERGENCY STOP RV55 REDUCED VOLTAGE SOLID STATE O DAN, FLUORESCENT, LED, OR HID —C CABLE TELEVISION SERVICE M+ _ IS CURRENT SWITCH EMT ELECTRICAL DEVICE TUBING SC SHORT ERVISO Y — T — TELEPHONE SERVICE EOL ENO OF LINESTRIKE SCL)A SUPERVISORY CONTROL MDDATAACQUISITION 9 ORRRECESSEEDE, PENDANT JIT POWER INDICATING TRANSMKTER FO FIBER OPDC CABLE Z ES ELECTRIC BTRIKE SCC SUPERVISORY CONTROL CENTER FLEW FIRE ALARM ANNUNCIATOR PANEL SE SERVICE ENTRANCE WAIL O TIME SWITCH UITLTry PoLE FACP FIRE ALARM CONTROL PANEL SEC SECONDARY u EMERGENCY UGHDNG FIT FLOW INDICATING TRANSMITTER SH SHIELDED O LEVEL ELEMENT FLA FULL LOAD AMPERES SPD SURGE PROTECTION DEVICE SWITCHES TECHNOLOGY SYMBOLS FLS ROW SNATCH SPT SUBMERSIBLE PRESSURE TRANSDUCER • INDICATING TRANSMITTER, FM ROW METER j SINGLE POLE O LEVEL : S -SUBMERSIBLE, U -ULTRASONIC. R=RADAR. (�) SS SOLENESS STEEL - DATA JACK FRCP FFIRE LOATSPUMP CONTROL PMEL SV SOLENOID VALVE j2 TWO POLE LEVEL LEVEL/RING PRESSURE TYPE (.) FS FLOAT SNATCH SW SWATCH O, LEVEL SWITCH, PHONE JACK N FT FEET TEL TELEPHONE §S THREE WAY ; C -CONDUCTANCE. F -BOLL BOAT, (•P •D) POTS ANALOG (HONE AND DATA JACKS Z FVNR FULL VOLTAGE EDN -REVERSING T THERMOSTAT V-WBTNTINC FORK, B -BUILDING RODDING . -; OF �� O FVR FULL VOLTAGE REVERSING TSM TWO SPEED TWO LANDING j4 FOUR WAY ® IP WALL MOUNT WIP PHONE JACK VI GFI GROUND FAULT INTERRUPTER § KEYED DIFFEREMIA PRESSURE INDICATING F w TYP TYPICAL K TRANSMITTER 54' AFF Q p GFM GAS ROW METER UFM ULTRARSONIC FLOW METER C GFP GROUND FAULT PROTECTION (EQUIPMENT) UG UNDERGROUND jp DIMMER PE PRESSURE EIEMEM ANLL MOUNT POTS ANALOG PHONE ' TZ F GRD GROUND ULT ULTRAINSONIC LEVEL TRANSMITTER §M MANUAL MOTOR SWITCH (D PHASE) JACK 54' AFF W 6 Z GRS GALVANIZED RIGID STEEL UPS UNINTERRUPTIBLE POWER SUPPLY O PgESSURE INOICATENC TRANSMITTER ® SCADA NETWORK JACK m Q i HOA HAND OFF AUTO jWp WEATHER PROOF VTp VOLTS LDED TWISTED PLR §p SWITCH WITH PILOT LIGHT ® DATA PACK m Q H HP HORSEPOWER O PRESSURE SWITCH Q V HV HIGH VOLTAGE IN VARIABLE FREQUENCY DRIVE LC LUGHTNG CONTROL STATION COAX CABLE VI Q HZ HERTZ W WERE OR WATT O O SPEED SWITCH f �+ IG ISOLATED GROUND WE, WEATHERPROOF ® LOCKOUT STOP SWATCH ® POWER POLE Z Z Q O IMC INTERMEDIATE METAL CONDUIT WT SCALE ® DOOR POSITION SWITCH O TEMPERATURE CONTROLLER I1�� II//II Q i F J JUNCTION BOX XPMR TRANSFORMER TEMPERATURE ELEMENT Lr^J�I PA SYSTEM HORN SPEAKER; 10'-O' AFF H IL KVA KILOVOLT AMPERES XP EXPLOSION PROOF ® PHOTOCELL O� • R -RTD. T -THERMOCOUPLE N J Z TZ U KVM KILAVOLTAMPERESREACTIVE O w f Q POWER SYMBOLS O WS PA SYSTEM SPEAKER 07 H >q O KIN KILOWATT TIT TEMPERATURE INDICTING TRANSMITTER UT LEVEL INDICATING TRANSMITTER IRCUIT NUMBER (TYPICAL) O KEY PAD Q - LP LIGHTING PANEL /'0 ERASE SHOWN PANEL DESIGNATION O,K TEMPERATURE CONTROL STATION r LTG LIGHTING 2 Xj' ((TTYTMY�pp, ®B GU55 BREL( DETECTOR WE F O LV LOWVOLTAGE DU'tf 6, 125 VOLT, WP O IEMPBUTURE SWITCH MAW MASTERANTENNATELEVISION INDICATES WEATHERPROOF O TEMPERATURE TRMISMKTBI MS MOTION SENSOR Q F ; MC META.CLAD DUPLEX, 125 VOLT, ABOVE FURNITURE O PUSH BURTON ; O MCB MAN CIRCUIT BREMER y� O VIBRATION FLEMEM n MCC MOTOR CONTROL CENTER TT DOUBLE DUPLEX, 125 VOLT, ABOVE O ELECTRIC STRIKE F c MCCB MOLDED CASE CIRCUIT BREMER FURNITURE O VIBRATION INDICATING TRANSMITTER NL MAGNETIC LOCK V � MGM THOUSAND CIRCULAR MILS DOUBLE DUPLEX, 125 VOLT O W WE ///------VVV MCP MOTOR CIRCUIT PROTECTOR ELEMENT PROTECTOR INTERCOM STATION W MDP MLN DISTRIBUTION PMELSOARD G_ SINGLE CONVENIENCE. 125 VOLT © WEIGHT INDICATING TRANSMITTER p5 PDDR SWITCH MFM MAGNETIC FLOW METER ENG FOR ELECTRIC WATER COOLER ML MAGNETIC LOCKWS TORQUE SWITCH MLO MAN LUGS ONLY EXPLOSION -PROOF, ABOVE FURNITURE OCCUPANCY SENSOR MO MOTOR OPERATED EXPLOSION -PROOF O WEIGHT TRANSMITTER (SCALE) `SEE SCHEDULE FOR SENSOR TWE MS MOTION SENSOR O CARD READER MSB MAN SWITCHBOARD ® FIXED EQUIPMENT CONNECTION O PRESENCE/ABSENCE DETECTOR MTS MANUL.TRARSFERSWMTCH POSI110N SWITCH, ® REMOTE VOLUME CONTROL MV MEDIUM VOLTAGE ® AMPERAGE OUTLET. VOLTAGE k O• •: D=DOOR, L=UMrt, P=PROXIMITY / PA SPFAKElt; CEIUNG MOUNT JOB NO. AMPERAGE AS INDICTED = SPEAKER TYPE 44411.001 ya IV SOLENOID VALVE / - WATTAGE TM RUC TRANSFER SWITCH FIXED SECURITY CAMERA PROJECT MG0. 