Loading...
HomeMy WebLinkAboutCA SA No 5 with Brooks for Pre-purchase of Gov Park Lift Station Controls EXECUTIVE SUMMARY AGENDA ITEM: Proposed Supplemental Agreement No. 5 to Continuing Services Contract RFQ 2020/2021-A17 with Brooks Building Solutions, Inc. (Brooks) for Prepurchase of Governor's Park Lift Station Controls. Date: October 13, 2022 BACKGROUND: CCUA staff requests approval from the Board of Supervisors to execute Supplemental Agreement No. 5 with Brooks for the pre-purchase of Lift Station Controls for the new Governor's Park Lift Station. This electrical equipment is the longest lead time equipment for the lift station, with an expected delivery time of sixty(60) or more weeks from the time the order is placed. This equipment is being purchased through CCUA's Continuing Contract RFQ 2020/2021-A17 with Brooks Building Solutions Electrical Troubleshooting, Repair, and Installation. Per the Contract, CCUA may purchase new electrical or control equipment to support projects from CCUA Engineering ca or Maintenance Departments. R BUDGET AND DELIVERY: 0 E Pricing provided by Brooks for the pre-purchase equipment is listed below: 4& r al cc Governor's Park Lift Station Project $71,112.00 The engineer of record provided the equipment details to the vendor and has reviewed it for accuracy. Staff reviewed the quote for reasonableness and negotiated terms with Brooks. Funds will be drawn from the Governor's Park Capital Improvement Plan Budget. Equipment is not expected to be available until after the electrical buildings are in place. Accordingly, staff expects equipment will be offloaded FOB directly to its point of installation. RECOMMENDATION: Staff respectfully requests the Board of Supervisors' approval of the attached Supplemental Agreement No. 5 to the Continuing Services Contract RFQ 2020/2021-A17 with Brooks Building Solutions,Inc., for the control panels and float switches needed for Governor's Park Lift Station Project in the amount of$71,112.00. ATTACHMENTS: Supplemental Agreement No. 5 Scope of Work and Fee Proposal Supplemental Agreement No. 5 to Continuing Services Contract RFQ 2020/2021-A17 with Brooks Building Solutions for Pre-purchase of Control Panels and Float Switches for Governor's Park Lift Station Project. Engineer: Brooks Building Solutions, Inc. Owner: Clay County 4501 Beverly Avenue Utility Authority Jacksonville, FL 32210 Date: October 18, 2022 Item: Pump Control Panel, Demarcation Boxes, Float Switches $71,112.00 Total Lump Sum Price Not to Exceed Without Prior Authorization $71,112.00 The Contract time shall commence on the needed date. This document, along with the attached scope and fee proposal dated October 11, 2022, shall become an amendment to the existing Agreement for Electrical Troubleshooting, Repair, and Installation RFQ 2020/2021-A17 dated November 1, 2021. All provisions, terms and conditions of the existing Agreement will apply to this Supplemental Agreement. Accepted by: Date: Contractor: H. Neff Jenkins President Brook Building Solutions, Inc. Accepted by: Date: Owner: Jeremy D. Johnston, P.E., MBA, Executive Director Clay County Utility Authority Brooks Buiiuing aoiutions PROPOSAL Clay County Utility Authority October 11,2022 Project-Governors Park WWLS Control Panels 3176 Old Jennings Road Middleburg, Florida 322068 Attention: Paul Steinbrecher We propose to furnish the following equipment and services