You are on page 1of 77

DIVISION 13

CONTROL & INSTRUMENTATION


HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 DIVISION 13
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 1 OF 1

R.V. ANDERSON FILE RVA 091924
D2013-029 Div13-Index.doc
INDEX

STANDARD SECTIONS
No of pages
Section 13300 CONTROL AND INSTRUMENTATION........................................................................... 16
Section 13310 PROCESS NARRATIVE.................................................................................................... 9
Section 13322 CONTROL PANELS....................................................................................................................8
Section 13323 CONTROL PANEL DEVICES.....................................................................................................5
Section 13324 DATA PROCESSING SYSTEM..................................................................................................6
Section 13325 DATA COMMUNICATION SYSTEM..........................................................................................2
Section 13329 FIELD INSTRUMENTS AND DEVICES.....................................................................................2
Section 13362 LEVEL SWITCHES - FLOAT.......................................................................................................3
Section 13366 LEVEL SWITCHES - ULTRASONIC ..........................................................................................3
Section 13372 FLOW SWITCH - PADDLE .........................................................................................................2
Section 13378 THERMAL MASS FLOW TRANSMITTER.................................................................................4
Section 13381 DISSOLVED OXYGEN ANALYZER...........................................................................................3
Section 13382 CHLORINE RESIDUAL ANALYZER - SAMPLING....................................................................3
Section 13383 CHLORINE RESIDUAL ANALYZER - PROBE..........................................................................4
Section 13399 AUXILIARY DEVICES - BUILDING SERVICES ........................................................................5

Total pages 75


END OF INDEX DIVISION 13
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 1 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
PART 1 - GENERAL
1.01 Governing Conditions:
A. The General Conditions, Instructions to Tenderers, Form of Tender, Special Provisions,
Supplemental General Conditions and General Requirements under Division 1, hereinbefore
specified, in addition to any and all addenda.
1.02 Reference:
A. Refer to Section 16010 Basic Electrical Requirements, Section 16050 Electrical Material and
Methods, Section 16450 Motor Control Centres, and Section 16620 Diesel Engine Generator
Set for instructions which apply to the Work of Section 13300.
B. This Section governs the following standard sections:
1. Control and Instrumentation Section 13300
2. Control Panels Section 13322
3. Control Panel Devices Section 13323
4. Data Processing System Section 13324
5. Data Communication System Section 13325
6. Field Instruments and Devices Section 13329
7. Level Switches Float Section 13362
8. Level Switches Ultrasonic Section 13366
9. Flow Switch Paddle Section 13372
10. Thermal Mass Flow Transmitter Section 13378
11. Dissolved Oxygen Analyzer Section 13381
12. Chlorine Residual Analyzer Sampling Section 13382
13. Chlorine Residual Analyzer Probe Section 13383
14. Auxiliary Devices Building Services Section 13399
C. Comply with the latest edition of the codes and standards referred to in these documents and or
as required by local, provincial and federal authority. Procurement of these documents is the
responsibility of the contractor.
D. The materials, design, and workmanship employed in the manufacture and installation of all
equipment in conformity with the applicable standards established by ASTM, CEC, CGSB, CSA,
ISA and provincial electrical safety code. Canadian standards shall take precedence over US
standards in the case of duplication or conflict.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 2 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
E. Have the material, equipment, installation and workmanship also meet the latest edition and
requirements of the following:
1. Canadian Standards Association (CSA)
2. Canadian Electrical Safety Code C22.2
3. Ontario Electrical Safety Code OESC
4. Canadian Electrical Manufacturers Association (CEMA)
5. National Electrical Manufacturers Association NEMA
6. Electrical and Electronic Manufacturers Association of Canada (EEMAC)
7. Electronic Industries Association / Telecommunications Industries Association (EIA/TIA
606)
8. National Fire Code, NFPA 820, Fire Protection in Wastewater Treatment and Collection
Facilities
9. NSF/ANSI Standard 61: Drinking Water System Components
10. Underwriters Laboratory Inc. UL:508 Standards for Safety, Industrial Control
Equipment. To include Canadian, CUL standards and codes.
11. International Society of Automation (ISA) standards including ANSI/ISA - 5.1
Instrumentation Symbols and Identification and ANSI/ISA 50.00.01 Compatibility of
Analog Signals for Electronic Industrial Process Instruments.
12. Institute of Electrical and Electronic Engineers Inc. (IEEE): C62.41 Recommended
Practice on Surge Voltages in low-voltage AC power circuits.
13. Deutsches Institut fr Normung (DIN): VDE 0611, Specification for Modular terminal
blocks for connection of copper conductors up to 1000V AC, 1200V DC.
14. American Petroleum Institute, API; Standard RP-500A Hazardous Area Classification
15. NFPA 49 Table of Common Hazardous Chemicals
1.03 Definitions and Abbreviations:
A. Following abbreviations and definitions are to be found in these documents:
C&I Control & Instrumentation
DCS Distributed Control System
FAT Factory Acceptance Test
ESA Electrical Safety Authority
FM Fibre Media
F/O Fibre Optic
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 3 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
HVAC Heating, Ventilating and Air Conditioning
I&C Instrumentation & Control
ICP Control Panel
I/O Input/Output
ISP Intrinsically Safe Panel (CP)
HMI Human Machine Interface, also can be referred to as Operator Interface
Terminal (OIT)
LCP Local Control Panel
MCC Motor Control Center
O&M Operator and Maintenance (Manual)
OIT Operator Interface Terminal
SAT Site Acceptance Test
PC Personal Computer
PCS Process Control System (comprised of all parts of sys hardware and
software, such as PLCs, OITs, communication system)
PLC Programmable Logic Controller (aka RTU/RPU/DPU)
RTU Remote Terminal Unit (aka PLC/RPU/DPU)
RPU Remote Processing Unit (aka PLC/RTU/DPU)
UPS Uninterruptible Power System
B. Definitions:
1. Device: equipment, instrument
2. Item: system, device, service, document, action
3. Contractors scope for each item, as related to work specified herein: new, remove,
replace, re-wire, modify, upgrade, integrate, package as required
4. New: provide new item
5. Existing: not in scope, information only item.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 4 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
6. Remove: make safe the running process, structural, power and signal connections,
disconnect the item from these systems and hand it over to the Owner. Remove the
pertaining connecting appurtenances and make safe the systems affected by this operation,
e.g.: removal of a control panel will include also the removal of the housekeeping curb, the
covering of the exposed cable trench with a permanent structure, removal of all cables/wires
and cable trays/conduit, impulse lines connected to this panel and securing all these at their
other end (insulation, structural supports, pipe capping) and finishing the affected floor/walls
to the make them blend with the surrounding areas.
7. Replace: remove existing item, provide new item.
8. Relocate: remove existing item, install in new location.
9. Re-wire: remove existing wiring, connect power and/or signals to new destinations, as
indicated.
10. Modify: implement changes which provides different functions to the item, as indicated.
11. Upgrade: implement changes which improve the performance of the item, as indicated.
12. Integrate: include the item in the new control system, as indicated.
13. Package: provide field work as shown herein and as required by the documents
pertaining to the referred package.
14. Provide: Supply and install and calibrate, setup, programming, commission, and provide
documentation.
C. Software Description:
1. Software encompasses and refers to programming and software packages (purchased)
provided as part of project work required for:
a) Programming of digital devices using various/all types of programming
language(s).
b) Configuration of digital devices using all types of configuration process.
b) Programs and configuration data stored in read only memory, programmable
read only memory, read/write memory, disk, tape, CD, etc.
D. Types of Software:
1. Software package(s) independent of project specific software. These represent normally
off the shelf products, such as:
a) System Software such as software required for: operating systems, programming
language(s), utilities, assembles, text editors, communication software, graphics
generator.
b) Process Software: data acquisition, alarming, monitoring, human machine,
interface software, data collection, historical data, trending, report generation,
control and diagnostics.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 5 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
2. Application Software:
a) Software provided for project specific functions and processes.
b) Database data configuration software, including real and virtual I/O data and
parameters.
c) Tables and displays include Pump tables, Setpoint tables, Equipment tables, Pop
Ups, etc.
d) Reports, Trends, Historical data.
e) PLC programming
1.04 Intent:
A. It is the intent of this Section to provide a control and instrumentation system that:
1. Monitors and controls process parameters and equipment to be supplied and installed
under this Contract, as shown on the Drawings and/or specified.
2. Is integrated into the existing Harmony Creek SCADA HMI system.
3. Meets existing SCADA system standards for hardware and software/programming.
1.05 General Requirements:
A. Take care to ensure the continuous operation of the existing systems.
B. All functionality described in the Documents shall be fully implemented.
C. Demonstrate operational system and put all equipment into operational service to the
satisfaction of the Engineer. Satisfactory performance of the system shall be assessed on the
basis of the entire control system being fully operational and in use under peak load conditions
during the process run.
D. All performance requirements shall be based upon worst case scenarios.
E. Provide documentation in timely manner and as specified.
1.06 Work Included:
A. The Work in this Section generally consist of the supply of all labour, tools, services and
provision of all products required, for a complete, integrated, operational instrumentation and
control system for the Harmony Creek WPCP. Work is to be done in accordance with the
Contract Specification and Drawings.
B. As a minimum, the work to be completed consists of, the design, manufacture, assembly,
supply, shop testing, calibrating, delivery, installation, commissioning, training and the provision
of guarantees, for the complete control and instrumentation system herein described, and as
shown on the relevant "C", "E", "M" and "P" Drawings and under Divisions 11, 15 and 16.