0 (ONE -UNE DIADEM)DAVIB OoxDp CD GAS DETECTION SYSTEM HORN; WALL MOUNT O O CIRCUIT BREAKER (ONE -UNE DIAGRAM) 11.rlH PM, TELT, ZOOM SECURITY CAMERA CAS DETECTION SYSTEM STROBE; WALL MOUNT METER (ONE -UNE DIAGRAM) PANELBKMRD STRAND ASSOCIATES' 2 D � O rnr S a n m O m _ X M x Z Z n n o m z mrd I I z ��G7 3 P w A m A !� k > Zi Z D tEl El - o T. m m a m o r D - 3 J r N LA rl co gz� i! I ELI � m N x mz moc> 0 70 m m v � � Z D m M o J � � N g2� J 1 1 1 a 1 1 1 1 1 1 1 1 �i of 00 A A � r 0 o Y'fi1U� ���IJ Yl�UI 8310 ,lll3 G 0 Nd 01 Inn LIN D O REVISIONS DATE: wAm 'z EXISTING FIRE RATED WALL PLANS G1 Q S m y m m -1 y m v' I ► o o a A --0 2017 WATER TREATMENT PLANT SCADA UPGRADES IOWA CITY WATER TREATMENT PLANT IOWA CITY, IOWA D rnr a I LIST OF STATION LOCPTIONB COLLECTOR WELl,.NO. t� C3 SITE ADDRESS / COORDINATES .'�. JORDAN WELL NO.1 WATER TREATMEM PLAM 80 STEPHEN AM10 OR z. IOWA GTY, IA -. S AND PIT .- /� CoraiRidgeMFl1O PUMP STATION WATER TREATMENT PLANT GENERATOR BUILDING � GENERTORSULMPAM GENERAioR RULGNc p169006° 91.563591 �/Tq� l`' i KA m ,/-� COLLECTOR l� - .. •. JORDAN WELL W.1 N1689656° 915680]6°) .. I ry!', �• i YiF WELL NO. Z � .. TREATMENT y, COLLECTOR WELL NO. COLLECTOR WELL W. (41.691006°, -91.550]9]) w o R JT WATER lffil V _j PlISS886r,-91.SS6U)r) ✓� IpS. i r4 ® SILO WELL N0.2 "" OOLLEMOR WELL W. 0 (41.6796r,-91.SA89r) S COLLECTOR WELL W. 6 (41.5689]9°,-91.559]66°) tty n 9, 5: Y '}' r, Yi Y - WagcllanMldstream SILURIAN WELL N0.3 (61.688636°, 41.550216°) r s parte@!:, t.i' (_^� SILURIAN WELL AV.] 61.6]5009',-91.560911° I I _ . �a, er _- _ R p SILURIAN WELL xo.6 g1s7is41r,41.55516s-I SAND PIT PUMP STATION (41.689(4S, 51.551596°) y>j w BLOOMINGTON GROUND ]R N. CAPITAL BT • f ': SILURIAN.`• d WELL NO.3 -' + :j •,-), RADIO TOWER .. STORAGE RESERVOIR (IN MRwNG MMPI IOWA aTr, IA IV _ )l EMEMLDGROUND 311 EMERALD C7 y,.. STORAGE RESERVOIRIOWA'�6�,, IA J ROCHESTER GROUND 2610 %W AV�= SILURIAN STORAGE RESERVOIR IOWA3tWTq r lh d ,t WELL N0.4 .. - COLLECTOR G WELL N0.3 r l ° ',YID SYCAMORE GROWING STORAGE RESERVOIR 2020 S"W4ST O IDWA!ge) s COLLECTOR i I•h rj,:r/ Iii .: - �•� WELL NO. 4 - - ' -� Ii 41 - M1durvr,r.u1 MANt3 lflrlcJCtlM Pity F K, Regina Callolic ` w — N til Education Center} E ' - n i. CvaV¢ElDnrt. Si - Ttt U The i(,1(tn1YQ($lty I � ROGN STO BE RESERVOIR BE RESERVOIR O ai taws R)' t1` flldnWW .TDF ! ''j. d _ (I�T41i}�?Frolt G4ursef_� n1 . a � I-.,,, 4R, L`I.•fltfb!At�' � g • o i {(ir}t11Ck°i}}j?flUr'I y� ' c 'G"031pjjP Sl Iowa Cny High Srhtwi 0 M Q "� • 3 F h,S,i�F,.;•�.5,':v CtIEIri'F, E�1tI „(4t]R7R �t 4 It O AAE Me IFF, Ave. _ ,. '•, Gut V i a ' - - � t f j 2 C u _ _ ;` S r BLOOMINGTON GROUND STORAGE RESERVOIR 0 Q 1- EMERALD GROUND c' h1 "' - T' w O_ ® STORAGE RESERVOIR; a VA 6e,ltoo St ''s, w C Q O Lt-.,; t 5 ui V:trtvt and h;a z ' �i t 3 X Y�r ) IillliHr A,` a - i, t:• cr ROOSEVE(l IlghtatntArr €P. ::1 at In,I,i �.- )r,. ., r.:� A81ar el5 d r. aea All 'n c F, t lova city t1 - ,,,, D,,pl, Aw, I JOB NO. 4440.001 .T . SYCAMORE GROUND Ili STORAGE RESERVOIR PROJECT MGR. _ {4J /� onvlD GoxDEs to Npi000i Park _ Ail STRAND m AS SOC I A T E S' SHEET 4 60.4 MEZZANINE EL GENERAL NOTES: 1. REFER TO SHEET CO.3 FOR LOCATION OF FIRE RATED WA . 2. REFER TO SPECIFICATION SECTION 01010 FOR INFORMATION ON CONSTRUCTION SEOUENCINC. 3. THE WTP IS COMPRISED OF THREE MAIN OPERATING ELEVATIONS: EL 894, EL 714', AND EL 728'. ALL CONTROL PANELS ON THIS SHEET ARE AT EL 694', UNLESS NOTED OTHERWISE. 4. REFER TO SPECIFICATION SECTION 16990 FOR WIRING ASSOCIATED WITH THE PLANT SCADA SYSTEM. 5. SCREENED/SHADED LINES INDICATE EXISTING EQUIPMENT/CONSTRUCTION, MEZZANINE EL KEY NOTES: O EXISTING PROCESS/CHEMICAL FEED CONTROL PANEL O REMOVE THE EKISTNG MULTI -MODE FIBER-OPTIC CN PANEL IN IML ,IEHVIR ROOM NETWORK EQUIPMENT RACK SHOWN ON SHEET E1.2, SHALL BE ROUTED IN EXISTING CONDUR THAT IS ROUTED THROUGH A COMMUNIC/ NORTH WALL OF THE HIGH SERVICE PUMP ROOM, WHERE SHOWN ON SHEET E1.2. O3 IXISING FLUORIDE DAY TANK WEIGHT TRANSMITTER. O ALL ELECTRICAL WORK AND EQUIPMENT IN THIS AREA SHALL BE RATED NEW 4%. MEZZANINE EL ■ 160 � � ,�; I(a 1�. 