for the above referenced project. Brooks Building Solutions standard TERMS AND CONDITIONS apply to this proposal and price quotation, with the EXCEPTION for this Project Only: Terms of Payment, Net 5 days, Mark up for Equipment reduced from 25%to 10%. This Proposal includes: Provide Sun State Systems Engineering Services/Equipment/Submittals for the Governors Park WWLS Project, Control Panels. • Provide Submittals/Drawings from Sun State Systems, Inc. to • Provide Factory Start Up for Sun State Systems Control Panel/Equipment as shown in the bill of material, see attached, • Provide Demarcation Enclosure, as per bill of material, see attached. • Provide Float Switches, as per bill of material, see attached. • Provide Sun State System, Inc. 1-year Warranty. • All Material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any deviation from specifications above involving extra cost will be executed only upon written orders and will become an extra charge over and above the quotation. Materials are warranted for One year from date of Shipment. • Seller shall not be responsible for any failure to perform, or delay in performance of, its obligations resulting from the COVID-19 pandemic or any future epidemic, and Buyer shall not be entitled to any damages resulting thereof. Exclusions and Conditions of This Proposal: • Brooks Building Solutions, Inc. will not be held responsible for any damaged equipment, equipment lost after it has been received. • Brooks Building Solutions, Inc. will not be responsible for any changes or delays for this Equipment purchased. Lead Time are projected dates and cannot be Guaranteed. • Any Price Increase from the Manufacture will Result in a Change Order for Price Increase. • Any additional Equipment needed will be purchase with an Approved Change Order approved by CCUA. Pane I of5 Corporate 1401 Beverly Avenue I3cksonville.FL 322101 P 904.6425303 I F 904.641.8722 Tallahassee 12815-1 Industrial Plan Dr.I Tallahassee.FL 323011 P 850.70123501 F 850.701.2355 I I.CA CU5S739 1IVAC NJUNPNNJTI IiUIirXNO AUTOMATION I HNKKUY SOJ.UTKJNU INhRVIC> ,JPAR'JS UA:CN20k606 2o1P.t10.n; • Components or labor for items deemed necessary but are not included in the original scope of work will be considered an extra cost to project and will only be performed with the expressed authorization of the customer and invoiced to the customer at the non-contract customer labor rate. • This proposal Is only valid for thirty(15)days from the date of issue. • Full freight is allowed, and all applicable taxes are Included. Proposed Price: Seventy-One Thousand One Hundred Twelve and 00/100 Dollars-$71.112.00. TERMS AND CONDITIONS This ment is subject to the TERMS AND CONDITIONS included in this Proposal Its Building Solunons,.In c. Clay County Utility Authority Jeff Hendricks Senior Project Manager Date: October 11,2022 Date: to P. 2 of 5 Corporate 14501 Beverly Avenue 1 Jackwnvtlle,FL 322101 P 904.64253031 F 904.641.8722 Tallahassee 1 2815-I Industrial Plaza Dr,1 Tllllehenoc,FL 32301 I P 850.701.2350 I F 850.701.2355 FL CA CI158724 1 IVAC IQUIPMFNf(BUII JIJNU AU 1011AflU.i J.ME(UY J(01.UTItIAN:31ikNUi I I'AJJa UA:CN 2096I6 Lile,Wr,01 ��1����o SUN �`� - 4 STATE y �`��� ►� SYSTEMS, INC. 1401ndustrial Loop SW,Orange Park,FL 32073 (904)269-2544•SalaseSunStateSystemscorn Quotation Date 10/07/22 To: Brooks Building Solutions 4501 Beverly Avenue Jacksonville, FL 32210 