More specifically, this also includes:
1. Provide, test and commission all field instrumentation, instrument control panels, and
control system hardware including all peripheral devices necessary.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 6 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
2. Provide, test, and commission the programmable logic controllers (PLC) and associated
equipment. Programming of the PLCs and Graphics is by others.
3. Provide all interconnecting cabling for PLC equipment and tie-ins.
4. Provide and configure a complete the network including fibre optic and Ethernet 10/100
Base T cabling systems, switches, and patch cords. Routing, installation, testing and
commissioning of the complete network shall be carried out by a sub-contractor
specializing in network design. Provide proposed network routing for the approval of the
Engineer.
5. Test, and commission the SCADA Work Station and associated equipment, at the control
room
6. The PLC and SCADA software programming will be provided by others. Coordinate
closely with the programmer when carrying out all work to demonstrate system integrity.
Allow sufficient time for the essential portions of control software to be installed and
tested.
7. Provide all programming/configuration of microprocessor-based instrumentation.
8. Prepare all documentation, descriptive data, schematic and interconnecting wiring
diagrams for submission and review in accordance with the requirements of Division 1.
9. Provide shop fabrication of panels, including instruments and devices and wiring to
terminal blocks as shown. Provide Factory Acceptance Testing (FAT) to demonstrate the
operational functionality of hardware and communications, using suitable dummy or
shell programs to be supplied by the contractor. Notify the Engineer ten (10) days in
advance of FAT such that this test may be witnessed by the appropriate parties.
10. Provide testing and commissioning services including those associated with installing
and testing software prepared by others. Allow for a minimum of fourteen (14) working
days, based on an 8 hour working day, for software testing during which time, the
Contractors staff are to be available. Not all days will be necessarily full days or
concurrent. It is expected that the project will be commissioned in a staged approach.
Allow in the Contract Price, for any additional time deemed necessary to meet the testing
and commission requirements.
11. Provide the services of qualified manufacturers service representatives for installation,
setup, calibration, testing, commissioning and guarantee and warranty period activities.
12. Provide supervision, calibration and loop check-out for instrumentation systems in the
field, to the Engineer's satisfaction. Complete loop check-out and submit to the
Engineer, a typed report on verification and results of the loop check-out, including
details of calibration and settings of equipment. Loop checks must exercise the entire
loop, stroking motorized or actuated field equipment, monitored and operated through
SCADA and PLC I/O as well as locally. Each loop check must be witnessed by, and
successfully demonstrated to, the Engineer for sign-off approval. Before requesting
witnessed loop checks, carry out Contractors own field and loop check tests to verify that
the equipment operates as intended. Correct and problems or deficiencies prior to
requesting witnessed checks.
13. Provide Site Acceptance Testing (SAT) to demonstrate the correct operation of control
system with both hardware and software in place. This site acceptance testing forms
part of commissioning and must be completed satisfactorily prior to application software
being loaded. Notify the Engineer ten (10) days in advance of SAT such that this test
may be witnessed by the appropriate parties.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 7 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
14. Provide and maintain 'As Constructed' equipment drawings, detailed wiring diagrams,
equipment and programming tools manuals, documentation and materials, on
satisfactory completion and certification of operation as intended.
15. Provide training.
C. The Tender Drawings are intended to be a functional description of the system required, and as
such shall serve as a guide in designing the system. Submit designed, complete control and
wiring shop and loop drawings, in addition to shop drawings for equipment and panels.
D. Refer to the Drawings and Divisions 11, 15 and 16 to ensure completeness of installation for
control items covered there and that these items are compatible with the control and operation
intent of the design.
E. Shop drawings, to be submitted before any equipment is ordered, are required for all items in
this Section. Submit shop drawings showing all relevant information, i.e. descriptive data,
schematic and interconnecting wiring diagrams, design drawings, specification sheets,
dimensions, curves, and installation details. Provide the complete model number for each
instrumentation device with the shop drawing. Note any and all deviations from the Engineers
Product Data Sheets
F. Provide sample screens for the OIT and SCADA HMI for review and approval by Owner and
Engineer before completing/finalizing programming work.
G. Provide equipment, documentation and programming tools needed to enable the programmer to
produce the application software.
1.07 Related Work by Other Divisions:
A. Motors, starters, Motor Control Centres, standard local hand switches at or near motors,
disconnect switches provided under Division 16.
B. Field wiring by Division 16, unless otherwise noted or shown on the Drawings.
C. Piping and associated appurtenances by Divisions 11 and 15.
D. Process equipment and associated controls are supplied and installed by Division 11.
E. Heating and ventilation equipment and associated controls are supplied and installed by
Division 15.
1.08 Submittals:
A. Milestone Schedule: Prepare and submit a proposed schedule of instrumentation and control
work per General Conditions. Indicate the following major milestones as a minimum:
1. Hardware shop drawing submission including issue of Product Data Sheets and
deviations.
2. Purpose made drawing submission
3. Preliminary issue of operating and maintenance instruction manual
4. Panel inspection and factory acceptance testing (FAT) including documentation site
installation, inspection, and loop checks including documentation
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 8 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
5. PLC program installation and testing.
6. Site acceptance testing (SAT) including documentation
7. Operator & maintenance training sessions
8. System commissioning
B. Drawing Index: Prepare a clear, typed Index listing the number and title of all Purpose-made
Drawings proposed.
C. A complete set of Purpose Made Drawings, Shop Drawings, and the Product Data Sheets shall
be bound into one volume and issued for approval before the commencement of work.
1.09 Instrumentation Subcontractor:
A. The Instrumentation Subcontractor is responsible for providing the control and instrumentation
system as described herein and or as shown on the drawings. This includes, but is not limited
to all instrumentation, panels, wiring, system equipment, documentation and training.
B. Good track record, reputation, understanding of the processes to be controlled, experience with
similar projects and availability for support are essential.
C. Unless otherwise specified, the supply and installation of instruments and control system
hardware, including testing, calibration, commissioning must be performed as a complete
package by an experienced, reputable instrumentation and control subcontractor. Include for
service technicians qualified by the manufacturer to be on-site if requested by the Engineer, or if
correct methods for installation, setup and calibration are uncertain. Unless otherwise
stipulated, only the manufacturers technicians are acceptable where control system hardware,
analyzers or flow meters are concerned. This includes subcontracting main suppliers and their
services as necessary, and especially if called for in the Specification. Pay for all supplier
engineering required, including the necessary wiring configuration, preparation of shop drawings
and site visits.
D. If not named below, submit to the Engineer documentation verifying that the company proposed
as Instrumentation Subcontractor is experienced in instrumentation and control work and is
capable of properly carrying out that work. Documentation is to include a list of at least five
projects successfully completed this type of work as well as the name of the Consulting
Engineer and the name of his field representative for each project. Acceptance or rejection of a
proposed specialist company rests solely with the Engineer.
E. All on-site control and instrumentation work is to be performed under the direct supervision of a
qualified and experienced supervisor employed by the instrumentation and control
subcontractor.
F. Approved Instrumentation Subcontractors:
1. Procon Niagara, Welland, Ontario
2. Selog Contracting, Oakville, Ontario
3. Quantech Electrical Contracting, Thornhill, Ontario
4. Summa Engineering, Toronto Ontario
5. Approved equivalent
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 9 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
1.10 Programmers:
A. The PLC and SCADA programming is by others.
B. Provide field support for the Programmer during installation and testing. Allow fourteen (14)
days.
C. Once the PLC and SCADA software has been installed and successfully tested by the
Programmer, the Contractor shall then be responsible to demonstrate during a SAT the proper
operation of the hardware and software.
1.11 Operating and Maintenance Manuals:
A. In addition to requirements for operating and maintenance instruction manuals specified in
earlier, include the following:
1. Manufacturers hardware and software manuals.
2. Special instructions or procedures, including System, Software, and Instrument Trouble-
shooting techniques.
3. Systematic procedures for operations personnel to start up, shut-down, manually override
and locally operate all related equipment in accordingly titled manual sections.
4. Recommendations on equipment maintenance and suggested spare parts.
5. Final Shop Drawings and signed-off Product Data Sheets as defined in this Specification.
6. Copies of As Built drawings of all Purpose-made Drawings.
7. Calibration certificates from the manufacturers for each calibrated instrument.
8. Copy of the final Process Control Narrative.
9. Name(s), address(s) and telephone number(s) for local qualified system and/or product
service representatives.
1.12 Warranty:
A. Pay for and obtain all the necessary hardware warranties and guarantees as required to
warranty that the entire control and instrumentation system will perform as herein described.
B. Provide a one (1) year warranty period commencing on the established Date of Substantial
Performance for the General Contract.
PART 2 - PRODUCTS
2.01 General:
A. Equipment specified under this Section comprises instrumentation (including appropriate
mounting hardware) and control equipment (including panels/ enclosures) as specified herein
and shown on the drawings. Include primary devices, transmitters, receivers, signal protection,
conditioning equipment, indicators, switches (pressure, flow, temp.) etc.
B. Provide equipment designed for use in industrial applications.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 10 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
C. Provide all required current isolators, signal conditioners, etc., and any other instruments which
may or may not be shown, but which are required for the entire control and instrumentation
system to operate as intended by these Specifications and as designed.
D. The entire control system shown is to operate automatically on an electric/electronic basis,
principally through the use of programmable microprocessor based equipment which can be
revised, reprogrammed and reset digitally without the need for hardware changes, additions,
rewiring, or mechanical adjustments.
E. All devices shall have CSA or ULC approval as may be applicable.
F. Alter, at no additional cost to the Owner, the location of materials and/or equipment as directed,
provided that the changes are made before installation and do not necessitate the purchasing of
additional material.
G. As a minimum standard, unless specified otherwise provide each instrument with
corrosion-resistant mechanism and enclosed in NEMA 4x casing, suitable for mounting at the
locations and by the method shown on the Drawings or as indicated by the Supplier. Where
applicable, upgrade all items to equal the EEMAC rating of the related area.
H. Areas of a hazardous nature are classified as noted on the Drawings. Reference may also be
made to API Standard RP-500A and NFPA Standard No. 49, latest edition. Comply with
Section 18 of the Canadian Electrical Code - Part 1 for all electrical work and equipment
enclosures in hazardous areas.
I. Provide EEMAC 4x enclosures for all equipment mounted outdoors as a minimum standard,
unless specified otherwise, suitable for operating in temperatures from -30 to +50
o
C. Use panel
heaters for equipment located outdoors to maintain a temperature 5C above ambient, to
prevent condensation.
J . Design the control system to operate satisfactorily under normal and standby electrical supply,
including transient periods under changeover conditions. Provide instrument components that
have ample margin to withstand transient and other surge voltages which may occur.
K. Unless specifically stated otherwise, provide all readouts, indicators, recorders, etc., with linear,
metric and Imperial engineering unit scales, whether shown or not. If the display is not available
in dual units, select metric units. All final units, ranges, set points, colours, etc., will be finalized
on the shop drawings.
L. Meet the accuracies specified for all instruments. If a supplier cannot meet any of the
accuracies called for, clearly state so in your submission, and state the highest accuracy which
the instrument can consistently meet. The Engineer will decide at the time of shop drawing
review whether or not the product proposed is acceptable, and the Engineers decision will be
final.
M. For analog and low voltage signal wiring use stranded copper, colour coded, No. 16 shielded
twisted pairs except where indicated otherwise (Belden type 22416).
N. For control circuit field wiring use stranded copper, colour coded, No. 14 RW 90 or larger,
except where otherwise indicated.
O. All communication and network lines/cables to be provided with surge and lightning protection.
P. All buried analog cabling to be provided with suitable surge and lightning protection.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 11 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
Q. Provide electrical raceways, conduits, and ducts as specified and or as per code. Refer to
Division 16 and electrical drawings for additional details.
PART 3 - EXECUTION
3.01 General:
A. Where applicable, be responsible for verifying all measurements and details of the existing
equipment and structures necessary for the proper fitting and connecting of the new equipment,
before proceeding with the work. Any discrepancies between the Drawings and existing work
will be referred to the Engineer. Be responsible for the proper fitting of the work and make such
changes as necessary and directed by the Engineer without additional cost to the Owner.
B. Comply with all applicable Federal, Provincial and Municipal regulations and by-laws.
C. Comply with the requirements of the latest edition of the applicable CSA Standards, the
requirements of the Authorities, Federal, Provincial and Municipal Codes, the applicable
standards of the Underwriters' Association and all other authorities having jurisdiction. These
codes and regulations constitute an integral part of these Specifications. In case of conflict
between the standard established by the Drawings and Specifications and Codes referred to
herein, the most stringent provision takes precedence.
D. Obtain and pay for all necessary permits, licenses, certificates and approvals.
3.02 Instrument System Design:
A. Design and co-ordinate work of the various parts of the control and instrumentation system,
process and HVAC, to be compatible and to function with the minimum of interruption or
failures. Assume system design and supervision responsibility and engineer all components and
all component connections to operate the system smoothly.
B. After the General Contract has been awarded, assign a project manager responsible for the
design, co-ordination and site supervision of the work and for meeting with the Engineer to study
the Specifications, in order to establish that all parties concerned are in agreement on the intent
of the system.
C. Prepare a set of preliminary drawings, showing the design of the system. Meet with the
Engineer to discuss the design, including process instruments, SCADA requirements and
technical aspects, the process equipment to be controlled, the layout and components of
process and equipment control panels. Prepare all field wiring diagrams including HVAC
controls, security systems, and telephone/pager systems.
D. After completion of the design and after all components of the system have been agreed upon,
prepare final a shop drawing package for review by the Engineer. Fabrication shall not
commence until this review has been completed and final submission of reviewed shop
drawings has been returned to the supplier.
E. Submit shop drawings for all items. These will generally include:
1. Engineers Product Data Sheets
2. List of Deviations from the Engineers specification and reasons for the Deviations.
3. Equipment identification name tags as specified in the Drawings and Specifications.
4. Materials of construction and equipment configuration.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 12 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
5. Equipment type/model, dimensions and weight.
6. Performance and operating characteristics.
7. Complete bill of materials for equipment to be purchased.
8. Wiring and interconnection schematic.
9. Configuration sheets for instruments requiring configuration
10. FAT and SAT check off sheets.
11. Application software documents as per Section 13327.
F. Submit purpose-made drawings for all items generally as follows:
1. Prepare purpose-made drawings neatly and accurately by means of latest version of
AutoCAD or as otherwise advised. Do not use external references or customized file
extensions. Provide fully portable electronic file copies of all drawings.
2. Make submissions on reproducible material such as mylar, vellum or 11 x 17 sized
paper, complete with a title block containing the Engineer's project number, Contractors
project number and company logo, a drawing and project title as stated in the Contract
drawings, and a referenced drawing number (related to a file name if applicable).
Provide tabular columns to record the original submission date, a revision number, date
and reason for subsequent revisions, and signature of authorized issuing staff member.
3. Submit, as a minimum, the following purpose-made drawings:
a) Scaled, referenced, front of panel layouts, and general arrangement drawings
b) Scaled, referenced, internal panel layouts (may be combined with the above)
c) Detailed panel power wiring schematic
d) System Wiring/Block Diagram approved by the PLC Manufacturer c/w PLC
module model numbers, cable model numbers, etc.
e) I/O wiring arm drawings
G. Provide on-site engineering and supervision of all equipment during its installation.
Superintendent presence is required at all times while equipment is being installed.
H. Use all necessary test equipment to check out field wiring, equipment connections and all other
parts of the system to determine whether or not the system is being installed correctly.
I. Take responsibility for the correctness of the installation.
3.03 System Testing:
A. Arrange for and coordinate Factory Acceptance Tests and Site Acceptance Tests.
B. Make arrangements to ensure that, during the testing period, all required test equipment such
as meters, scopes, calibrators, communication equipment, etc., are at hand and that competent
technicians are available on site to assist.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 13 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
C. The Factory Acceptance Test (FAT) will demonstrate that all panels, devices and programmable
equipment are capable to perform as required and shall be completed at the control system
supplier's factory. The test criteria shall consist of:
1. A review and inspection of the control panels.
2. Confirmation that each of the control system components is working properly so the
programmer can configure the control system software as required. This includes testing
of all:
a) Discrete input modules by electrically turning the input on and verifying the status
through the programming device.
b) Discrete output modules by electrically forcing the output on through the
programming device and monitoring the electrical status of the output.
c) Analog input modules using a signal generator and monitoring the analog signal
through the programming device over its entire range.
d) All analog output modules using programmed values through the programming
device and monitoring the electrical signal over the entire range.
3. Confirmation of the control system communication between its components.
4. Confirmation that all of the software programming modules are installed and working as
designed (software FAT).
5. Software Modules Factory Acceptance Testing (Contractor to provide field support)
a) Auto programming to verify the remote control capabilities of the operator
interface, and the communication between PLCs and SCADA HMI.
b) Setting auto program parameters and issuing commands via operator interface.
c) Monitoring outputs via operator interface.
d) Using the graphic display editor to create, store and modify graphic display
pages.
e) Alarm display and special feature test.
f) Demonstration of alarm display and annunciation.
D. Perform the Site Acceptance Test (SAT) on site, at the facility. This SAT includes all hardware
and software supplied under this contract. A successful completion of it will be one of the
criteria required for the substantial performance of the General Contractor. This includes:
1. Confirm that all supplied software and firmware is the latest released version at the time
of the SAT, with update support for the one year warranty period. Pay particular attention
to the PLC firmware.
2. Demonstrate and confirm that all of the field instruments, control panels and
communication links have been supplied, installed and connected as per approved shop
drawings, and are operating as designed.
3. Demonstrate that all changes required by Engineer following FAT Testing where
addressed.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 14 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
4. Demonstrate that an approved set of shop drawings was made available to the Engineer
at least 3 months before SAT.
5. Coordinate with the Programmer, the schedule for their application software testing.
6. Compliance with proper operation will be judged over a trial operation period. The
duration of this period is 21 consecutive plant operating days. Any failure of the system
shall constitute a new initiation of the SAT test once deficiencies are corrected.
7. Responsibilities:
a) Be available within 4 hours of site for at least 21 days;
b) Follow the agreed test procedure in testing the system;
c) Keep a test log, based on approved test procedures in which indicate all tests,
significant events and failures with times, durations and actions taken;
d) Pay for all extra time lost and/or spent on remedial works due to failures.
E. Thoroughly test the control and instrumentation system equipment in the shop for both individual
unit operation and in simulation tests as a control system. Perform such tests before FAT, SAT
and shipment.
F. Two (2) weeks in advance of the FAT and SAT, submit a detailed test procedure outlining
methods and items to be included in the test. The Engineer reserves the right to modify the
procedure to ensure that all items are included. Demonstrate in each test to the Engineer's
satisfaction, the proper operation, calibration and installation of all systems (loops, control
circuits, monitoring, etc.), as per intent of this manual.
G. Any failure during individual testing will result in a complete recheck after the failure is corrected.
3.04 Equipment Installation:
A. Provide all necessary labour, equipment, tools, anchor bolts, etc., unless otherwise specified, for
the complete installation of all equipment supplied under this Section.
B. Install all equipment in a workmanlike manner and in accordance with the manufacturer's
drawings, instructions and/or under the direction of his qualified technical representative except
as otherwise specified or instructed in writing by the Engineer.
C. If any requirements of this Specification, or a drawing detail, contradicts the equipment
manufacturers instructions or recommendations in a manner which could be detrimental to its
operation, including the possibility of inducing adverse side effects elsewhere to the system,
immediately notify the Engineer in writing and refrain from installing until the problem is
resolved.
D. Unless otherwise specified, install and calibrate instrumentation and control system hardware in
strict accordance with the manufacturers instructions and/or recommendations. Once an
instrument has been inspected by the Engineer and initially calibrated, it is to remain powered
up at all times unless servicing the instrument itself.
E. Instrument calibration, set-points and other programmable parameters are to be confirmed with
the Engineer during on-site inspection as soon as site conditions are sufficiently ready. Final
calibration values may and will be different that nominal values specified in the Product Data
Sheets; recalibrate the instruments at no extra cost to the Contract.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 15 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
F. Confirm the correct locations for equipment with the Engineer prior to installation and/or
roughing-in.
G. Provide and install all lubricants necessary for initial operation of the equipment in accordance
with the manufacturer's instructions.
H. Provide isolation valves for all instruments.
I. Supply all equipment with factory applied finishes. Repaint or refinish surfaces damaged during
shipment, erection or construction work to an "as new" condition. Make provisions to mask
before, and clean equipment after, final site painting. Paint devices to colour codes established
by the Owner under the responsibility of Division 9 - Finishes.
J . Expedite the ordering and delivery of all materials and equipment required. No claims are
allowed for delays or additional expenses resulting from failure to place orders in ample time.
K. Arrange for regular inspections and a final inspection with the local Hydro Authority.
3.05 Equipment Protection:
A. Take delivery, offload, and store all equipment on site in accordance with the equipment
manufacturer's recommendations. Be responsible for any storage charges and obtain from
each manufacturer, instructions on the correct storage procedures.
B. After installation and before operation, protect all equipment against weather, dust, dirt,
dampness and any other damaging factor in a manner satisfactory to the Engineer and in
accordance with the manufacturer's instructions.
C. Pay all costs associated with any equipment damage, as stated above, before project
completion.
D. Provide insurance for equipment free issued to programmers for program development and
testing.
3.06 Site Acceptance and Commissioning:
A. Allow for site acceptance and commissioning to thoroughly check the final installation and
performance of each individual piece of equipment, to certify that the equipment is correctly
installed, to check each loop control, to start up the equipment and verify the installed
equipment accuracy and to test application software performance, and to instruct the Owner's
staff on the operation, programming and maintenance of the system. The work also includes
site supervision of the installations where necessary, repairs and/or adjustments to the
supplier's equipment and coordination of the field supervision by other suppliers within their
areas of responsibility as specified.
B. The start-up procedures require the cooperation and presence of the Engineer or his designated
representative. Coordinate the work and completely commission the entire control and
instrumentation system so that it is in perfect running order to the satisfaction of the Engineer.
C. Remain responsible for a complete and working system, in full conformance with these
documents, and at the price entered under this Division in the Form of Tender.
D. Equipment checkout, calibration and operator training are to be performed and certified by an
authorized service representative of the respective instrument supplier.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13300
REGION OF DURHAM CONTRACT D2013-029 CONTROL AND INSTRUMENTATION
NOVEMBER 2013 PAGE 16 OF 16