111,11 SIDE ELEVATION STAINLESS STEEL ANCHORS IN GROUT. PROVIDE NEOPRENE WASHERS BETWEEN UNISTRUT AND WALL (TYP.) 5/8=(12 GA (". OF 2) - WAIL NEW 12 NETWORK SWITCH ENCLOSURE PLAN VIEW PROCESS AREA ELECTRICAL PLAN (EL 694') (g NN,ORK SWITCH ENCLOSURE MOUNTING DETAIL O SCN E PANEL "43.001 I PROJECT MGR. I OGVIp GOHOES e"il STRAND ASSOC IATE S' rJ 7. I I LIQUID COAGULANT AND POLYM FEED `OR COENTROLTPMOI EL • POTASSIUM PERMANGANATE AND PHOSPHATE FEED V0042 SIDE ELEVATION STAINLESS STEEL ANCHORS IN GROUT. PROVIDE NEOPRENE WASHERS BETWEEN UNISTRUT AND WALL (TYP.) 5/8=(12 GA (". OF 2) - WAIL NEW 12 NETWORK SWITCH ENCLOSURE PLAN VIEW PROCESS AREA ELECTRICAL PLAN (EL 694') (g NN,ORK SWITCH ENCLOSURE MOUNTING DETAIL O SCN E PANEL "43.001 I PROJECT MGR. I OGVIp GOHOES e"il STRAND ASSOC IATE S' rJ 7. EL EL 72B' HIGH SERVICE PUMP ROOM LGHTING PANEL LS MECHANICAL ROOM 20] JUNCTION BOX COMMUNICATION JUNCTION BOX WITH CONDUITS TO GENERATOR BUILDING. SERVER ROOM, AND FIBER-OPTIC PATCH PANEL AT PCP -R MCC18 �nll-11fI MAN DISTRIBUTION PANEL (MOP) HIGH SERVICE PUMP ROOM ENLARGED ELECTRICAL PLAN (EL. 714'/728') 00 1® 1. REFER TO SHEET GO.3 FOR LOCATION OF FIRE RATED WALLS. 2. REFER TO SPECIFICATION SECTION 01010 FOR INFORMATION ON CONSTRUCTION SEQUENCING. 3. SCREENED/5HAOEO UNES INgCATE EXISTING EQUIPMENT/CONSTRUCTION. KEY NOTES: O EXISTING PROCESS CONTROL PANEL O2 REMOVE EXISTING FIRE HARM MIEN ALARM SIGNAL WIRING FROM FRCP BACK TO KP -A_ O EXISTING MULTI -MODE FIBER OP11C CABLE SPECIFIED TO BE REMOVED FROM THE FIBER-OPTIC PATCH PANEL NEXT TO PCP -R ON THE FILTER MEZZANINE W THE GENERATOR BUILDING IS ROUTED TO THIS JUNCTION BOX IN A 3/4' CONDOR BEFORE BEING ROUTED TO THE GENERATOR BUILDING IN ANOTHER CONDUIT. THERE IS ANOTHER 2' CONDUIT ROUTED FROM THIS JUNCTION BOX TO THE SERVER ROOM THAT IS CURRENTLY USED TO ROUTE A SINGLE -MODE FIBER OPTIC CABLE FROM THE SERVER ROOM NETWORK RACK TO THE GENERATOR BUILDING. THE NEW MULTI -MODE FIBER-OPTIC CABLE BEING INSTALLED FROM THE PATCH PANEL NEXT TO PCP -R TO THE SERVER ROOM, AS SHOWN ON SHEET E6.1, SHALL BE ROUTED IN THE EXISTING 3/4' CONDUIT FROM THE PATCH PANEL NEXT TO PCP -R TO THIS JUNCTION BOX, AND FROM THIS JUNCTION BOX TO THE SERVER ROOM IN THE EXISTING 2' CONDUIT DESCRIBED ABOVE. © MOUNT OWNER -FURNISHED URGE -SCREEN MONITOR ON WAIL USING OWNER -FURNISHED WALL -MOUNTING HARDWARE. PROVIDE DINGED SURFACE -RACEWAY FROM JUNCTION BOX AT SCADA COMPUTER ON DESK AND FROM BEHIND THE WAIL -MOUNTED MONITOR TO ABOVE SUSPENDED CEIUNG. PROVIDE SURFACE -RACEWAY OUTLET BOX WITH TWO HDMI/USB PASS-THROUGH WNL PLATES ON WALL AT SCADA COMPUTER WAT-CONTROL-I. PROVIDE SURFACE -RACEWAY OUTLET BOX MRH TWO HOMI/USB PASS-THROUGH WALL PLATES AND SURFACE -RACEWAY OUTLET BOX WITH DUPLEX RECEPTACLE ON WNL BEHIND MONITORS. PROVIDE VIDEO/USB CABLES BETWEEN WALL PLATES AND WAT-CONTROL-1 COMPUTER AS SHOWN ON SHEET E6.1. OS PROVIDE 2-/12 AND /12 GROUND IN 3/4' CONOUIT FROM EXISTING 20A CIRCUIT BREAKER IN LIGHTING PANEL L5. CIRCUIT 11. TO NEW RECEPTACLE IN SURFACE -MOUNTED RACEWAY BOX BEHIND NEW LARGE -SCREEN MONITOR. PANEL U IS LOCATED ON THE NORTH WALL OF MECHANICAL ROOM 207. REMOVE EXISTING WIRING FROM UGHTNG PANEL L5. CIRCUIT 11. CURRENTLY ROUTED TO AN EMPTY OUTLET BOX WITH BUNK COVER BELOW DESK ON SOUTH WALL OF LAB. REPLACE BUNK COVER ON OUTLET BOX CURRENTLY LIBELED WITH REFERENCE TO PANEL LS. CIRCUIT 11. © REMOVE EXISTING CONTROLLOGIX COMMUNICATION RACK. IF BID ALTERNATIVE NO. 1 IS NOT SELECTED, TURN OVER TO OWNER. Q ALTER AND EXTEND EXISTING RS -465 DATA CABLE IN 3/4' CONDUIT FROM EXISTING PARTICLE COUNTER COMPUTER TO PCP -A. PROVIDE JUNCIS BOX ON WALL BELOW DESK WITH TERMINAL BLOCKS FOR EXTENDING THE EXISTING CABLE _ J SCADA HMI F 2 c_ COMPUTER (z-xDu1/USB 4 COMPUTPTOP-,) 27.,.E r . .