Phone(904)642-6303 Fax(904)641-8722 Attention : Jeff Hendricks Project Id : n/a Project Desc. : CCUA Governors Park Control Pnl Ship Via Terms P.O. Number : n/a Delivery Date : : n/a Estimator : Tony Rhodes We are pleased to quote the following described items: Below stated price does not include any applicable Sales Tax. to Qty Unit Description a PLC/HMI/RTU Control Panel for: 120 Volts, Single Phase, 2 Wire for: 4 ea. 85 Horsepower, 101 FLA Motor(s) 480 Volts, 3 Ph Remote Mounted in MCC Unit Control of Flygt Pumps 1 ea. 120 Volt "Q"Frame Control Breaker(UL) 1 ea. 120 Volt "Q" Frame Air Comp. Breaker(UL) 1 ea. 120 Volt"Q" Frame PLC Breaker(UL) 1 ea. 120 Volt"Q" Frame Wes-Tec Breaker 1 ea. 120 Volt"Q" Frame GFI Receptacle Breaker 1 ea. Grounding Buss 1 ea. Surge Suppressor=Citel "120V Service" 1 ea. Oiltight Push Button"Silence" (800T Series) 2 ea. Time Delay"On Delay" Finder SPDT 24-240V AC/DC Din Mtn 4 s.a Flygt Mini-Cas Units (Customer Supplied) wl Door mount Reversed Socket Bases 1 ea. SunBurst Red LED Matrix Alarm Light 120V 3R/4X w/3/4"Male Thread Flash or Steady on Ship Loose for remote mount 1 ea. 3/4"- 1/2" Bell Reducer Crouse Hinds Used for SunBurst Light 1 ea. Alarm Horn(110DB @ 5') Sun State Systems,Inc. Quotation CCUA Governors Park Control Pnl Date 10/07/22 Brooks Building Solutions Page No.2 of 4 Pages Qty Unit Description Flush Mnt. NEMA 4X Ship Loose for remote mount 1 ea. Pressure Transducer(0-10 PSI I "Ashcroft" 1 ea. Bubbler Air Compressor 0- 15' 1 ea. Duplex GFI Receptacle (Exterior Panel Mount) 1 ea. Simplex Receptacle Wes-Tec Dialer 1 ea. Duplex GFI Receptacle (Panel Mount)20 Amp 1 ea. Isolation Transformer(120 Volt) PH100PP 1 ea. Weather Proof GFI Cover(Vertical) 1 ea. LED Panel Light 600 Im w/ off-on switch/Push In conn 110-240V 18 ea. Sgl. Pt. Knife Disc. Term Gray "4-20 Disconnect"(1492-JKD4) 2 ea. Blown Fuse Indicator Terminal "LED" 1492-H5 (24V) 2 ea. "1/4 x 1 1/4"Glass Fuse Amp to 20 ea. Sgl. Pt. Blue Terminal (6mm) "DC Wiring"(1492-J4-B) 60 ea. SgI. Pt. Gray Terminal (6mm) "Mlsc."(1492-J4) 15 ea. Sgl. Pt.White Terminal (6mm) "Neutrals"(1492-J4-W) 10 ea. Sgl. Pt. Yellow Terminal(6mm) "Remote Source"(1492-J4-Y) 1 ea. 4 Port Ethernet Switch "Stratix" 10/100 RJ45 Conn 24 VDC 1783-US41 TH 1 ea. Compactloglx PLC Processor (1) USB-(2) Ethernet/IP 2 MB 1 ea. Compactlogix Power Supply 1769-PM(4 A(g5VDC) 120/220 VAC 2 ea. Compactloglx 16pt.AC Input Module 1769-IA16 s2 ea. Terminal Block Relay SPDT EMR/Master 120 VAC 6 amp (Form C) 1 ea. Compactlogix 16pt. AC Output Module 1769-0A16 1 ea. Compactlogix 8 Ch. Analog Input Module 1769-IF8 1 ea. Compactlogix 8 Ch.Analog Output Module 1769-OF8C 1 ea. Compactloglx End Cap, 1769-ECR ea. 9" HMI Panelview Plus 7(24VDC) Color Touch 2711 P-T9W21 D8S 14 ea. 4-20mA Surge Protector 2 ea. IFM Power Supply Sun State Systems, Inc. Quotation CCUA Governors Park Control Pnl Date 10/07/22 Brooks Building Solutions Page No.3 of 4 Pages Qty Unit Description (10 Amp 24 VDC) 1 ea Puls Redundancy Module e Wes-Tec Dialer Equipment Panel, Keypad, Battery, Transformer and Cellular communicator 2 ea. Panduit C120x150A0T-22 Black 22mm Raised Label 4 ea. Nameplates(3/4"x 3/4") Panduit Black Raised Label 1 ea. 120 V Mini Frame 10K UPS Pri. Breaker(s) 5A(B1NQ1C5) 1 ea. UPS Power Supply"APC" (120 Volt 500VA)(UR) 1 ea. UL 508A Label 2 ea. Float Switch (Normally Open 40') w/ Int. Weight"Snap Action" (Potable Water) 1 