R.V. ANDERSON FILE RVA 091924
D2013-029 13300-Control&Instrumentation.doc
3.07 Documentation:
A. Provide complete typed and certified documentation on each instrument programming,
calibration and verification, including any changes which may have been made during start-up
and commissioning.
B. Provide the necessary documentation and instructions for reprogramming all instruments.
C. Supply maintenance and calibration manuals for the control and instrumentation system
equipment.
D. Provide 'As Constructed' equipment Drawings, detailed equipment and field wiring diagrams and
equipment manuals, on satisfactory completion and certification of operation as intended.
3.08 Training and Support:
A. Allow, as part of the Total Tender Price, operator training. Provide the following minimal on-site
training:
1. One session of two (2) days in the use of the control system, to be performed before
commissioning. To include hardware and software systems.
2. Provide one (1) day for training refresher to be performed prior to end of warranty period.
3. Provide training by Manufacturers Representatives on all major field equipment. See
equipment specifications.
B. Provide engineering support during the warranty period, at no extra cost to the Owner.
3.09 Coordination of the Work:
A. Cooperate with other trades in such a manner as not to interfere with work of other Divisions.
B. Relocate, without extra cost to the Owner, and as directed by the Engineer, all equipment,
conduit, etc., installed but not coordinated with the work of other trades.
C. Include all costs for work, which may be required, to change over, reconnect existing services,
(power, signals, branch circuit wiring, etc.) that cannot be done during regular working hours.
No additional charges will be accepted by the Owner for work done on premium time to maintain
the necessary continuity of services within the plant property.
D. All equipment, material, wiring and devices to conform to the Canadian Electrical Code for the
purpose for which they are to be used and shall bear the approval of the CSA or Provincial
Hydro Authority.
E. Install equipment requiring maintenance adjustment or eventual replacement with due
allowance for space and access.
F. Include in the work the equipment manufacturers' requirements shown on shop drawings.
G. In work already finished as part of this Contract, all cutting and patching will be carried out at no
extra cost to the Owner. Obtain the approval of the Engineer before doing any cutting.
Supporting members of any floor, wall or building structure shall be cut only and in such a
manner as approved by the Engineer. Arrange to have all patching done by the respective
trades whose work is affected. Perform this work in accordance with the requirements of the
corresponding Divisions of these Specifications.
END OF SECTION 13300
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13310
REGION OF DURHAM CONTRACT D2013-029 PROCESS NARRATIVE
NOVEMBER 2013 PAGE 1 OF 9

R.V. ANDERSON FILE RVA 091924
D2013-029 13310-ProcessNarrative.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 applies to and governs the work under this Section.
1.02 Work Included:
A. Supply, installation, testing and commissioning of a control system for the new Disinfection
Facility, including instrumentation and controls that will allow control of the system as described
herein.
B. The Harmony Creek WPCP does not have a unified SCADA system that allows however, the
control system for the Disinfection Facility should incorporate programming that is compatible
with the installation of a plant-wide SCADA system in the future.
1.03 Related Work:
A. Chemical Feed Pumps and Accessories - Section 11245
B. Sump Pumps - Section 11317
C. Miscellaneous Equipment - Section 11500
1.04 Purpose of this document
A. This is a template to assist the System Integrator with finalizing their version of the Detailed
Process Narrative.
1.05 Expected Detailed Process Narrative Format
A. The Detailed Process Narrative shall be organized as suggested below so that all inputs, outputs,
operation and HMI and alarm functions for the Disinfection Facility are clearly defined.
B. The Detailed Process Narrative shall describe all controls of the subject equipment/sub-system in
its entity (RPU and field).
C. Include the following sections at a minimum in the Narrative:
1. Equipment List a listing of the major pieces of equipment in the Disinfection Facility in
table format as shown below:
EQUIPMENT TAG NAME EQUIPMENT DESCRIPTION


HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13310
REGION OF DURHAM CONTRACT D2013-029 PROCESS NARRATIVE
NOVEMBER 2013 PAGE 2 OF 9

R.V. ANDERSON FILE RVA 091924
D2013-029 13310-ProcessNarrative.doc
2. Control Modes a listing of all the modes of operation possible for each major piece of
equipment in the system, in a table format as shown below:
EQUIPMENT
TAG NAME
EQUIPMENT
DESCRIPTION
LOCAL
MANUAL
(Y/N)
LOCAL
AUTO
(Y/N)
COMP-
MANUAL
(Y/N)
COMP-
AUTO
(Y/N)


3. I/O Listing list of points (inputs, outputs, virtual). Indicate whether each point
is an HMI monitored and/or controlled point and/or alarm point (I,
C or A)
4. Control Logic a description of how each major piece of equipment of sub-
system is controlled and operated, indicating interface and
coordination with hardwired controls or external, device, set
points controls description for each of the following scenarios:
a) Manual field operation (RPU control failed)
b) Operation with RPU operational (SCADA control failed)
c) Manual control from HMI
d) Auto control
5. Interlock Summary a description or listing of how each piece of equipments operation
is linked with any other equipment or device and the equipments
action in response to the link
6. Process Settings include a listing of the control set-points used for each piece of
equipment or device, presented in a in a table format as shown
below:
INPUT
RANGE
CONTROL
SETPOINT
DATA
TYPE
UNITS
SIG.
DIGITS
MIN MAX
DEFAULT
OPERATOR
ADJUST-
ABLE
SECURITY
LEVEL


HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13310
REGION OF DURHAM CONTRACT D2013-029 PROCESS NARRATIVE
NOVEMBER 2013 PAGE 3 OF 9

R.V. ANDERSON FILE RVA 091924
D2013-029 13310-ProcessNarrative.doc
a listing of the alarm set-points used, presented in a table format
as shown below:

LOW LOW LOW HIGH HIGH HIGH DEADBAND
ALARM
DEF PRI DEF PRI DEF PRI DEF PRI DEF PRI
O
P
E
R
A
T
O
R

A
D
J
U
S
T
A
B
L
E

S
E
C
U
R
I
T
Y

L
E
V
E
L



D. The section on alarms shall be developed to describe alarm handling.
E. Include a list of abbreviations for terms not defined in point lists.
F. All values preceded by the word say or marked ??? are to be established by the System
Integrator.
G. The System integrator will consult with plant operations personnel to confirm / develop details for
their Detailed Process Narrative.
H. All deviations from the control strategies, alarm handling and HMI set up described herein shall
be clearly marked in the System Integrators version of this document.
1.06 Definitions:
A. Equipment failed - failed signal received from field device or system detects the equipment
failure to perform as required
B. Equipment available - equipment that is in AUTO and not failed
1.07 Alarms:
A. Failure of any equipment in its duty shall generate an alarm, for example:
1. Direct field alarms such as:
a) Dry well flooding
b) Motor starter failure
2. Virtual points such as:
a) Timed run / stop to provide expected flow, pressure, level or position;
b) Flow discrepancies; level discrepancies;
c) Communication failure;
d) Power failure for more than, say, 20 seconds.
3. Allow for a total of 10 alarms minimum to the auto-dialer.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13310
REGION OF DURHAM CONTRACT D2013-029 PROCESS NARRATIVE
NOVEMBER 2013 PAGE 4 OF 9

R.V. ANDERSON FILE RVA 091924
D2013-029 13310-ProcessNarrative.doc
B. Note: Entire alarming system shall be set to avoid nuisance alarms, which may occur due
to process, maintenance or power transients.
C. For each analog input there are five alarms available:
1. No change in a time limit
2. Back-up level
3. High level
4. Low
5. Excessive rate of change
D. A panel audible alarm shall run until it is acknowledged by the plant operator.
E. An audible alarm will run for 30 seconds every 5 minutes.
F. The alarm flashlight shall flash until all existing alarms are individually acknowledged.
G. Its lamp shall remain on as long as at least one alarm situation was not reset.
H. Equipment failure type of alarms shall be reset if the alarm situation is no longer present and the
AUTO/MAN or AUTO/OFF/HAND selector switch of that equipment is not set on AUTO position.
I. The system shall log the alarms for two weeks. The event description and time shall be
retrievable, in reverse chronological order, at the HMI and downloadable, if required, to a portable
IBM - PC type of computer.
1.08 Human Machine Interface HMI:
A. Controls/Indication (C/I) for each equipment screen, shall contain at least:
1. RUN, STOP, SPEED or OPEN, STOP, CLOSED, POSITION (C, I)
2. CONTROL MODE AT HMI (C, I)
3. ON AUTO AT LOCAL EQUIPMENT (I)
4. FAILURE (I)
5. RUNTIME (I)
B. Indication at request:
1. All other inputs, outputs and computed data (virtual points) including English language
description of each.
C. Other controls (at higher level of authorization)
1. All soft set-points for alarms and controls
2. All process control timers
3. All applicable PID loop control parameters (PB, IT, DT, Cycle Time, Actuation Duration)
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13310
REGION OF DURHAM CONTRACT D2013-029 PROCESS NARRATIVE
NOVEMBER 2013 PAGE 5 OF 9