___ --- - LARGE -SCREEN _ _�Lj %i MONITOR IN SURFACE -MOUNTED CONTROL ROOM 203 �ARTICIE 1 COMPUTER r SCADA HMI SERVER ROOM 205 ING NETWORK WENT RACKS. REFER OPERATOR'S OFFICE 204 CONTROL ROOM. OPERATOR'S OFFICE. AND SERVER ROOM ENLARGED PLAN (EL. 728') EL 714' D 1• EL. 72B' KEY NOTES CONTINUED: O PROVIDE CAT 6 CABLES FROM PCP -F TO VFD /i, FROM VFDJ 1 TO VFD /5, FROM M /5 TO VFD 06. FROM VFD 06 TO VFD 02, AND FROM VFD 02 BACK TO PCP -F IN EXISTING 3/4' CONDUIT CURRENTLY USED FOR DH+ COMMUNICATION CARING DAISY -CHAINED BETWEEN PCP -F AID THE KGS. O PROVIDE 2-012 FROM PCP -F TO KD 01. FROM VFDI 1 TO KT) i5, FROM VFD 05 TO VFTD /6. AND FROM VFD 06 TO VFD /2 IN EXISTING 3/4' CONDUIT CURRENTLY USED FOR DTI+ COMMUNICATION CARUNG DAISY -CHAINED BETWEEN PCP -F AND THE MIS FOR 24VDC POWER TO NEW POINT 1/0 MODULES IN EACH M. A 44AR.0D1 DAVID GOHOES STRAND ASSOCIATES' 6 CAT 6 FIBER I 'SM FIBER 19 -)Mi ,SM FIBER CAT 6 FIBER I 'SM FIBER (VIRTUAL HOST) (VIRTUAL. HOST) (MRfUAL HOST) 'READ-ONLY SCADA HMI -READ-ONLY SCADA HMI HISTORIAN SERVER (WATER STAFF M1IN) (WATER STAFF VIAN) (SC M4/JI) J CAT 6 SILURMN WELL N0, 4 EXISTING VIAMS SM FIBER 3,I ict WP -K (Tv.C. PLC OIP RADIO I�--- (TYP) ANTENNA SCADA ALAN CABLE +s. FIBER WTP SERVER ROOM NETWORK EOVIPMENT RACKS (LOGICAL SWITCH LAYER) (LOGICAL SWITCH LAYER) I MANAGED SWITCH/FIREWALL 1 (WIT SERVER ROOM) I I I I I SCADA NETWORK2�FIBER VLAN 26 WATER STAFF DATA MILAN 2-FIBER 192.166.26.0/23 RA010 NMS CAT 6 CAT 6 GAT 6 JUMPER T2 PORT FPP JUMPED PCP -A Rnnu _= �HOMI CABLE— Wln= ANE HAI SILURIAN WELL NO. 2 CABLE I LCP-H PLC OIP RADIO I�- I SGADA V1AN I WAT-HSRM-1• RUNIIME HMI WAT-LIME-1• UN W/10 HMI WAT-UME-2• UN W/I0 HM PCP -G 2 -FIBER JUMPER ILJM LJ 2'C. ARM J WAT-CONTROL-2• WAT-CONTROL-1• DEVELOPMENT SCADA HMI RUNTME W/10 SCADA HMI (PRIMARY I/O NODE) (SECONOMY I/O N7 ODE) (1) 2• N 2 -CAT 6 HSP i VAD HSP 5 H 5 VM HSP �2 VAD 2-/12 (24 WC) M 1 0 DINT 1/0 DINT 1/0 DINT 1 O EXISTING 3/4'C. 12 -FIBER (1) pCp_P 2 -FIBER PL INFLUENT 12 PORT FPP FILTERS N( JUMPER PLC Fe12 -FIRER (1) creru ueu T 2�FlBER (1) PCP_° PCP -L _ _,.. 12 -FIBER (1) PERM. MOSPH. FEED 12 PORT FPP (1) WAT-PROCESSOR• RUNTIME HMI vLc PERMANGANATE FEED CONTROL PANEL _\�_12=FIBER (1) oTP PLc SCADA RISER DIAGRAM CAT 6 EXISTING HARDWIRED NO SCALE (CROSSOVER CABLE) SIGNALS OE -SCREEN MONITOR SB CABLES E RACEWAYO 12 -FIBER (EXISTING (1) (1) (2) J M Q � O n K cap 40 Q Lu W N 2 Q 93 a U N GENERAL NCI 1. REFER TO SPECIFICATION SECTION 01010 FOR INFORMATION ON CONSTRUCTION SEOUENCING. 2. PROVIDE CAT 6 PATCH CABLES OR FIBER OPTIC JUMPER GABLES FOR ALL COPPER OR FIBER OPTIC CABLE CONNECTIONS TO NETWORK SWITCH PORTS. LD UNES JOB NO. 3. BO /TDO INDICATE NEW WORK AND EQUIPMENT. "43.001 NO KKEY NOTES: PROJECT MGR. DAVID GOHDES Q RELOCATE EXISTING MULTI -MODE, FIBER-OPTIC, PATCH PANEL PORT INSERTS FROM GENERATOR BUILDING FIBER OPTIC PATCH PANEL INTO EXISTING FIBER RACK OPTIC PATCH PANEL IN SERVER ROOM NETWORK EQUIPMENT RACK FOR NEW FIBER OPTIC CABLE TERMINATIONS. . O WALL -MOUNTED, IARCE-SCREEN MONITOR FURNISHED BY OWNER AMD INSTALLED AND WIRED BY CONTRACTOR. ROUTE NDEO CABLES ABOVE SUSPENDED COUNG AND IN SURFACE -MOUNTED RACEWAY WHERE EXPOSED BELOW THE SUSPENDED COUNG. ffQg: DIAGRAM DOES NOT SHOW ALL WATER STAFF DATA NETWORK EOUIPMENT. STRe ND =SC HMI NODE ASSOCIATES •• = SCADA HISTORIAN SERVER NETWORK SWITCH --- = RADIO COMMUNICATIONS SHEET . LOGICAL SWITCH LAYER 7 RMIO MMS = RADIO MIGRATION MASTER STATION E6.1 Qrp'J 3, o) Prepared by: Jonathan Durst, Asst. Water Superintendent, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5169 Resolution No. 17-236 Resolution setting a public hearing on August 1, 2017 on plans, specifications, form of contract, and estimate of cost for the construction of the Water Treatment Plant Supervisory Control and Data Acquisition (SCADA) Upgrade Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection Whereas, funds for this project are available in the Water Plant & Storage Reservoir SCADA Replacement account #W3226. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: 1. A public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 1a day of August, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. A copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this t Rt -h day of July 12017 Ma or AProved// by Attest: /I��*�n rrraal.v City rk ity Attorney's Office It was moved by Botchway and seconded by adopted, and upon roll call there were: Ayes: Nays: Dickens the Resolution be Absent: Botchway Cole Dickens Mims Taylor Thomas Throgmorton r PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002288752 7/24/17 07/24/17 $37.46 Copy of Advertisement Exhibit "A" Subscribed and sworn to before mey said d affiant this 24th day of July. 2017 Notary Public ` NOTICE OF PUBLIC notice is hereby given that Council of the City of ity Iowa, will con -duct