ea NEMA 12 Enclosure Size:48"x 36" x 12" All pilot devices and HMI will be mounted through the door Single Door 3pt. Latch Kit Padlockable Handle (End Size 36 thru 48 in Height) to 1 ea. Painted Steel Back Panel 1 ea. 120 Volt Sgl Pole Breaker Flow Meter(B1NQ1CJ 1 ea. Remote Mtn 16" McCrometer Flow Meter 1 ea. ProComm Signal Converter Mounting Next to Control Panel in Room. 1 ea. Surge Suppressor-Citel "120V Service" 2 ea. 4-20mA Surge Protector CCUA Demarcation Enclosure 2 ea. NEMA 4X Aluminum Enclosure AB-242412SLA003 (Top Section) 4 ea. Motor Terminal Lugs(3 Pole) (1) Line (1) Load 32 ea. Sgl. Pt. Cray Terminal (6mm) "Misc."(1492-J4) 2 ea. NEMA 3R Aluminum Enclosure AB-362412SLA002 (Bottom Section) 2 days Start-up please Note: Prices valid for 15 days. All material is guaranteed to be as specified. All work to be completed In a workmanlike manner according to standard practices. Any deviation from specifications above involving extra cost will be executed only upon written orders,and will become an extra charge over and above the quotation. Materials are warranted for one year from date of shipment. Acceptance of Quotation WV KM LA D .wt'Wtlp1 I11Fl.LW] I 2®©®®®®®onfi, 0 0 74E 4Y0 a 'ci (D80 0 ) N 111 I Oh lighpipg 11"' IVIIIIIIIII OH MO 1 1 " 1 lii lir " 4 ell 1 11 1109 i i i 1 1 4 ['I I hi 11 1,1 iir 11 'k.; - 11 i I ' 0 14 si 1.i ia. I I! gel 1 5/ 1 hi Pi 0 or iiiiiiiiriNpiii FUniliqidfiliqUIPHIP EzzEoc xxxxx )20:a ® 0 a 0 A 0 o 0 0 = ; 4111 ! iJ itiliPlilliifiliiiMplgillinWll iii 1 ii " ill ii ll i1 1 .q 0 oli N; I i I I li ; Pi 1 g 1 i i {1ii l. f .5; 1 1 1 0 itdin ! 11 1 1 1 I 1 H4 01 11 WPM Rti i 1 11 i 10 h 1! Niiii g, i ill 1 1 1 it it gg nligg i 11. 1 -10 8 1 i i I 1 1 1 i : I ; ;:::: 1 iq Vipi il Pi ii I 1 ii q 8 MB 9 q i id Mu a@994 i 1 > I I! iqq r II 5 P g: 1 m 1 I' 1 b li it it 011g l . 1 I i /f‘V liftrir ELECTRICAL LEGEND&SCHEDULES - c ..K.K�.1K.��.. „4.„�. GOVERNORS PARK — `�"'"`'""11421' WASTEWATER IJFf STATION PROJECT 4.441. �1�r JAI 1 R.4AYRLi\M11fK Tl�ff► �� �UdOJI■ R\AICW W1 1I 11\711n•711P1C O hp1 OM1-----------1--- -7 ----t- a ----I- --r -A t--i- 1 git ill111M Milli log e ilie III LII iiii ili 19 411 g 1! 01 4 0 "; 1 ilig 31 itO a 4 . . L n. , /1 ice. '1 1 8 i l — 1 I -®_ oll s > nda I : 1Y .r t ..-L-r-; �1 ',. -- -- — — ---,-- - ,i i • III fig 1: j~r~ Y O •1 ■ iI ®)--f: 1 '_�.;I------------t------ I. •i 11 11 11s dl N ea 1 4� 12 2 A/ SINGLE LINE DIAGRAM i 4_ rP 1 F I 1 i io q �`RDURRA= GOVERNORS PARK WASTEWATER LIFT STATION PROJECT rlquar 1 o< I x*O a ,NV,11M ` 7 1IP Ali ; 11g1 11 .. I1 ee d bb LA bb bb bb A i IY'MJL M01Q pNGR f01111RE FOR FUME RIMS 3•• MOV 3 M1.1N • • • ' I I TT I I I kl 1 il ;114 R. • 1 I T a r Ti. ® a f f d' 13 d Id dd I' 9 I 2.1 /I— ''$ al iI 1 oa lig III L-- 41ia it T i4ig iii - el -; 14 11 III 1 I ' • • IL ' ddi ill 401 MT.3 RIME I 1 �.ti 1; -- - __ ❑ n 11 r. IT? bb 4b ,-�, li a +v U s PI 1 € * i NIMIMMIL m �� � � ,�,'„�'-,� CONTROL WIRING DIAGRAMS • - - o •� ,;; , , IGOVERNORS PARK ! "`Ras""""" WASTEWATER LIFT STATION PROJECT 1.1.wni" ,.v K a r 11414r wcsi �x.N r..u•w+f.�.r rrry wrohw,a ayn,nv�m.uw . m-.osssxassasss*.• PI 11 Ili iig H - ... .. ....s2l818881_ , 4. i lirffilliiiiii(iiliTuaua s4�w' - 1 Ora ill E P' d 1 P. P. a R;;;;s!- P ______+_ED 2pmz2r,j_____i-- _I, Uniiiiiilliiiil s t ; ; ii! 1 ,_ , 4 1 I 1 i 1 r rt- tw i 111 it n .rx"6°uie @11 f of i O ;;82sass� s 11 i f l' ; ills 1, jaw. 1i 11 !Hi1"''' t '. , U r omq mmiq (1 1 1 slsisss98! 