R.V. ANDERSON FILE RVA 091924
D2013-029 13310-ProcessNarrative.doc
D. Message Priority:
1. Highest priority: the last unacknowledged alarm.
2. If no unacknowledged alarm is present:
a) display last status change for no longer than 15 seconds
1.09 Process Description:
A. Chlorination and Dechlorination System:
1. Equipment List
a) The Chlorination and Dechlorination System consists of the new major equipment a
shown in the Table below. The Contractor shall provide Equipment Tag names in
accordance with the Owners standard tagging conventions.
EQUIPMENT TAG
NAME
EQUIPMENT DESCRIPTION
CHLORINE CONTACT TANK (CCT)
CCT Total Chlorine Probes (two)
CCT Effluent Chlorine Sampling Pump
CCT Effluent Total Residual Chlorine Analyzer
SODIUM HYPOCHLORITE CHEMICAL SYSTEM
Chlorination Chemical Metering Pump Skid No. 1

Chlorination Chemical Storage Tank No. 1 Level

Chlorination Chemical Storage Tank No. 2 Level

Chlorination Chemical Room Sump Level Floats (three)

Chlorine

Chlorination Chemical Room Emergency Eyewash and Shower
Station (with alarm)
SODIUM BISULPHITE CHEMICAL SYSTEM
Dechlorination Chemical Metering Pump Skid No. 2
Dechlorination Chemical Storage Tank No. 1 Level
Dechlorination Chemical Storage Tank No. 2 Level
Dechlorination Chemical Room Sump Level Floats (three)
Dechlorination Chemical Room Sump Pump
Dechlorination Chemical Room Emergency Eyewash and
Shower Station (with alarm)
PLANT EFFLUENT SAMPLING SYSTEM
Chlorine Sampling Pump No. 2
Residual Chlorine Analyzer
CHEMICAL LOADING AREA
Truck containment area isolation valve
Sodium Hypochlorite Chemical Tank No. 1 and No.2 Level
Sodium Bisulphite Chemical Tank No. 1 and No.2 Level
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13310
REGION OF DURHAM CONTRACT D2013-029 PROCESS NARRATIVE
NOVEMBER 2013 PAGE 6 OF 9

R.V. ANDERSON FILE RVA 091924
D2013-029 13310-ProcessNarrative.doc
2. Chlorine Contact Tank (CCT)
a) The CCT will normally receive effluent flows from Plant 2. In emergency situations,
the CCT will receive flows from the Plant 2 Secondary Treatment By-pass. An
existing flow meter will measure the flows through the by-pass.
b) The new CCT will be constructed as two basins, such that each basin can be
operated in isolation of the other. Each basin will be provided with dedicated manual
inlet and outlet gates. The CCT will be provided with two dewatering sumps, one at
the north end of each basin in the CCT. Each sump is equipped with a drainage pipe
with a Cam-lock fitting at the end.
3. Chlorination System:
a) Sodium hypochlorite is stored in two storage tanks, located in the new Disinfection
Building. Each tank is equipped with a level sensor, connected to alarm systems to
issue a high level alarm / overflow alarm. The level readings will also be displayed at
the Chemical Loading Station to help ensure that the sodium hypochlorite storage
tank does not get over-filled.
The storage tanks will be located in a dedicated Sodium Hypochlorite Room that
incorporates a containment area. The containment area will be provided with a sump
pit and a sump pump, with level sensors/switches. The level sensors/switches will
be used to issue alarms locally and at the Operators Control Room to alert the plant
staff, in the event of a chemical spill. The plant operations staff can pump out the
contents in the containment area back to a sodium hypochlorite tank or out to a
disposal truck via the chemical loading station. Selection of the pumping location is
done manually by the operator. The sump pump will not automatically start when the
level alarm.
The sump will be equipped with the following float switches:
Low-Level
High-Level
High-High Level
The low level switch will be hard-wired to the sump pump to shut off the pump when
the liquid level in the sump drops to the set point. The high-level switch will trigger an
alarm to indicate that the sump needs to be emptied. At this point the operator is to
make arrangements to pump down the sump. If the liquid level in the sump
continues to rise the high-high level float will trigger an alarm indicating that there is a
flood in the chemical room and immediate action is required.
The sodium hypochlorite containment area will be equipped with an emergency
shower and eyewash station connected to alarms.
b) There will be two sodium hypochlorite injection points. The first location is at the
Disinfection System Inlet Chamber and the second location is at the new J unction
Chamber. Refer to the Contract Drawings for locations. During normal operation,
sodium hypochlorite will be injected at the Disinfection System Inlet Chamber. In
emergency situations where the Sewage Pumping Station (SPS) is by-passed,
sodium hypochlorite will be injected at the new J unction Chamber (the SPS by-pass
pipe is not connected to the CCT but goes directly to the J unction Chamber).
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13310
REGION OF DURHAM CONTRACT D2013-029 PROCESS NARRATIVE
NOVEMBER 2013 PAGE 7 OF 9

R.V. ANDERSON FILE RVA 091924
D2013-029 13310-ProcessNarrative.doc
c) Chlorination will be performed using positive displacement, peristaltic metering
pumps (one duty, one standby), located on Pump Skid 1. The pump skid
incorporates a controller for the pumps and other appurtenances required to operate
the dosing system. There is one duty pump and one stand-by pump associated with
the CCT. Switch-over between duty and stand-by pump is to be automatic.
Pump Skid 1 has a third pump, with a controller that will be used to deliver sodium
hypochlorite to the J unction Chamber (second injection point).
The valving on Pump Skid 1 is configured so that all three pumps can deliver sodium
hypochlorite to the CCT or the J unction Chamber, to allow for periods when there are
unexpected high flows.
d) The sodium hypochlorite dosing shall be set-point controlled using a compound loop
system (feedback) based on flow into the Disinfection Facility Inlet Chamber and
Total Residual Chlorine signals (4-20 ma), obtained from chlorine probes. There will
be two chlorine probes, one installed in the first pass of each CCT basin. The
average reading of these two probes is to be used in the calculation of chlorine
dosage.
4. Dechlorination System:
a) Sodium bisulphite is stored in two storage tanks, located in the new Disinfection
Building. Each tank is equipped with a level sensor, connected to alarm systems to
issue a high level alarm / overflow alarm. The level readings will also be displayed at
the Chemical Loading Station to help ensure that the sodium bisulphite storage tank
does not get over-filled.
The storage tanks will be located in a dedicated Sodium Bisulphite Room that
incorporates a containment area. The containment area will be provided with a sump
pit, equipped with a sump pump, with level sensors/switches. The level
sensors/switches will be used to issue alarms locally and at the Operators Control
Room to alert the plant staff, in the event of a chemical spill. The plant operations
staff can pump out the contents in the containment area back to a sodium bisulphite
tank or out to a disposal truck via the chemical loading station. Selection of the
pumping location is done manually by the operator. The sump pump will not
automatically start when the level alarm.
The sump will be equipped with the following float switches:
Low-Level
High-Level
High-High Level
The low level switch will be hard-wired to the sump pump to shut off the pump when
the liquid level in the sump drops to the set point. The high-level switch will trigger an
alarm to indicate that the sump needs to be emptied. At this point the operator is to
make arrangements to pump down the sump. If the liquid level in the sump
continues to rise the high-high level float will trigger an alarm indicating that there is a
flood in the chemical room and immediate action is required.
The sodium bisulphate containment area will be equipped with an emergency shower
and eyewash station connected to alarms.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13310
REGION OF DURHAM CONTRACT D2013-029 PROCESS NARRATIVE
NOVEMBER 2013 PAGE 8 OF 9

R.V. ANDERSON FILE RVA 091924
D2013-029 13310-ProcessNarrative.doc
b) There will be one sodium bisulphite injection point, located at the outlet of the new
CCT to provide dechlorination for the effluent from the CCT.
c) De-chlorination will be performed using positive displacement, peristaltic metering
pumps (one duty, one standby), located on Pump Skid 2. The pump skid
incorporates a controller for the pumps and other appurtenances required to operate
the dosing system. There is one duty pump and one stand-by pump associated with
dechlorination. Switch-over between duty and stand-by pump is to be automatic.
d) The sodium bisulphite dosing will be set-point controlled using a compound loop
system (feedback) based on flow into the Disinfection Facility Inlet Chamber and
Total Residual Chlorine signals (4-20 mA). The Total Residual Chlorine reading to
be used for dechlorinating purposes will be measured immediately upstream of the
sodium bisulphite dosing point, using the CCT Effluent Chlorine Analyzer. See
Contract Drawings for locations.
5. Sampling System
a) There will be two sampling points used in the monitoring and control of the
chlorination and dechlorination systems. The first sample point will be located at the
effluent of the CCT, just upstream of the sodium bisulphite dosing point. Process
fluid will be drawn continuously from this sample point, using a peristaltic metering
pump, located in the basement of the Disinfection Building. The CCT Effluent
Chlorine Analyzer, which has a built-in pump, will draw process fluid from the sample
line into the analyzer.
The second sample location will be located at the existing Effluent Monitoring Station.
A peristaltic metering pump will draw water from Maintenance Hole #5, near the
Effluent Monitoring Station. The Plant Effluent Residual Chlorine Analyzer, which
has a built-in pump, will draw process fluid from the sample line and into the
analyzer. The Plant Effluent Residual Chlorine Analyzer will be installed in the
Effluent Monitoring Station.
6. Chemical Loading System
a) The Chemical Loading Area will be located within a containment area that will have a
catch basin at its low point. Under normal operating conditions, the catch-basin will
drain to a new manhole. The catch-basin will be provided with a gate valve that is to
be closed during a chemical loading operation to prevent any chemical spills from
entering the drainage system.
In the event of a chemical spill the spilled chemical will be contained within the
containment area and can be manually pumped out for disposal.
b) The chemical loading station will be equipped with a display panel to indicate the
level in each chemical storage tank to prevent over-filling the tanks.
c) Both the sodium hypochlorite and sodium bisulphite loading stations will be equipped
with two quick connect couplings. The quick connect couplings will be connected to
their respective storage tanks. Each coupling will be provided with a mechanical
switch and connected through a manual valve system to provide the capability to fill
either Storage Tank No. 1 or No. 2. At the completion of the chemical loading
procedure, the chemical fill lines will be drained through a manual drain valve.

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13310
REGION OF DURHAM CONTRACT D2013-029 PROCESS NARRATIVE
NOVEMBER 2013 PAGE 9 OF 9

R.V. ANDERSON FILE RVA 091924
D2013-029 13310-ProcessNarrative.doc
PART 2 - PRODUCTS
A. Not applicable for this Section.
PART 3 - EXECUTION
A. Not applicable for this Section.


END OF SECTION 13310
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13322
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANELS
NOVEMBER 2013 PAGE 1 OF 8

R.V. ANDERSON FILE RVA 091924
D2013-029 13322 - Control Panels.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
B. Control Panel Summary List attached.
1.02 Work Included:
A. Supply, installation, testing and commissioning of the control panels where shown on the
Drawings, and in this specification.
B. Enclosures shall be complete with all instruments, meters, control switches, indicating lights,
programmable control I/O modules, power supplies, wiring terminals and other devices as
required.
C. Provide all painting and or repairs to be as per panel manufacturer's specifications.
1.03 Outlook:
A. The panel shop constructing the panel must be CSA certified and ISO 9001 certified
B. The panel shall be assembled to CSA Workplace Electrical Safety Standard Z462-08 Hazard
Risk Category "0"
C. The panel shall be assembled wired and FAT tested in entirety in the shop before shipping to
site.
D. Maximum voltage in the panel shall be 120 VAC.
E. Provide floor or wall mounted units equal in finishing, height and depth to the adjacent panels, if
any. Dimensions, if and when indicated on Drawings, are for information only. Be responsible
for ascertaining that the panels selected have been sized to provide enough space for all
selected panel devices, plus a reasonable amount of space for expansion.
PART 2 - PRODUCTS
2.01 General:
A. Unless specified otherwise on drawings and/or in the specification, all control panels are to be
purchased from a reputable panel vendor.
B. Unless specified otherwise on drawings, provide NEMA 4X panels outdoors and NEMA 12
panels indoors, constructed of high grade cold rolled steel minimum core thickness 2.0 mm (12
Gauge), including the required structural members. The base, top and rear are to have rigid
welded steel bases fabricated from structural steel channels and angles. Maximum deviation
from the flat plane on the front face to be 3 mm.
C. Doors with a continuous stainless steel piano hinge with removable pin and oil resistant cellular
neoprene gasket secured by gasket retainers. Provide door handles of recessed type, lockable
with key numbers.
D. Provide thermostatically controlled, fan-driven heaters for all enclosures for condensation control
unless otherwise specified. Mount heaters near the bottom centre of the enclosure. Do not
mount electronic components closer than 15 cm to the heater.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13322
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANELS
NOVEMBER 2013 PAGE 2 OF 8