a 'hearing on plans, tions. Form of contract 7:00 p.m. on the 1st day of August, 2017, said meetin to be held in the Emma J. HarvX Hall in the City Hall 410 E. Washington Street in said city, or if said meeting is cancelled' at the next meeting of the City Council thereafter as Mted by, the City Clerk. s r��oi.7ect includes the upgrade of SCADA system hardware and software components and is located at 80 Stephen Atkins Dr., plans, specifications, form of act and estimated cost are on file in the office of the City in the City Hall in Iowa Cityy, , and may be inspected by nterested persons may at said meeting of the City for the purpose of making is to and comments n said plans, Tions, contract or the r of the of Iowa law. Prepared by. Jonathan Durst, Assistant Water Superintendent, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5169 Resolution No. 17-258 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Water Treatment Plant Supervisory Control and Data Acquisition (SCADA) Upgrade Project, establishing amount of bid security to accompany each bid, directing City Clerk to post notice to bidders, and fixing time and place for receipt of bids. Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Water Plant & Storage Reservoir SCADA Replacement account #W3226. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 23rd day of August, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 5d' day of September, 2017, or at a special meeting called for that purpose. Passed and approved this 1st day of August 2017. Maygr Atte City Clerk Ap roved by c f Cy s�etic City Attorney's Office Resolution No. 17-258 Page 2 It was moved by Dickens adopted, and upon roll call there were: Ayes: and seconded by Nays: Cole the Resolution be Absent: Botchway Cole Dickens Mims Taylor Thomas Throgmorton Q o 14 IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS 2017 Water Treatment Plant SCADA Upgrades Project Classified ID: 104429 A printed copy of which is attached and made part of this certificate, provided on 08/03/2017 to be posted on the Iowa League of Cities' intemet site on the following date: August 3 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 8/3/2017 Alan Kemp, Executive Director Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Monday, August 07, 2017 9:11 AM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 8.4.17 Notice To Bidders.pdf Good morning Julie, It was sent, not sure what happened. Here is a copy of the Certificate. Thanks Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS City Of Iowa City 2017 Water Treatment Plant SCADA Upgrades Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): August 4. 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. August 4. 2017 �� •' Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d)515 -657-4400(a)515-288-7339 (f) 515-288-8718 (e) mbiolanroom-dsm@mbionline.com (w) www.mbionline.com Project Information IowaBidDate.com NOTICE TO BIDDERS 2017 WATER TREATMENT PLANT SCADA UPGRADES PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 23rd day of August, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 5th day of September, 2017, or at special meeting called for that purpose. The Project will involve the following: Replacement of existing programmable logic controllers (PLCs) and serial data radios with new PLCs and new Ethernet radios in existing supervisory control and data acquisition (SCADA) control panels at the Iowa City Water Treatment Plant and several remote facilities including well houses, pump stations, ground storage reservoirs, and a radio tower. Installation of new OWNER - furnished Ethernet network switches in all control panels. Creation of a self -healing network communication ring at the water treatment plant using existing fiber optic cabling. Modification of existing PLC programming for several processes improvements and the removal of unused PLC code. Significant modification of the existing SCADA human machine interface (HMI) graphics software to improve graphical organization, improve the presentation of process data, and to incorporate controls for updated PLC programming. All work is to be done in strict compliance with the plans and specifications prepared by Strand Associates, Inc.