'a- I( iiiiiii .1 tl�yi{sd •iii • r "1r r r P r 1 in hi h r Tin .... G�i 11�i MO 1111 1111/411 PH 1 11 L ill ij, i '111 !ail A ill ii 4 iiikii lb A 1 II 11,1 1 'If oo� �4 1I ,i m r l liAi h ii !Ili [I li r oi.! 1 !a ll 1 11 a 11°s. 8 I Id" g g 0 A, ;-g;, 1111 h A i lio5 1 Ali i aq i Pm; i! 40 i I A (CV PUMP CONTROL PANEL DETAILS - �+...�.�.� ..•,,, GOVERNORS PARK w�netc •.f �xiw WASTEWATER LIFT STATION PROJECT !ttJg°� tIL�] . .� .a ..� ri .w I f 4 � . i -I 1 L-r--r . .1 n..._ ___ . __i _, 0 .__, _ ,..i = i 1 i s ids i MCC WI _ 11 UONTING..L x 101 If �I n Pi 11 1 il Ili 1 so 11 e1 e g • r P. r i k illi111 " is 4; i I 1/1 !II !IIJ1111e I 1 lig.4 4!110 iglill41 g 1 ' wri i 11 41 -m 11 11 al L III. I ,.tom, I ._..0 N 1I li ` LIFT STATION ELECTRICAL PLAN 5 ARDURR/4 r c Ih ''' 1 ' GOVERNORS PARK leirsi "R n"�"" "' WASTEWATER LIFT STATION PROJECT .AWWIVK�.AiM `� IwMeoalY Ki _ _1r I�rilrr " r' i 1 Tr 1 iiii i i n I ill 2 4 gi !ii .11 i ' • 1111-111 .1. � C g. ill :: I: I r 10 (41 ' li ;NI i 111. 1211; li Pi ii P I I ELECTRICAL DETAILS — m II! r11) �. �,, GOVERNORS PARK --. o y w ry�w WASTEV/ATER LIFT STATION PROJECT SECTION 16800 ELECTRICAL CONTROL EQUIPMENT PART 1 GENERAL 1.01 DESCRIPTION OF WORK A. In general, the work specified in this section of the specifications includes the furnishing of all labor, material, and services necessary to install the following material,including all fees,charges,and permits necessary. B. As specified in the section of these specifications entitled ELECTRICAL WORK- GENERAL, the Contractor shall furnish and install conduit, wiring, and connections for equipment and devices furnished under other sections of the specifications or under other contracts. The Contractor shall also install motor starters, switches, and other electrical equipment furnished under other sections or under other contracts. C. The Contractor should refer to the heating, ventilating, and air conditioning specifications and drawings for locations of thermostats, damper motors, small transformers,relays,and other devices requiring wiring. D. The Contractor should also refer to the mechanical specifications and drawings for locations of pressure-operated control switches, float switches, solenoid- to operated valves, limit switches, alarm actuating contacts, and other devices requiring wiring. PART 2 PRODUCTS 2.01 CONTROL COMPONENTS A. General - Where indicated on the drawings, or required by the functions specified, control components shall be furnished and installed with-in control panels, motor control center, or other approved locations. Suitable nameplates shall be provided for all panel door or surface-mounted control devices. All component terminals, including auxiliary contacts, shall be wired to master terminal boards. B. Pilot Devices - Selector switches, pushbuttons, indicating pilot lights, and additional pilot devices as required, shall be 600 volt rated heavy-duty, oil-tight, 30mm pilot devices: Eaton Type E34,Square-D Type SK,or equal. 1. Pushbuttons shall be standard type with anodized aluminum rings and colored buttons. 2. Selector switches shall be standard handle type with anodized aluminum rings and handles. 