R.V. ANDERSON FILE RVA 091924
D2013-029 13322 - Control Panels.doc
E. Provide a print pocket for storing 216 mm by 300 mm sheets of paper. Pocket to be complete
with one set of "As Constructed" Drawings for each panel.
F. Enclosures shall be completely dead front type with properly sealed flush panel mounted
equipment having back connection terminals.
G. Provide suitable cutouts (free of sharp cut edges and burrs) for flush mounted instruments and
controls.
H. Provide internal mounting pans (mounted on channel stiffeners) of uniform size, minimum
1.6 mm sheet steel. Install additional removable pans for future use.
I. Provide window kits suitable for EEMAC Type 4 and Type 12 enclosures as specified in the
schedule or panel drawing. Provide windows with 0.6 cm clear acrylic with steel frames. Use
stainless steel frames and polycarbonate window for EEMAC Type 4X enclosures. Provide an oil
resistant gasket to ensure a watertight seal around the window and window frame.
J . The layout of instruments, where shown on the panel, is for convenient groupings and ease of
operation only. Exact layout of the instruments will depend on those supplied and a certain
degree of flexibility in layout will be allowed. Final layout to allow sufficient room to mount future
instruments.
K. Provide 100 mm concrete base for floor mounted panels unless otherwise indicated.
L. Provide all floor and wall mounted panels with 50 mm vertical stainless steel spacers on the back
of the panels. Take these spacers into account when running conduit to the panel.
M. Avoid mounting terminal blocks and/or equipment on the side walls of the panels.
N. Size panels to allow for:
1. 20% future terminal blocks
2. 20% spare terminal blocks
3. One (1) future PLC chassis
4. 20% spare I/O
5. 20% spare space
O. Do not allow panel floor-mounted equipment e.g., UPS) to block access to panel back plane
mounted equipment.
P. Provide all control panel electrical terminations as Finger Safe / Safe to Touch.
Q. Acceptable panel vendors are: Hammond, Hoffman, Ralston
2.02 Panel Wire and Cable:
A. Size and install all wire and cable in accordance with the requirements of the provincial electrical
safety code and/or CSA standards.
B. For analog and low voltage signal wiring use stranded copper, colour coded, No. 16 AWG
(minimum) shielded twisted pairs with PVC insulation and jacket, complete with tinned copper
drain wire except where indicated (Belden type 22416).
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13322
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANELS
NOVEMBER 2013 PAGE 3 OF 8

R.V. ANDERSON FILE RVA 091924
D2013-029 13322 - Control Panels.doc
C. Isolate, bend back, and heat shrink all communication and analogue signal conductor shields at
one end, and terminated the shields at a single ground point at the other end. Heat shrink the
bare conductor on the grounded end. Terminate and ground all signal shields to the Signal Gnd
instrument ground bar at the panel end only.
D. For power circuit wiring use stranded copper, TEW type, colour coded black (line) and white
(neutral), No. 12 AWG (minimum) or larger, except where indicated otherwise.
E. For internal circuit wiring use stranded copper, TEW type, colour coded, No. 16 AWG (minimum)
or larger, except where indicated otherwise.
F. All panel wiring to be neatly dressed and run in plastic duct with AC and DC conductors in
separate ducts.
G. Provide two separate grounds, one for instrument grounding (Signal Gnd) and one for case
grounding (AC Gnd). Separate and isolate the two grounds. For the case ground use light green
colour, and for instrument ground use dark green.
H. Run all feeders in continuous length between power supply point and the local with no splices.
I. Provide adequate slack (6 inches minimum) on cable harnesses to permit easy removal of I/O
and other printed circuit cards and/or modules and instruments during service or repair.
J . Identify all wiring as to circuit numbers, with slip-on markers as manufactured by Electrovert or
similar. Size slip-on markers to suit wire size and type, and install them also on the cables at all
panels and terminal strips. Where handwritten markers are necessary, use an indelible marker
pen recommended by the manufacturers. Printing shall be neat, and in capital letters only.
2.03 Terminal Blocks:
A. Terminal blocks shall be provided c/w mounting rails or channels for connection to field device
wiring. Terminals shall be European DIN style type, 6 mm, rated at 600 volts with the current
rating being equal to the maximum current rating of the conductors but not less than 10A.
B. Terminals shall be easily accessible for attachment of field connections. Each terminal shall be
clearly marked with factory pre-marked number and/or letter tag identifiers. Each field-
connecting conductor shall be served by one terminal.
C. Group I/O terminal blocks and device terminal blocks. Terminal block groups shall be clearly
marked with printed group labels.
D. All terminals to be easily accessible with ample room for the termination of field and panel wiring.
Supply terminal block partitions for separating instrument loop (4-20 mA, etc.) from 120 V AC
terminals. Arrange terminal strips so that power, control wiring, instrument wiring and ground
points are partitioned by terminal block barriers. In panels with large numbers of terminals
provide separate rails for 120 V AC blocks. Label all terminal block runs with a header label.
Where required use 4-20 mA inputs terminals with a 250 ohm resistor included.
E. Mounting rail to be supplied by terminal block manufacturer.
F. Common connection of wires at terminal blocks to be by jumper bar.
G. Group together and provide markers for all major equipment connections such as MCC starters,
separate panels, etc.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13322
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANELS
NOVEMBER 2013 PAGE 4 OF 8

R.V. ANDERSON FILE RVA 091924
D2013-029 13322 - Control Panels.doc
H. Allow a minimum of 50 mm of clear space for outgoing wiring termination. If two terminal blocks
are side by side, then provide a minimum of 75 mm space between terminal blocks.
I. Wire all spare I/O to terminal blocks and tag spare. Wire all spare wires to terminal blocks and
tag spare
J . Manufacturers: Wiedmuller, Entrelec, Phoenix or Wieland.
2.04 Tagging and Nameplates:
A. Provide lamicoid nameplates for each piece of instrumentation equipment or device mounted on
the outside of the panel.
B. Provide each internal panel device or instrument with a permanent thermal printed metalized tape
nameplate with the device identification imprinted. The nameplate shall be located adjacent to
the device, on the panel wall or backplane.
C. Nameplates may not be placed on components or Panduit covers, as these can be removed or
lost.
D. Submit with the Shop Drawings, typed lists indicating all nameplate wording as well as proposed
types, sizes and styles and colouring.
E. Each device will be tagged with at least one nameplate, visible from the connection side of the
instrument after all connections are done, indicating its project tag as per connection diagram.
F. Each front panel device will be filled with an operational nameplate indicating its controlling
function.
G. When not part of the device or hardware, provide lamicoid nameplates with black background
and white lettering.
H. Fasten lamacoid nameplates with stainless steel screws.
I. Minimum letter height to be six (6) mm.
J . Final nameplate lettering to be provided at the shop drawing stage.
PART 3 - EXECUTION
3.01 General:
A. As outlined in Section 13300 - Control and Instrumentation.
B. Factory test, install, test, and commission control panels in accordance with requirements of this
specification, drawings for construction, and any special details as they apply. Where installation
details are not indicated, conform to the manufacturer's instructions.
C. Supply complete wiring diagrams for review before delivery.
D. "As Constructed" wiring diagrams to be corrected to reflect each and every change made during
commissioning and the initial plant operation period.
E. Locate and install controllers and panels so as to be easily accessible for maintenance and
readability of displays.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13322
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANELS
NOVEMBER 2013 PAGE 5 OF 8

R.V. ANDERSON FILE RVA 091924
D2013-029 13322 - Control Panels.doc
F. Displays and keyboards are to be protected during the construction and commissioning period,
but remain readily accessible on the panel's exterior.
G. When drilling conduit entry points in panels, protect internally mounted equipment from vibration,
shock or metal filings. Provide conduit bushings at all conduit entry points.
H. Provide all concrete coring between floors as required.
I. Allow for 50 mm stainless steel spacers on the back of the panels when installing conduits.
J . Panels, and the conduit installations made to them must maintain the panels appropriate EEMAC
rating.
K. Confirm panel location with Engineer prior to fixing.
L. Thoroughly vacuum and clean all Instrument Control Panels prior to commissioning.


END OF SECTION 13322
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13322
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANELS
NOVEMBER 2013 PAGE 6 OF 8

R.V. ANDERSON FILE RVA 091924
D2013-029 13322 - Control Panels.doc

Instrument Control Panel Summary List
General: Provide One (1) floor mounted, CSA approved, EEMAC 12 instrument control panel generally as follows:

Tag: Harmony Creek Sewage Dechlorination System Control Panel - Control Panel ICP-601

Panel: Fabricate of high grade cold rolled steel (14 gauge), phosphatize, prime, and paint with ANSI 61 Light Grey

baked enamel inside and out except on stainless steel. Subpanels to be on 12 gauge CRS finished with white
baked enamel.
Provide the following: lexan window sized for viewing all PLC racks, interior back and side pans for mounting
PLC and equipment, oil resistant neoprene gasket secured by gasket retainers, cable base,
and a metal print pocket. Provide drip shield across top of panel.
All screws, bolts, fasteners, hinges, door handles, etc. shall be corrosion resistant 316 stainless steel.
Seal all conduits and gaps, panels must maintain their appropriate EEMAC rating.
Provide 50 mm vertical stainless steel spacers between panel and wall.
Provide one set of "As Built" panel and loop wiring drawings in the print pocket.
Panel minimum width is 760 mm (30''), minimum depth is 610 mm (24"), maximum height is 2032 mm (80 )
Provide 20% back panel space for additional components
Provide 20% spare power circuits with secondary circuit breakers wired to terminals.
Provide minimum of 20% spare terminals (no wires terminated) and 20% space for spare terminal on the DIN rail
Provide space for one additional PLC/RTU rack
Provide 20% spare IO points on the installed I/O cards
Provide Corrosion Inhibiting capsules per panel and enclosure. Northern Instruments (Zerust) or Hoffman -AHCI
Panel manufacturers: Hammond, Hoffman, Ralston.

Wiring: Physically separate power supply cables from analogue signals and communication cables using plastic

wireways, minimum 150 mm (6") wide x 75 mm (3") deep for incoming field wiring, and minimum 100 mm (4") wide
x 75 mm (3") deep for internal wiring.
Segregate signal wiring from control power wiring according to the following categories: 120 Vac, 24 Vdc
analogue, 24 Vdc digital, communication wiring.
Provide Velcro tie wraps (Hubbell or Panduit) for bundling and securing all wiring.
Provide internal wiring not less than 16 AWG 300V single conductor stranded copper with TEW insulation.
Provide Belden type 22416 16 AWG shielded twisted pair for analogue signals.
For 120 Vac power wiring provide 12 AWG TEW with insulation rated at 600V.

RS 485 communication cables to be 4 pair, 18 AWG stranded copper, each pair separately twisted. Belden type
3107A
Provide D-shell connectors with metal or metalized plastic (shielded type) hoods. ( "Phoenix" SUBCON or eq)
Identify all wiring with heat shrinkable slip-on markers c/w type written tag numbers.
Terminate field wiring at terminal blocks with no more than two wires on each side of the block.
Terminate all PLC I/O points at terminal blocks within the cabinet.
Tag ALL equipment and wire ways inside the panel with Thermal Printed Metalized Tape.
Tag ALL equipment on the outside of the panel with Lamacoid Tags. Tags shall be black with white letters.

Wire Insulation: Colour code wiring as follows:
1) Line and load circuits 120 Vac power - 1 phase (#12 awg) : Black (Hot) - White (Neutral)
2) AC control circuits : Red
3) DC control circuits : Dark Blue
4) Analogue Twisted Pairs : White (+) and Black (-)
5) DC signal grounding conductors : Dark Green
6) AC grounding conductors : Light Green
7) Foreign source interlock control circuits : Yellow
8) Intrinsically safe circuits : Light Blue

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13322
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANELS
NOVEMBER 2013 PAGE 7 OF 8

R.V. ANDERSON FILE RVA 091924
D2013-029 13322 - Control Panels.doc

Terminal Blks: Provide European DIN style terminal blocks with minimum of 20% spare.( "Pheonix")
(see specs) Provide end plates, partition plates, jumper bars, and end stoppers where required.
All terminal blocks including those on PLC terminals shall be uniquely identified and permanently marked.
Reserve one side of each terminal strip for field incoming conductors. Do not make common connections and

jumpers required for internal wiring on the field side of the terminal.

Provide jumper bars (not wires) to connect common wires and terminals.
Provide "knife switch" type terminal blocks on all analogue 4-20 ma loops to connect an ammeter in series or
to electrically isolate the loop.
Provide 120 VAC fused terminal blocks c/w neon "fuse blown" indicator on a knife switch for all digital loops.
Fuse instrument loops individually and supply spare fuses.
Provide 250 precision resistor at terminal blocks where required.
Use only Thermocouple terminals and thermocouple wires for thermocouple loops.

Power
Distribution:
Maximum voltage in the panel shall be 120 VAC or less.

Provide a 20A 120 VAC duplex receptacle on its own circuit breaker to power the UPS. Tag "UPS Power".
Provide a 5A 120 VAC duplex receptacle hard wired to its own fused circuit, and powered from
the main incoming 120 VAC power supply. Tag "Hydro Power 5 Amps Max."
Provide CSA 5-20RA / NEMA 5-20R ("T" Type Configuration) receptacles. Do not provide GFI receptacles.
Provide two (2) 120 VAC/24 VDC (5 Amp minimum) power supplies c/w diode protection. Size so that one power
supply can handle the total 24VDC load. (Phoenix QUINT series or equivalent).
Provide power fail timer relay ("Omron" H3CR-A8 c/w Base). Set for 5 second delay off.
Power field mounted process instrumentation from the Instrument Control Panel. Provide DIN rail mounting
secondary circuit breakers to isolate field devices. Allen-Bradley, Entrelec, Weidmuller, Phoenix
Provide 20% spare (3 minimum) secondary circuit breakers
Provide a Cutler Hammer "Aegis-HW" (15 amp, "X" enclosure, and Form C contact)) surge suppression unit
Provide and wire UPS c/w Maintenance Bypass Switch (See Spec.).