®, of Madison, Wisconsin, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. /_195 The following limitations shall apply to this Project: Final Completion Date: June 29, 2018 Liquidated Damages: $300 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured from the Issuing Office which is Strand Associates, Inc.®, 910 West Wingra Drive, Madison, WI 53715, by bona fide bidders. The Strand Associates, Inc.® project manager is David Gohdes and can be contacted at (608) 251-4843. A $100 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Strand Associates, Inc.0 The fee is refundable if re -usable plans and specifications are returned within 14 days of the project award date. A prebid conference will be held at 1:00 P.m., local time, on August 16, 2017, at the Iowa City Water Treatment Plant (80 Stephen Atkins Drive, Iowa City, IA). Bidders are encouraged to attend and participate in the conference. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be ob- tained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa KELLIE FRUEHLING, CITY CLERK AF -2 DAILY NOTICE TO BIDDERS Cons a> Jcz truction NOTICE TO BIDDERS Rece1 1 vI`� 2017 WATER TREATMENT PLANT SCADA UPGRADES PROJECATUG 0 320117 f� Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 23rd day of August, 2017. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 5th day of September, 2017, or at special meeting called for that purpose. The Project will involve the following: Replacement of existing programmable logic controllers (PLCs) and serial data radios with new PLCs and new Ethernet radios in existing supervisory control and data acquisition (SCADA) control panels at the Iowa City Water Treatment Plant and several remote facilities including well houses, pump stations, ground storage reservoirs, and a radio tower. Installation of new OWNER - furnished Ethernet network switches in all control panels. Creation of a self -healing network communication ring at the water treatment plant using existing fiber optic cabling. Modification of existing PLC programming for several processes improvements and the removal of unused PLC code. Significant modification of the existing SCADA human machine interface (HMI) graphics software to improve graphical organization, improve the presentation of process data, and to incorporate controls for updated PLC programming. All work is to be done in strict compliance with the plans and specifications prepared by Strand Associates, Inc.0, of Madison, Wisconsin, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, If required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project: Final Completion Date: June 29, 2018 Liquidated Damages: $300 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured from the Issuing Office which is Strand Associates, Inc.®, 910 West Wingra Drive, Madison, WI 53715, by bona fide bidders. The Strand Associates, Inc.® project manager is David Gohdes and can be contacted at (608) 251-4843. A $100 fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Strand Associates, Inc.® The fee is refundable if re -usable plans and specifications are returned within 14 days of the project award date. A prebid conference will be held at 1:00 P.M., local time, on August 16, 2017, at the Iowa City Water Treatment Plant (80 Stephen Atkins Drive, Iowa City, IA). Bidders are encouraged to attend and participate in the conference. Prospective bidders are advised. that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be ob- tained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK AF -2 In ® ©` �:, PERFORMANCE AND PAYMENT BOND ESCO Automation (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Employers Mutual Casualty Company (insert the legal title of the Surety) Bond #S430649 as as Surety, hereinafter called the Surety, are held and finely bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Seven Hundred Ten Thousand Six Hundred Fifty Dollars ($ 710,650.00 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of June 30, 2017 entered into a (date) written Agreement with Owner for the Iowa City 2017 Water Treatment Plant SCADA Upgrades Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Strand Associates, Inc°, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, If Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditlond of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient 9M t funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the Improvements covered by this bond in good repair for a period of one (1) year from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, In accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS 13th DAY OF September 2017 . IN THE PRESENCE OF: Witness it ase Thr f9:Sa ESCO Automation (Prin 'pefjj /.L CFU itle) _ Employers Mutual Casualty Company (Surety) A.' . 