3. Pilot lights shall be full brightness LED type. 16800-1 PROJECT NO.2211-0042 ELECTRICAL CONTROL EQUIPMENT GOVERNORS PARK WASTEWATER LIFT STATION PROJECT AUGUST 2022 4. All pilot devices shall have appropriate nameplates and locking means for locking in the de-energized mode, and shall be color coded (green - start, on, open, up; red - stop, off, close, down; black - test, silence, miscellaneous). C. Running Time Meters - Hour meters shall be non-reset type with register to indicate hours and tenths of hours up to 99,999.9 hours. Each meter shall be a 2- 1/2" round panel mounting type, suitable for operation on 120 volt control circuits: Engler Model 1ONG1 or equal. D. Timers - Where required for control system operation, multifunction programmable timing modules shall be provided. Timers shall have timing modes and cycle times as indicated, shall be provided for operation at voltage indicated, and shall have DPDT contacts: Potter & Brumfield CNS-35-96, or equal. E. Control Relays - Where required for control system operation, control relays shall be 3P3T, 11 pin octal type, with 10 amp contacts, internal LED, test button, and large ice cube style case:Cutler-Hammer D3RF3A,D3RF3T1,or equal. 1. Time delay relays shall be potentiometer adjustable time setting, 1.0% repeatability, 2PDT plug-in type time delay relays with, 10 amp contacts, 8-pin square sockets and hold-down springs. Delay on de-energize mode shall not require input power during the timing: Potter & Brumfield CK to Series,or equal. F. Automatic Alternators - Where required for control system operation, duplex DPDT plug-in automatic alternators shall be provided; Diversified EIectric Model ARA-120-ADA or equal. Alternators shall be installed with hold-down springs, and a lead selector switch (1-AUTO-2) to permit manual and automatic selection of the lead sequence. For triplex systems, 3 input 3 output triplex alternators shall be provided. Triplex alternators shall be installed with plug-in base,hold down springs,and a lead selector switch(AUTO-1-2-3). G. Power Monitors - Where required for control system operation, 3 phase power monitors shall be provided. Power monitors shall be surface-mounted type consisting of a phase angle sensing circuit driving a DPDT electromechanical relay. Power monitors shall sense loss of any phase, low volt-age on any or all phases, and phase sequence reversal. Power monitors shall be field-adjustable, provided with fault indication, and adjustable time delay (0-20 seconds): Diversified Electronics Series SLD or equal. 2.02 CONTROL DEVICES A. Control Stations - Control stations shall be 30 mm, heavy-duty, corrosion resistant, water-tight, and oil-tight, complete with NEMA 13 cast aluminum enclosures:Eaton Type E34,Square-D Type SK,or equal. 1. Safety lockout stations (SAFE-OFF) shall be equipped with 316 stainless steel padlock devices for padlocking in the de-energized position: Eaton 16800-2 PROJECT NO.2211-0042 ELECTRICAL CONTROL EQUIPMENT GOVERNORS PARK WASTEWATER LIFT STATION PROJECT AUGUST 2022 10250A63,Square-D Type K5, or equal. 2. Unless specified otherwise, control stations installed outdoors, or in corrosive atmospheres, shall have watertight, NEMA 4X cast aluminum enclosures. 