Equipment: Provide an interior light c/w door switch. ("Omron" m/n 2-15GW2-B-7K)
Provide all signal isolators / signal conditioners as required. Provide two minimum and two spare.
("Pribusin" ITC model)
Provide signal isolators on all analogue signals between the control panel and any variable speed drives.
Provide separate signal line transient protection units on each control signal line that runs outside.
("Pheonix")
Provide all one-to-one isolating relays as required. Provide two minimum and two spare.
("Omron" G2R-2-SN DPDT c/w Base)
Provide 200 watt heater c/w thermostat and fan. ("Hoffman DAH2001A)
Provide 30.5 mm IP66 NEMA Type 4X/13 push buttons, pilot lights (LED, full voltage, push to test), and selector
switches as required. ("AB" 800H Series).
Provide two (2) DIN rail mounted utility boxes (Phoenix m/n 5516162) c/w 5 GMA fuses of each size
used, and one pilot light lamp of each colour used.

Grounding: Provide two copper grounding bus bars c/w ground screws. Isolate the DC Gnd on insulated stand-offs, and

attach the AC Gnd directly to the Panel. Provide vinyl insulated ring type crimp connectors for all ground
connections.
Ground the power system, equipment case grounds, and PLC chassis to the AC Gnd in accordance with
manufacturer's recommendations.
Ground instrument shields to the DC Gnd.
Bond the AC Gnd bus to the lighting panel ground using an insulated light green #6 AWG ground wire.
Bond the DC Gnd bus to the building ground using an insulated dark green #6 AWG ground wire.

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13322
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANELS
NOVEMBER 2013 PAGE 8 OF 8

R.V. ANDERSON FILE RVA 091924
D2013-029 13322 - Control Panels.doc

Doors: Provide neoprene gasketed doors with a continuous S.S. piano hinge with removable pin and a ground strap.
Brace front access door to ensure rigidity in the open position.
All wiring to instruments mounted on doors shall be twisted into one bundle and shall cross from
the cabinet to the door at a shallow angle using expandable sleeving. Provide spare wires.
Provide door with 3-point latches and lockable, recessed door handles c/w six sets of keys.
Provide S.S. butterfly type "twist latch" door fasteners for EEMAC 4X applications.
Provide minimum 457 mm x 457 mm (18 x 18) folding equipment shelf and mount on the inside of the panel door.
All door-mounted equipment shall be designed for flush mounting and shall be properly sealed to retain the
panel's EEMAC rating.
Locate front of panel mounted equipment so that when the panel is installed, all devices are mounted between
75 cm (30 ") and 180 cm (72") relative to the floor.
Provide, install and wire the following door-mounted equipment c/w legend:
- "Communications OK" (Orange Pilot Light "ON")
- "Power OK" (White Pilot Light "On")
- PLC Fail (Red Pilot Light On)
-Alarm Present (Red Pilot Light On)

LAN Equipment: Provide one unmanaged industrial Ethernet switch with eight (8) RJ -45 10/100Base TX ports and two (2) fibre
uplink ports with SC connectors for 62.5 multimode fibre NTron m/n 110FX2
Provide interconnection cabling of all Ethernet devices internal to the PLC panel. CAT6 and fibre patch
cables are to be factory made, ruggedized with a protective connector boot
Provide space allowance for a cable marshalling next/below the network switch.
The panel fabricator shall configure the switch operating system to provide fully functional operation of
the package/system. This allows commissioning of the package/system independently of the client's
Ethernet wide area network implementation schedule.
See LAN drawing for further details


HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13323
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANEL DEVICES
NOVEMBER 2013 PAGE 1 OF 5

R.V. ANDERSON FILE RVA 091924
D2013-029 13323 - Control Panel Devices.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
B. Section 13322 - Control Panels.
1.02 Work Included:
A. Supply, installation, testing and commissioning of all control panel devices shown on the
Drawings, as specified in this Section.
B. All devices shall be installed and tested in the panel before shipment.
1.03 Item Summary:
A. The following items are described in this Section.
1. AC Control Relays
2. Timing Relays
3. Uninterruptible Power Supply (UPS)
4. UPS Maintenance Bypass Unit
5. Electronic Digital Indicators
6. Current Loop Isolators
7. Secondary Circuit Breakers
8. 24 VDC Power Supply
9. Transient Protection/Surge Protection
10. Corrosion Protection
11. Operator Interface (OIT)
PART 2 - PRODUCTS
2.01 General:
A. Locate instruments on the panel as shown on the Drawings or as may be required by the actual
instruments supplied.
B. Wherever possible, nameplates will be integral with the instruments and switches. Where names
cannot be included with the instrument, see Section 13322 for nameplate details.
C. This specification is intended to show functional description of the devices required and serve as
a guide to the instrument supplier in designing the panel. Therefore, is required to submit
supplier designed, complete control and wiring shop and loop drawings.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13323
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANEL DEVICES
NOVEMBER 2013 PAGE 2 OF 5

R.V. ANDERSON FILE RVA 091924
D2013-029 13323 - Control Panel Devices.doc
D. Provide all required current isolators, signal conditioners, interposing relays, etc., and any other
instruments and appurtenances shown or not shown but which may be required, in order for the
entire panel to operate as intended by these Specifications and as designed.
E. All door mounted equipment shall be designed for flush mounting and installed flush mounted
and properly sealed.
2.02 AC Control Relays (NEMA B300 Pilot Duty Rated Crystal Relays):
A. Universal pole type (type C) electrically held with 3 poles, convertible from NO to NC by changing
wiring connections.
B. 120 VAC and 24 VDC General Purpose Relays
1. Contacts: Three (3) form "C" SPDT dry contacts
2. Contact Rating: 10 Amp / 120 VAC / 24 VDC
3. Contact Material: Silver Cadmium oxide (AgCdO)
4. Coil Voltage: 120 VAC 60 Hz, 3 VA or 24 VDC as required
5. Surge Suppression: AC surge suppression on Coil where applicable
6. Socket: 11 pin octal, DIN rail mounting
7. Indication: Status light and mechanical flag
8. Typical Mechanical Life: 100 million operations
9. Protection Class: Enclosed IP40
10. Accessories: - Push-to-Test button (colour coded)
- Retaining Clip
- I.D. Labels
C. Acceptable relay vendors are: Allen-Bradley 700HA, Potter and Brumfield, Releco
D. Relays requiring loads greater than 15 A or inductive loads shall be of the type manufactured by
Allen Bradley, Series 700, Type F.
2.03 Timing Relays (NEMA B300 Pilot Duty Rated Relays):
A. Construction: AC or DC operated electronic timing relay with solid-state timing circuit to operate
DPDT output contacts. Timing circuit and output contact completely encapsulated to protect
against vibration, humidity and atmospheric contaminants.
1. Operation: on-delay or off-delay, as indicated on drawings.
2. Potentiometer: self-contained to provide time interval adjustment.
3. Supply Voltage: 120 VAC, 60 Hz. / 24 VDC as required
4. Contact Rating: 10 Amp, 120 VAC / 24 VDC DPDT
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13323
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANEL DEVICES
NOVEMBER 2013 PAGE 3 OF 5

R.V. ANDERSON FILE RVA 091924
D2013-029 13323 - Control Panel Devices.doc
5. Contact Material: Silver Cadmium oxide (AgCdO)
6. Output contact rating: maximum Voltage 120 VAC or 24 VDC.
7. Timing ranges: minimum 1.0 s, maximum 60 s, unless otherwise specified.
8. Surge Suppression: AC surge suppression on Coil where applicable
9. Socket: 11 pin or 8 pin octal, DIN rail mounting
10. Typical Mechanical Life: 100,000 operations
11. Protection Class: Enclosed IP40
12. Accessories: - Push-to-Test button (colour coded)
- Retaining Clip
- I.D. Labels
B. Acceptable relay vendors are: Allen-Bradley 700 HT, Omron, Potter & Brumfield
2.04 Uninterruptible Power Supply (UPS):
A. Supply and install one UPS per each control panel containing a RPU/PLC. The UPS provides
uninterrupted power to the RPU/PLC and all of the necessary panel and field devices and
instruments as shown on drawings or herein specified.
B. The 120 VAC/120 VAC UPS is to be a true online double conversion unit with a static bypass
switch. The unit shall produce clean sine wave power.
C. Provide management software for power monitoring and shutdown software.
D. Provide 30 minutes of auxiliary power at full load when the 120 VAC source fails. Size the unit
with a minimum of 30% spare capacity. Provide extended battery modules if required.
E. Surge protection shall comply with Category B, ANSI/IEEE C62.41 and 45 and shall have
automatic low and high Voltage protection.
F. Provide sealed, maintenance free batteries, minimum 5 years life and LED warning light and fault
contact for battery replacement.
G. Provide relay card option.
H. UPS size to be 1500 VA unless otherwise shown on drawings.
I. Acceptable UPS vendors are: Eaton Powerware 9130L 1500T XL.
2.05 UPS Maintenance Bypass Unit:
A. Provide a UPS maintenance bypass power distribution unit
B. Acceptable UPS MBP unit vendors are Eaton Powerware 9130 HotSwap MBP
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13323
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANEL DEVICES
NOVEMBER 2013 PAGE 4 OF 5

R.V. ANDERSON FILE RVA 091924
D2013-029 13323 - Control Panel Devices.doc
2.06 Electronic Digital Indicators:
A. Electronic digital indicators shall be provided for panel installation as required, for display of
identified process variables or quantities.
B. Indicators shall be powered by 24 VDC, and input signal shall be 4-20 mA.
C. Indicators shall be 31/2 digit LED type, minimum height 25 mm numbers, with adjustable decimal
point.
D. Indicators shall be NEMA 4X and explosion-proof.
E. Acceptable Digital Indicator vendors are: Precision Digital ProtEX Max c/w Trident X2
functionality.
2.07 Current Loop Isolators (I/I):
A. Provide the following current loop isolators:
1. Input Signal: 4-20 mA
2. Output Signal: 4-20 mA
3. Input Impedance: 250 ohms maximum
4. Output Load Capability: 1,000 ohms
5. Power Supply: 120 VAC
6. Accuracy/Linearity: 0.1%/0.1% of span
7. Mounting: DIN Rail
B. Acceptable loop isolator vendors are: Pribusin ITC-XX.
2.08 Secondary Circuit Breakers:
A. Provide rail mounted, thermomagnetic, toggle operated secondary circuit breakers.
B. Acceptable vendors are: Allen-Bradley Entrelec, Weidmuller, Phoenix.
2.09 24 VDC Power Supply:
A. Input: 120 VAC, 60 Hz (fused).
B. Output: 24 VDC, 4.8 A.
C. Maximum Output Ripple: 1 mV peak to peak.
D. Protection: short circuit, overload.
E. Failure contact
F. Diode protection (provide block if required)
G. Acceptable vendors are: N-Tron, Phoenix QUINT.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13323
REGION OF DURHAM CONTRACT D2013-029 CONTROL PANEL DEVICES
NOVEMBER 2013 PAGE 5 OF 5

R.V. ANDERSON FILE RVA 091924
D2013-029 13323 - Control Panel Devices.doc
2.10 Transient Protection/Surge Protection:
A. All communication and network lines/cables to be provided with surge and lightning protection.
B. All buried analog cabling to be provided with suitable surge and lightning protection.
C. Acceptable manufacturers:
1. Phoenix Contractors Inc.
2. Entrelec Inc.
3. Cutler and Hammer
2.11 Corrosion Protection:
A. Provide Corrosion Inhibiting capsules per panel and enclosure.
B. Acceptable vendors are: Northern Instruments (Zerust) or Hoffman (AHCI).
2.12 Operator Interface (OIT):
A. Operator interface refers to units mounted at PLC panels or in the field as shown on drawings.
Note: These units are not same as SCADA HMI workstations.
B. Unless otherwise specified or shown, the OIT units are to be as herein specified.
C. Features:
1. Power supply: 24 VDC or as shown on drawings.
2. Colour Active (TFT) display, touch screen.
3. Function keys (F1-F16 and K1-K16).
4. Memory: 64 MB standard and 32 MB flash memory
5. Serial ports: RS232/485.
6. Ethernet IP comm. port
7. Enclosure: EEMAC 4X.
8. Driver: for specified PLC.
9. Provide programming software supplied by manufacturer.
D. Type/manufacturer: GE Quickpanel View IC754VSF15CTD.
PART 3 - EXECUTION
3.01 General:
A. As outlined in Section 13300 - Control and Instrumentation.
END OF SECTION 13323
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13324
REGION OF DURHAM CONTRACT D2013-029 DATA PROCESSING SYSTEM
NOVEMBER 2013 PAGE 1 OF 6

R.V. ANDERSON FILE RVA 091924
D2013-029 13324-DataProcessingSystem.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation, applies to and governs the work of this Section.
1.02 Work Included:
A. Supply, installation, testing and commissioning of all equipment specified in this Section and on
the control and instrumentation Drawings.
1.03 Intent:
A. The intent of this Section is to provide an automated control system in the plant.
B. Be responsible for assembling the PLCs and verifying their operation by installing the appropriate
program code for system testing.
1.04 Definitions:
A. Under this Contract, the "Data Processing System" is responsible for all microprocessor based,
automatic control. It generally consists of "Distributed Processing Units" (DPUs) connected
together on a data communication network.
B. Programmable Logic Controllers (PLCs) are microprocessor based programmable products
responsible for automatically actuating and monitoring field devices. These can also be referred
to as "Process Controllers", "DPUs", "RTUs" or "RPUs".
C. "Human Machine Interface" (HMI), Man Machine Interface (MMI) or "Operator Interface" (OIT)
allows two way communication between the system and humans.
1.05 Item Summary:
A. The Data Processing System consists of PLCs, HMIs and Communication Network provided and
installed as specified and as indicated on the Drawings.
PART 2 - PRODUCTS
2.01 PLC General:
A. The PLCs provided with microprocessors (CPUs) are to be capable of stand alone operation. In
the event of a communication failure, the PLCs will be capable of both controlling the connected
equipment and switching to preset default settings/mode.
B. All PLC equipment shall be CSA approved for its application.
C. All PLCs to be the product of the same manufacturer. The number of I/O cards varies depending
on each specific PLC requirements.
D. Provide 25% spare I/O points on the installed I/O cards for each type of I/O but not less than 16
digital inputs, 8 digital outputs, 6 analog inputs and 6 analog outputs.
E. Provide chassis (racks) of the size and quantity as required to house the required cards. Allow
for a minimum 4 spare slots for future expansion. Provide space for one additional PLC/RTU
rack.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13324
REGION OF DURHAM CONTRACT D2013-029 DATA PROCESSING SYSTEM
NOVEMBER 2013 PAGE 2 OF 6

