25.10.2014 Views

Bid Package 08 North Well Field - Garney Construction

Bid Package 08 North Well Field - Garney Construction

Bid Package 08 North Well Field - Garney Construction

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

4. Analog I/O Modules:<br />

a. Input modules to accept signals indicated on Drawings or Specifications<br />

b. Minimum 12 bit resolution<br />

c. I/O chassis supplied power for powering connected field devices<br />

d. Isolated (differential) inputs and outputs<br />

e. User configurable for desired fault response state<br />

f. Provide output signals as indicated on Drawings and Specifications<br />

g. Individual D/A converter for each output module<br />

h. Individual A/D converter for each input module<br />

5. Spare I/O Modules: Each PLC shall have a minimum of 20 percent spare analog and 20<br />

percent spare discrete I/O points installed and wired to terminal blocks, isolates, surge<br />

devices, and relays inside the PLC.<br />

C. Power Supply Units:<br />

1. Provide regulated power units:<br />

a. Designed to operate with PLC system and shall provide power to:<br />

1) All components of PLC system<br />

2) Two-wire or four-wire field instruments<br />

3) Other devices as indicated on Drawings or Specifications<br />

4) Power supplies shall be summable type.<br />

b. Capable of supplying PLC system when all of the specified spare capacity is utilized<br />

c. Each power supply shall be sized such that it will carry no more than 75 percent of<br />

capacity under normal loads.<br />

2. Electrical service to PLC system is 105 to 125 V, 60 HZ, +1 percent, 1 phase power.<br />

3. Separate AC circuit breakers shall be provided for each power supply.<br />

4. If the PLC system is field expandable beyond the specified spare capacity, and if such<br />

expansion requires power supply modification, note such requirements in the<br />

submittals and allow room in the PLC system enclosure.<br />

5. Provide integral battery backup to maintain 60 seconds upon loss of all AC power. This<br />

is required to ensure transient power surges and dips do not affect the operation of the<br />

PLC system.<br />

6. Capable of meeting or exceeding electrical noise tests, NEMA ICS1-109.60-109.66.<br />

7. Capable of meeting or exceeding surge-withstand capability tests per ANSI/IEEE<br />

C37.90.1.<br />

8. Power Distribution:<br />

a. Immune to transients and surges resultant from noisy environment.<br />

b. Shall provide constant voltage level DC distribution to all devices.<br />

D. Programming Software<br />

1. The PLC shall be programmed using Modicon ProWorx NXT programming software.<br />

2. Provide a copy of all required programming software to Colorado River Municipal Water<br />

District (CRMWD). The software shall be licensed to Colorado River Municipal Water<br />

District, and shall be delivered to them at the end of this contract.<br />

2.03 HMI CENTRAL CONTROL AND DATA ACQUISITION SYSTEM<br />

A. All modifications to the CRMWD main HMI system at their control room will be done by<br />

CRMWD.<br />

Supervisory Control and Data Acquisition (SCADA) System 40 90 02-17<br />

CMD11269 – Ward County Transmission System Expansion – Contract C – Above Slab TPS, OPS, and WPS

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!