3. Control stations within hazardous locations shall be explosion-proof and shall have galvanized cast iron enclosures: Crouse-Hinds Type EFS, Appleton,or equal. B. Float Switches - Where required for control system operation, float switches consisting of a SPDT mechanical micro switch, rated 15 amps at 120 VAC, in a chemical-resistant casing, complete with chemical-resistant flexible cord, shall be provided: Flygt ENM-10 standard version for non-classified area applications (water),Ex version for classified area applications (wastewater). C. Alarm Horns-Alarm horns shall be piezoelectric audible signal devices; Mallory Sonalert, or equal. Each alarm horn shall be equipped with an enable/disable control switch. Unless indicated otherwise, alarm horns shall be installed within the associated control equipment enclosure. Exterior alarm horns shall be weatherproof semi-flush mounted. 2.03 PROGRAMMABLE LOGIC CONTROLLERS A. General: Each programmable logic controller (PLC) shall be designed to provide to monitoring and control in the form of relays, counters, timers, sequencers, etc., and shall consist of a processor unit,local and remote input/output units,power supplies, appropriate programming device, and all required peripherals, accessories,etc.; Allen Bradley CompactLogix,or pre-approved equal. 1. The entire controller shall be suitable for installation and operation within harsh industrial environments, including 5-95% non-condensing humidity, 0-60°C temperature, vibration, shock, surges, etc., with-out fans,air conditioning,or electrical filtering. 2. Each controller shall be programmed in simple "ladder diagram" language and shall be easily programmed with a portable programming panel as system requirements change. 3. Unless indicated otherwise, each PLC shall be factory-loaded and edited in the field and shall include hardcopy final programming and ladder diagram printouts with complete system operating descriptions. B. Each PLC shall be fully equipped to monitor all equipment status, alarm, and instrumentation system analog signals; control selected equipment operations; and seamlessly connect to the communications network. Unless otherwise indicated, PLC configuration shall be based upon the following standardized components: 1. 1769-L33ER CPU (2MB Memory) 16800-3 PROJECT NO.2211-0042 ELECTRICAL CONTROL EQUIPMENT GOVERNORS PARK WASTEWATER LIFT STATION PROJECT AUGUST 2022 2. 1769-IA16 Digital Input Modules 3. 1769-0A16 Digital Output Modules 4. 1769-IF8 Analog Input Modules 5. 1769-OF8C Analog Output Modules 6. 1769-PA4 Power Supply 7. 2711P-T15C21D8S Operator Interface Panel(OTT) C. Electronic and hard copies of all final approved PLC programming shall be furnished to the Owner with the O&M manuals. 2.04 CONTROL PANELS D. Where indicated on the drawings, specified, or required by the functions specified, control panels, including all necessary accessories, shall be provided for power distribution and control of the associated equipment. Each control panel shall be equipped with an incoming line main circuit breaker and an incoming line surge protection device(SPD). Each three phase control panel shall be equipped with a three phase power monitor. E. Control panel components shall be inner-panel or door-mounted, wired to terminal boards with identifying numbers. All contacts, including spare auxiliaries, shall be wired to terminal boards. All wiring shall be neatly bundled with wire ties, or in wireways, and all wiring shall be identified by color coding and numbering. Wiring shall be coded: black- primary power; red -AC control wiring;blue- DC control wiring;white-neutral;and green-ground. to F. Unless indicated otherwise, each control panel shall be furnished with red (running)and green LED pilot lights, H-O-A