R.V. ANDERSON FILE RVA 091924
D2013-029 13324-DataProcessingSystem.doc
F. Size panels to allow for 1 spare PLC chassis, and 20% spare space.
G. Provide power supplies and cabling as required. Power supply to be sized to allow for 40%
spare capacity.
H. Organize I/O points in racks so that I/O from two or more pieces of equipment with the same
process function are divided among at least two groups of I/O cards in a rack. Organize the I/O
points so that if one I/O card fails, at least one piece of equipment from the group that has the
same process function will be fully operational.
2.02 PLC Hardware:
A. Microprocessor (CPU):
PLC shall be complete with the following as a minimum requirement:
1. 16 bit data registers
2. Battery backed CMOS RAM program memory with 6 month battery back-up
3. Minimum scan rate of .5 ms/K program
4. Built-in PID control
5. Time-of-day clock/calendar function
6. Remote programming capability via the data communications network
7. Provide adequate memory. Allow for minimum 100% spare memory for future
expansion.
B. Inputs/Outputs:
1. Provide process I/O as shown on the Drawings. Each PLC shall be capable of being
expanded to 256 I/O.
2. Analog Inputs (AI) cards/modules to be:
a) 14 bit, 1.0% accuracy
b) Point configurable 1-5 VDC or 4-20 mA DC
c) Provisions for board calibration (i.e. span, zero adjustments)
d) Six isolated (4-20 mA) input configuration per card.
3. Analog Outputs (AO) cards/modules to be:
a) 13 bit, 0.2% accuracy
b) Point configurable 1-5 VDC, 5 mA load, or 4-20 mA DC, 600 ohm load.
c) Provisions for board calibration (i.e. span, zero adjustments)
d) Integral fuse
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13324
REGION OF DURHAM CONTRACT D2013-029 DATA PROCESSING SYSTEM
NOVEMBER 2013 PAGE 3 OF 6

R.V. ANDERSON FILE RVA 091924
D2013-029 13324-DataProcessingSystem.doc
e) Six isolated current (4-20 mA) output configuration per card.
4. Digital Inputs (DI) cards/modules to be:
a) Nominally 24 VDC isolated
b) Opto isolated
c) Point configurable dry contact or +24 VDC
d) Where required or shown, provide 120 VAC DI
e) LED status indicator
f) 16 (individually isolated) inputs configuration per card.
5. Digital Inputs (High Speed) to be:
a) 24 VDC input with 30 VRMS surge suppression
b) State change to occur at:
2.02.B.5.b.1 90% rated input voltage for OFF to ON state
2.02.B.5.b.2 10% of rated input voltage for ON to OFF state
c) Input frequency response: 10 kHz max.
d) Led signal indicator
e) Available for connection to open collector (transistor) or dry contact devices
6. Digital Outputs (DO) cards/modules to be:
a) Nominally 120 VAC isolated (relay output)
b) Opto isolated
c) Where required or shown, provide 24 VDC DO
d) Complete with one per output, DIN rail mounted interposing relay, form C rated
(minimum 10 A) for the specified load conditions and LED indication.
e) Ability to provide pulse and PDM output, i.e. counts, momentary start-stop, etc.
(where required)
f) LED status indicator
g) Integral fuse
h) 16 outputs per card.
7. All process I/O shall include surge protection in accordance with C 37.90 - 1979 (R 1983)
8. All I/O connections to be pluggable terminations.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13324
REGION OF DURHAM CONTRACT D2013-029 DATA PROCESSING SYSTEM
NOVEMBER 2013 PAGE 4 OF 6

R.V. ANDERSON FILE RVA 091924
D2013-029 13324-DataProcessingSystem.doc
9. All process digital inputs and outputs to be fitted with individually fused terminal blocks.
C. System Interface:
1. Provide, as a minimum, the following interface:
a) One (1) high speed, Ethernet/IP, 10/100 Mbps communication port.
b) One (1) high speed, parallel, connection for remote I/0 racks.
c) One (1) RS232 serial port connection for localized communication, capable of
9600 baud.
D. Power Supply:
1. 120 VAC power available for DOs.
2. Each microprocessor (CPU) to be connected to a local UPS provided as per Section
13323 - Control Panel Devices.
3. Provide a separate battery back-up integral to the CPU, capable of storing and
maintaining all configured software in memory for a minimum of 6 months.
2.03 PLC Software:
A. Provide a software package with distribution media (disks), documentation, and end user license
for the PLC system. Software to be provided by same manufacturer as equipment manufacturer.
Provide all software associated with the controllers licensed in the Regions name, on original
storage media in original storage packaging, licensed to: Region of Durham Harmony Creek
Treatment Plant. Load and test all software before delivery.
B. Provide the software package(s) to allow online and offline program development, testing and
documentation utilizing a control oriented, menu driven, easy-to-use programming technique.
Programming packages to be provided to suit family of controllers being provided. Provide copy
of RS Logix 5000 Enterprise Series software. All supplied software must be the latest released
version at the time of the SAT, with update support for the one (1) year warranty period.
C. Include diagnostic programs to allow off-line hardware testing of components.
D. Provide programming and diagnostic software for using Dell Latitude E6500 laptop (or compatible
computer).
E. Development software to run on PC system connected to high speed, peer to peer
communication system. Uploading and downloading of CPU programs to be done without
interruption of SCADA system.
F. Supply two complete sets of Installation, Programming, and Communications manuals for PLC
and for all specialty modules; printed/bound and electronic (CD) format.
2.04 Other Components:
A. Operator Interfaces (OI/OIT) to be provided as specified. See Section 13323, Clause 2.12
Operator Interface for details.
B. See related Sections of this Division for additional details.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13324
REGION OF DURHAM CONTRACT D2013-029 DATA PROCESSING SYSTEM
NOVEMBER 2013 PAGE 5 OF 6

R.V. ANDERSON FILE RVA 091924
D2013-029 13324-DataProcessingSystem.doc
2.05 PLC Acceptable Manufacturers:
A. The design of the SCADA system and its controllers is based on the use of Allen Bradley
ControlLogix (1756-L61) PLCs.
PLC equipment and cards/modules to be as follows:
Part Part Number Qty
Controller 1756-L61 1
Chassis 1756-A13 As required
Power Supply 1756-PA75 As required
Ethernet Module 1756-ENBT 1
Analog Input Module 1756-IF6I As required
Analog Output Module 1756-OF6CI As required
16 point Digital Input Module
(120 VDC)
1756-IA16 As required
16 point Digital Output Module
(120 VAC)
1756-OA16 As required
Wiring Arms 1756-TBCH As required
Analog Input Wiring Arm 1756-TBNH As required
Empty Slot Filler Modules 1756-N2 As required
Ethernet cable between racks 1785-TC02 As required

B. Provide all required software, hardware and programming needed so as to provide seamless
SCADA communication between new PLC(s) and existing SCADA system.
C. Provide programming software for PLC.
D. Note: The Package systems being provided by others (Divisions 11, 15 and 16) have been
shown on the drawings and or specified also with the AB ControlLogix PLCs. Refer to contract
documents for further details.
E. Submit a System Wiring/Block Diagram approved by the PLC Manufacturer with the shop
drawings c/w PLC module model numbers, cable model numbers, etc.
2.06 Spare Cards/Modules and Miscellaneous Equipment:
A. Provide spare cards/modules and equipment, as follows:
Part Part Number Qty
Power Supply 1756-PA75 1
Controller 1756-L62 1
Ethernet Module 1756-ENBT 1
Digital Input Module 1756-IA16 1
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13324
REGION OF DURHAM CONTRACT D2013-029 DATA PROCESSING SYSTEM
NOVEMBER 2013 PAGE 6 OF 6

R.V. ANDERSON FILE RVA 091924
D2013-029 13324-DataProcessingSystem.doc
Part Part Number Qty
Relay Output Module 1756-OA16 1
Analog Input Module 1756-IF6I 1
Analog Output Module 1756-OF6CI 1
Wiring Arms 1756-TBCH 1
Analog Input Wiring Arm 1756-TBNH 1

B. Provide miscellaneous spare equipment as follows:
1. Panel Power Supply Qty - 1
2. Spare CB (1A and 5A) Qty - 5 (each)
3. Surge Protectors (Ethernet) Qty - 4
4. OIT Qty - 1
5. Ethernet Switch Qty - 1
C. Spares to be provided loose to customer.
PART 3 - EXECUTION
3.01 General:
A. Comply with the execution details as described in Section 13300 - Control and Instrumentation.


END OF SECTION 13324

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13325
REGION OF DURHAM CONTRACT D2013-029 DATA COMMUNICATION SYSTEM
NOVEMBER 2013 PAGE 1 OF 2

R.V. ANDERSON FILE RVA 091924
D2013-029 13325-Data-Communication-System.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
1.02 Work Included:
A. Supply and install the data communication system specified in this Section, and indicated on the
Drawings.
1.03 Intent:
A. Provide a working network communication system. The communication system is to connect:
1. PLCs within the plant on a high speed, peer-to-peer Ethernet network.
PART 2 - PRODUCTS
2.01 General:
A. Communication hardware and software is supplied with, and is compatible with all Plant PLCs.
2.02 Hardware:
A. Ethernet Switches:
1. Where shown on drawings or as herein specified, provide type and quantity of Ethernet
switches as required.
a) Ethernet Managed Switch (EMS) to be NTron m/m 110FX2 c/w SC connectors
and multimode fibre uplinks.
B. CAT 6 Ethernet Cable:
1. The CAT6 cable must meet the requirements of the TIA/EIA-568-B (Telecommunications
Cabling Standard) specification.
2. The Regions IP addressing standard must be followed for all Ethernet devices within the
Regions wastewater facilities.
3. The Regions Plant IT department is responsible for the assignment of all IP addresses
and subnets. For new installations, Contractors will request IP addresses from the
Region by submitting an Excel spreadsheet listing all of the Ethernet devices requiring
access to the SCADA LAN and WAN. The spreadsheet must include the following
information as a minimum:
a) Manufacturer.
b) Make/Model.
c) English description of the device.
d) Bandwidth requirements for the device.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13325
REGION OF DURHAM CONTRACT D2013-029 DATA COMMUNICATION SYSTEM
NOVEMBER 2013 PAGE 2 OF 2

R.V. ANDERSON FILE RVA 091924
D2013-029 13325-Data-Communication-System.doc
e) Location of the device including facility, building, floor, and room.
f) IP address to be completed by Region.
g) Subnet to be completed by the Region.
h) Gateway to be completed by the Region.
i) Access/Core switch that the device is connected to.
C. Fibre:
1. All fibre strands are to be terminated at a fibre optic patch panel.
2. Fibre optic cabling shall be used as per drawings. The fibre optic cable will be a twelve
strand and 62.5/125 micron multimode type.
3. The fibre optic cable will meet the following minimum criteria:
a) 12 fibres per cable.
b) Plenum Indoor/Outdoor Rating.
c) 62.5/125 micron Core for multi-mode fibre.
d) Flame retardant thermoplastic sub-unit jacket.
2.03 Software:
A. PLC-to-PLC, and PLC-to-computer communication software to be an "off-the-shelf", standard
communication system. Provide required software.
B. Where shown provide communication software required for communication with all package
system PLCs being supplied by others (Division 11, 15 and 16). Coordinate with package
system suppliers and provide all required software and programming.
PART 3 - EXECUTION
3.01 General:
A. Comply with the execution details as specified in Section 13300.
B. Provide and configure a complete the network including fibre optic and Ethernet 10/100 Base T
cabling systems, switches, and patch cords. Routing, installation, testing and commissioning of
the complete network shall be carried out by a sub-contractor specializing in network design.
Provide proposed network routing for the approval of the Engineer.
C. Approved Network Subcontractors:
1. APCI Communications Oakville
2. Fiber Core Communications Waterloo
3. Procon Niagara Welland
END OF SECTION 13325
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13329
REGION OF DURHAM CONTRACT D2013-029 FIELD INSTRUMENTS AND DEVICES
NOVEMBER 2013 PAGE 1 OF 2