1 1 'y/) (Title) Attomey-In-Fut 717 Mulberry (Street) Des Moines, IA 50309 (City, State, Zip) 800-247-4445 (Phone) r /EMC N0.693778 INSURANCE P.O. Box 712 • Des Moines, IA 50306-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employer: Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation S. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 7- Hamilton Mutual Insurance Company, an Iowa Corporation hereinafter referred to severalty as "Company' and collectively as'Conpanies', each does, by these presents, make, constitute and appoint ROBERT L KOLLSMITH, JACQUELINE K PETERS, DEBORAH D HAHN, CHERYL M MRSTIK, SAMANTHA SPILMAN, JASON D SMITH, JAMES M SMITH, LYNN KIMBLE, TIMOTHY J FOLEY, KAREN S LOPEZ, JENNIFER LUSE, MYNDEE WALKER, DAVID M OWEN, MARK A POLK, BRAD BENGTSON its true and lawf l aflomey-in-fad, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: In an amount not exceeding Ten Million Dollars .................................................. ........... ..... ................................................... .......................... -- ..... 310.000,000.00 and to bind each Company thereby as fully and to the same extent as if such insbuments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and Confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power-0f-Atfomey is made and executed pursuand to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casually Company shall have power and authority to (1) appoint attomeysin-fad and authorize Orem to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -min -fact at any time and revoke the power and authority given to him or her. AtomeysJn-fad shall have power and authority, subject to the tams and limitations of the poweraf-attorney issued to them, to execute and deliver on behalf of the Company, and to attach it* seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such aftomey4n4ad shall be fully and in all respects Nndng upon the Company. Certification as to the validity of any power -of -homey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any powerof-alfoney of the Company, shall be valid and binding upon fine Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as show, and the Corporate seals to be hereto affixed this 8th day of MARCH 2017 Sade ...... ieeµL•., .`•`�oM:: .`••�y'i c "•. race G. Kelley, QI ahrman Todd Strother ;•o°, , .!�; . dA�,,,,r, ,+. s of Companies , 3, 4, 5 & T, President Vice President "At ofComrparry1•ViceChalrmanand SEAL � 1863 ?09`x' 1953 `< �• CEO ofCortpany7 '.r aw Iowa;t. ''•.fin'. ',•,+�vv. .•' a�,..•• +,••: Onehis BM day of MARCH AD 2017 before me •'•r> +�!;'^ '•., 'ov!w;�� e Notary 16and for the tate of owe, personally appeared Bruce elle yy and Todd Strother, who, being by me duly swom, did say that they are, and are known tometobethe °•. '' ;''s eLS'•;y ,'; 'T Chairman, President, Vice Charman and CEO, and/or Vice President, respectively, of each of -:I; SEAL =g_ ' SEAL SEAL FS The Companies above; that the seals affixedto this insWmentare the seals ofsaid oxporalms , •. ';�; s that said instrument was signed and sealed on behalf of each of the Companies by a odty of their respective Boards of Directors; that the Bruce ''• x, ^ ". ' %. o.,.;�,r and said G. Kelley and Todd Strother, as '•,,,,,,,,,,. ,,, ••,,,,,,,,,,,,, such officers, acknowledged the execution of said instrument to be the voluntary act and deed of each of ft Companies. Commission Expires Octoberr110, 20019.KATHY SmI4,01vts, ♦__My PI, F 6m7Y1a01atl19,Omnarll 10, Nohary InandfatheStateof a h0 CERTIFICATE I, James D. Clough, Vice President of the Companies, do