selector switch,circuit breaker type combination motor starter,running time meter and control circuit equipment for each motor controlled. Motor starters for all motors 25 hp and above shall be the solid state reduced voltage type.Multiplex control panels shall be furnished with an automatic alternator and lead selector switch. Each control panel shall be equipped with an independent control power system including all required control power transformers, protective fusing, and separate control power main breaker. Control panels shall be equipped with power monitors, an exterior red flashing alarm light, alarm horn, alarm test switch, and a 120 volt convenience outlet G. Control panels shall be furnished with a thermostatically controlled condensation heater and all additional accessories as indicated. Control operation shall be as specified or as required for proper operation of the equipment controlled. In general, for each associated alarm condition, control panels shall be furnished with amber pilot lights and auxiliary contacts for remote indication. H. Unless indicated otherwise or required for the specific installation, panels for interior use shall be NEMA 12 construction with oil-resistant gasketing and full- sized single door. Door shall have slotted flush latch and door-mounted control devices. Exterior panels shall be NEMA 12/3R with oil-resistant gasketing and full-sized door-in-door construction. Inner door shall have door-mounted 16800-4 PROJECT NO.2211-0042 ELECTRICAL CONTROL EQUIPMENT GOVERNORS PARK WASTEWATER LIFT STATION PROJECT AUGUST 2022 control devices and slotted flush latch. Blank outer door shall have three-point latching handle with padlocking provisions. I. Control panel enclosures and inner panels shall be seam-welded aluminum, 0.125"minimum,with all stainless steel hardware. PART 3 EXECUTION 3.01 GENERAL REQUIREMENTS A. Electrical control equipment,starters,contactors,etc.,shall be full NEMA rated. B. All contacts for control of electrically-operated equipment shall be rated not less than 10 amperes on 120 volts. C. All electrical components of the control system shall operate on 120 volt, single phase, 60 hertz power, except as noted otherwise in the specifications. Unless indicated otherwise, control circuits for components which are located in hazardous areas shall be 24 volt D. Where control equipment is not within sight of the motor, a safety lockout station with position indication,which shall prevent application of current to the motor,shall be Iocated near the motor. Where the driven equipment is located on a different level than their driving motors, a safety lockout station shall be provided on each level. to E. For each automatically operating field control device (float switch, pressure switch, etc.), an adjustable time delay module shall be furnished and installed within the control panel, motor control center, or other approved control equipment location. Timing modules shall be 2-wire, 0-1,000-second, delay on make,solid-state units;SSAC TDU3000A or equal. F. Programmable controllers shall be utilized for standard relay and control functions within motor control centers, control panels, etc., only where specifically approved. In general, conventional control equipment shall be provided. END OF SECTION 16800-5 PROJECT NO.2211.0042 ELECTRICAL CONTROL EQUIPMENT GOVERNORS PARK WASTEWATER LIFT STATION PROJECT AUGUST 2022