hereby Certfy that the foregoing resolution of the Boards of Directors by each of the Companies; and this Power ofAtaney issued pursuard thereto on MARCH 8, 26617 on behalf of ROBERT L KOU-SMITH, JACQUELINE K PETERS, DEBORAH D HAHN, CHERYL M MRSTIK, SAMANTHA SPILMAN, JASON D SMITH, JAMES M SMITH, LYNN KIMBLE, TIMOTHY J FOLEY, KAREN S LOPEZ, JENNIFER LUSE, MYNDEE WALKER, DAVID M OWEN. MARK POLK, BRAD BENGTSON are We and coned and are still in full force and effect In Testimonyeve subscribed na and ad thefarsimile of each Company tlhis , day o im _Moe President FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Automation Systems and Control, Inc. ("Contractor'). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 30th day of June, 2017, for the Iowa City 2017 Water Treatment Plant SCADA Upgrades ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement for the construction of said Project. NOW, THEREFORE, IT IS AGREED: 1. The Contractor hereby agrees to perform the Project for the lump sum amount of $ 710,650 , listed in its Form of Proposal, which includes the base bid and bid alternates #1 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers NSA attached hereto; b. "Standard Specifications for Highway and Bridge Construction," Series of 2015, Iowa Department of Transportation, as amended; C. Plans; d. Technical Specifications and Supplementary Conditions; e. Performance and Payment Bond; I. Contractors Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Progra"nti- Discrimination Requirements), attached hereto; o n h. Completed Form of Proposal; and >-< — +c-) — i. This Instrument. -{r—-v • iV AG -1 rn 0 The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. The names of subcontractors acknowledged by City, together with dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the supplementary conditions. Name $Amount ESCO Electric Company $81,812 RC Systems Inc. $45,850 DATED this r: r T day of . 1 [ % , 20 ATTEST: a City Clerk AG -2 Title R at3enp ers, CFO ATTEST: c-� (Title) Ray wn, CEO -! --r .� (Company Om*' - M Approved By: N J�w1ln ��yr�rell �f1e� City Attorney's Office 1011111-7 3d (z) Prepared by: Jonathan Durst, Assistant Water Superintendent, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5169 Resolution No. 17-281 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Water Treatment Plant Supervisory Control and Data Acquisition (SCADA) Upgrade Project Whereas, ESCO Automation of Cedar Rapids, IA has submitted the lowest responsible bid of $710,650 for construction of the above-named project; and Whereas, the bid includes the base bid and Alternate #1; and Whereas, funds for this project are available in the Water Plant & Storage Reservoir SCADA Replacement account #W3226. Whereas, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project for the base bid plus Alternate #1 is hereby awarded to ESCO Automation, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 5th day of September 2017 M or Ap roved by Attes : ity Clerk City Attorney's Office opZt�/77 It was moved by trims and seconded by Taylor the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway X Cole X Dickens X Mims X Taylor X Thomas X Throgmorton Prepared by: Jonathan Durst — Asst. Water Super., Public Works, 410 E. Washington Sl., Iowa City, IA 52240 (319) 356-5169 Resolution No. 19-62 Resolution accepting the work for the Water Treatment Plant Supervisory Control and Data Acquisition (SCADA) Upgrade Project Whereas, the Water Division has recommended that the work for construction of Water Treatment Plant Supervisory Control and Data Acquisition (SCADA) Upgrade Project, as included in a contract between the City of Iowa City and ESCO Automation of Marion, IA, dated September 5, 2017, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Water Plan Computer Control System Replacement account # W3226; and Whereas, the final contract price is $754,650. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 12th day of March , 2019 yor Attest:. � V Ci Clerk Ap roved by City Attorney's Office It was moved by Mims and seconded by Cole adopted, and upon roll call there were: Ayes: Nays: Absent: the Resolution be Cole Mims Salih Taylor Teague Thomas Throgmorton