R.V. ANDERSON FILE RVA 091924
D2013-029 13329-FieldInstrumentsAndDevices.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
1.02 Work Included:
A. Supply, installation, calibration and commissioning of all field devices in applicable Sections
13330 to 13399, as well as all other field devices indicated on the control and instrumentation
Drawings.
PART 2 - PRODUCTS
2.01 General:
A. Unless otherwise shown or specified, enclosures for all instruments located indoors in dry non-
hazardous areas are to be as a minimum EEMAC 12.
B. Unless otherwise shown or specified, instruments located outdoors must be suitable for the
surrounding climate and appropriately installed with:
a) EEMAC 4 enclosure including gasketed windows for displays, containing a
thermostatically controlled heater and disconnect switch - minimum typical
enclosure to be an OBrien VIPAK series.
b) A combined rain/ice/snow protection shield and sun shade for all electronic
instruments which are already provided with EEMAC 4 enclosures by the
manufacturer. Supply tip-up type hoods for access for routine calibration and
maintenance. OBrien model E2 c/w a model S2MB Mounting Bracket
c) Drawing submissions must clearly show the enclosures proposed for each
instrument
C. As applicable, instrument control is to be from 4 to 20 mA, linear, isolated, capable of driving a
minimum load of 600 ohms.
D. Unless specified otherwise, provide microprocessor-based transmitters, suitable for operation
from a 120 VAC power supply with a 4-20 mA DC linear, isolated output; or transmitters that are
4-20 mA linear, isolated DC loop powered. Provide all transmitters complete with direct reading
local indicators in metric units.
E. Unless otherwise shown or specified, provide instruments located hazardous areas with
Canadian Electrical Code ratings for class, group, and zone (division) as shown.
F. Unless otherwise shown or specified, provide instruments located areas subject to flooding with
submergence rated enclosures.
G. Provide line voltage powered instruments that are suitable for a 120 VAC power supply. Any line
voltage AC powered instrument not CSA certified must bear an Ontario Hydro Special Approvals
Branch label.
H. Provide all the necessary mounting hardware, electrical connections, transducer junction boxes,
power supplies and all accessory items or options required to satisfy each application.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13329
REGION OF DURHAM CONTRACT D2013-029 FIELD INSTRUMENTS AND DEVICES
NOVEMBER 2013 PAGE 2 OF 2

R.V. ANDERSON FILE RVA 091924
D2013-029 13329-FieldInstrumentsAndDevices.doc
I. Provide all special instrumentation communication cables, transducer cables, power cables,
process sensing/sampling lines and capillary tubing in field measured lengths without joins as
required by manufacturer. Allow adequate cable/capillary etc., to allow removal of
instrument/transducer from process. Agree instrument-mounting locations with Engineer to
ensure accurate field measurements.
J . Provide equipment made of appropriate materials for the service indicated on each Instrument
Specification Sheet, and for the process fluids present.
K. Provide corrosion resistant stainless steel screws, bolts, fasteners etc. in all applications.
L. Each device will be tagged with a permanent stainless steel nameplate indelibly marked with its
device tag and service.
M. Field calibrate each instrument before start up, and provide an ISO certified calibration certificate
for inclusion in the Operating Manual.
PART 3 - INSTALLATION
3.01 General:
A. All signal cables to be installed in metal conduits separate from, and not close to, conduits
containing power cables. Analog signal cables to be twisted shielded pairs. Shields to be
terminated and grounded to clean signal ground bar at control panels only.


END OF SECTION 13329

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13362
REGION OF DURHAM CONTRACT D2013-029 LEVEL SWITCHES FLOAT
NOVEMBER 2013 PAGE 1 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13362-Level-Switches-Floats.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
B. This Section to be read in conjunction with Section 13329 - Field Instruments.
C. Refer to attached Level Float Switch Summary List attached for details.
PART 2 - PRODUCTS
2.01 General Common Features:
A. Provide floats with correct chemical resistance, and density characteristics.
B. Provide float level switches with a form "C" (N.O./N.C.) contact rated at 3 A, 120 VAC and 0.14A,
24 VDC and complete with integral weights for correct operation.
C. Submersible cable to be complete with a junction box and fittings. Provide adequate uncut cable
as required, plus an additional 2 m. Provide water tight connections in the junction box.
D. Supply hot-dip galvanized angle wall mounting bracket, with squeeze connections for cable
adjustment of level. Size hanger to suit quantity of floats.
E. Provide an anti sway ring per each float.
F. Provide intrinsically safe barrier relays for applications where float is located in a
classified/hazardous area. Provide one relay per float. See Section 13323 Control Panel
Devices.
PART 3 - EXECUTION
3.01 Installation:
A. Locate I.S. relays in separate I.S. relay panel and close couple the I.S. panel to the ICP.
B. Hang floats in parallel with separation distance between floats to match mounting bracket cable
connection distances.
C. Mount anti sway rings so that the ring is no more than 150 mm (6 inches) from the top of the float.
D. Mount sway control rings and hanger brackets using cinch anchors.
E. Use 24 VDC or 24 VAC to power the float switches so that under fault conditions, 120 Vac is not
applied to the process fluid. If there is no 24 VDC power supply available, use a 120 VAC/24
VAC transformer to supply 24 VAC. Ensure that the 24 volt output to the float is fused in the ICP
and use an interposing relay where I/O is 120 VAC.
F. Tape back and insulate the unused lead wire.
G. Provide S.S.tag and S.S. wire and tag with Tag No. and Service at junction box.


END OF SECTION 13362
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13362
REGION OF DURHAM CONTRACT D2013-029 LEVEL SWITCHES FLOAT
NOVEMBER 2013 PAGE 2 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13362-Level-Switches-Floats.doc

March 2012
Level Float Switch RVA Project#: 091924
Summary List Rev: B
Tag No: LSH-601 and LSHH-601 LSH-602 and LSHH-602 LSL-601
Location:
Sodium Hypochlorite Sump Sodium Bisulphite Sump Sodium Hypochlorite Sump
Service: High Level Flood Alarm High Level Flood Alarm Low Level Flood Alarm
Vessel/line No.:
P&ID: C601 C601 C601
Process:
Liquid: Sodium Hypochlorite Sodium Bisulphite Sodium Hypochlorite
Temp min/max: 5 -15 deg C. 5 -15 deg C. 5 -15 deg C.
Specific Gravity: .95 to 1.1 .95 to 1.1 .95 to 1.1

Switch:
Type: Mercury Free Dry Contact NO/NC Mercury Free Dry Contact NO/NC Mercury Free Dry Contact NO/NC
Contact Form: SPDT Form C SPDT Form C SPDT Form C
Rating: 5 Amp @ 24 VAC.or VDC. 5 Amp @ 24 VAC.or VDC. 5 Amp @ 24 VAC.or VDC.
Differential: 100 mm (4 ") 100 mm (4 ") 100 mm (4 ")
Switch Action: Switch Closes On High Level Switch Closes On High Level Switch Closes On Low Level
Case:
Material: PVC PVC PVC
Cable Length: 6 m Potted at Float 6 m Potted at Float 6 m Potted at Float

Accessories:
Sway Contrl Rings: Yes Yes Yes
Hanger Bracket: Yes Yes Yes
Local J ct Box: Yes Yes Yes
Interposing Relay: 3PDT Mounted In ICP 3PDT Mounted In ICP 3PDT Mounted In ICP
I.S. Relay: No No No

Power Req'd: 24 VDC or 24 VAC 24 VDC or 24 VAC 24 VDC or 24 VAC
Use interposing relay Use interposing relay Use interposing relay
Electrical:
Approval: CSA CSA CSA
Enclosure: NEMA 4x NEMA 4x NEMA 4x
Type:
Notes: 1. Mount sway control rings and hanger brackets using cinch anchors.
2 Do not splice the cable between the float and the local junction box.



HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13362
REGION OF DURHAM CONTRACT D2013-029 LEVEL SWITCHES FLOAT
NOVEMBER 2013 PAGE 3 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13362-Level-Switches-Floats.doc

March 2012
Level Float Switch RVA Project#: 091924
Summary List Rev: B
Tag No: LSL-602
Location:
Sodium Bisulphite Sump


Service: Low Level Flood Alarm
Vessel/line No.:
P&ID: C601
Process:
Liquid: Sodium Bisulphite
Temp min/max: 5 -15 deg C.
Specific Gravity: .95 to 1.1

Switch:
Type: Mercury Free Dry Contact NO/NC
Contact Form: SPDT Form C
Rating: 5 Amp @ 24 VAC.or VDC.
Differential: 100 mm (4 ")
Switch Action: Switch Closes On Low Level
Case:
Material: PVC
Cable Length: 6 m Potted at Float

Accessories:
Sway Contrl Rings: Yes
Hanger Bracket: Yes
Local J ct Box: Yes
Interposing Relay: 3PDT Mounted In ICP
I.S. Relay: No

Power Req'd: 24 VDC or 24 VAC
Use interposing relay
Electrical:
Approval: CSA
Enclosure: NEMA 4x
Type:
Notes: 1. Mount sway control rings and hanger brackets using cinch anchors.
2 Do not splice the cable between the float and the local junction box.




Manufacturer: 1st Named Named Alternate Named Alternate
Manufacturer: Flygt
Supplier: Flygt Canada (905) 760-7530
Model Number: ENM - 10

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13366
REGION OF DURHAM CONTRACT D2013-029 LEVEL SWITCHES ULTRASONIC
NOVEMBER 2013 PAGE 1 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13366 - Level - Ultrasonic.DOC
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
B. This Section to be read in conjunction with Section 13329 - Field Instruments.
C. Refer to attached Ultra Sonic Level Transmitter Summary List attached for details.
PART 2 - PRODUCTS
2.01 General Common Features:
A. Ultrasonic Level Transmitters to be complete with the following features:
1. Sensor/Transducer (LE) - ultrasonic
- single or dual level as shown
- non-contacting Kynar housing
- flanged or unflanged as required
- operating temperature from minus 40C to 95C
- Class 1, Division 1, Group D approved
2. Transmitter (LIT) - digital display with readout in engineering units
- microprocessor based electronics
- 2 isolated 4-20 mA output
- 6 programmable relay outputs, 120 VAC rated
- operating temperature from minus 20C to 50C
- NEMA 4X enclosure
- accurate within 0.25% of range
- range as per Instrument Summary List
- 120 V, 60 Hz
- maximum separation to LE is 150 m
3. Options - Provide a handheld programmer.
- Provide a submergence shield
4. Additional Equipment - junction box for sensor cable
- four (4) Precision Digital m/n PD 650-2-N NEMA
4x digital indicators (24 VDC) for the local tank
level indication at the truck fill station. Provide
sun shade(s) and tagging /description.
5. Certification - Provide a calibration verification certificate
PART 3 - INSTALLATION
3.01 General:
A. See drawings for transmitter and sensors mounting details and location(s)
B. Special handling precautions must be taken to protect the face of the transducer from any
damage.
C. Mount the transducer so that it is above the maximum material level by at least the blanking value
(0.3 m for XPS 10 F and 0.45 m for XPS 15 F).
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13366
REGION OF DURHAM CONTRACT D2013-029 LEVEL SWITCHES ULTRASONIC
NOVEMBER 2013 PAGE 2 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13366 - Level - Ultrasonic.DOC
D. On liquid applications, the transducer must be mounted so that the axis of transmission is
perpendicular to the liquid surface.
E. Do not over-tighten mounting hardware. Hand tightening of the mounting hardware is sufficient.
F. Provide S.S. tag and S.S. wire and tag with Tag No. and Service
G. Use Galvanized R.S. conduit between sensor and transmitter.
H. In Class 1, Division 1, Group D Hazardous areas, provide a conduit seal if required.

END OF SECTION 13366

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13366
REGION OF DURHAM CONTRACT D2013-029 LEVEL SWITCHES ULTRASONIC
NOVEMBER 2013 PAGE 3 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13366 - Level - Ultrasonic.DOC
Date:
Ultra Sonic Level Transmitter RVA Project#: 091924
March 2012
Summary List
Rev: B

Tag No: LIT603 and LIT604 LIT601 and LIT602 LIT650
Location: Sodium Hypochlorite Tanks Sodium Bisulphite Tanks Scum Tank
Service: Level Level Level
Vessel/line No.:
P&ID:
C601 C601 C606


Process:
Fluid: Sodium Hypochlorite Sodium Bisulphite Scum
Temp min/max: 0 to 25 deg C. 0 to 25 deg C. 0 to 25 deg C.
Press min/max: ambient ambient ambient
Sensor:
Type: Ultrasonic Ultrasonic Ultrasonic
Remote Element: Yes Yes Yes
Signal Cable: Belden 8760 (1Pr Inst.) Belden 8760 (1Pr Inst.) Belden 8760 (1Pr Inst.)
Blanking: 450 mm (18") 450 mm (18") 450 mm (18")
Mounting: C.P.V.C. 6" Flange Mount C.P.V.C. 6" Flange Mount C.P.V.C. 6" Flange Mount
Housing: Hermetically Sealed in Kynar Hermetically Sealed in Kynar Hermetically Sealed in Kynar
Temp. Comp: Built In Built In Built In
Submersible: Yes Yes Yes
Options:
Transmitter:
Output: Two 4 - 20 mA isolated (600 ) Two 4 - 20 mA isolated (600 ) Two 4 - 20 mA isolated (600 )
Power Supply: 120 VAC - 60 Hz 120 VAC - 60 Hz 120 VAC - 60 Hz
Enclosure:
Remote, Mounted, NEMA 4 Remote, Mounted, NEMA 4 Remote, Mounted, NEMA 4
Indication: Local Back Lit LCD, Eng units Local Back Lit LCD, Eng units Local Back Lit LCD, Eng units
Programmer: Yes Yes Yes
Calibr. Range: 0 5.0 metres (Field To Confirm) 0 4.5 metres (Field To Confirm) 0 4.5 metres (Field To Confirm)
Accuracy .25% of range or 6 mm (") .25% of range or 6 mm (") .25% of range or 6 mm (")
Alarm Relays: 2- Form C (N.O. & N.C). 2- Form C (N.O. & N.C). 2- Form C (N.O. & N.C).
Control Relays: 4- Form A (N.O.) 4- Form A (N.O.) 4- Form A (N.O.)
Digital Inputs: 2 2 2
Communications: N/A N/A N/A
Back Up Level: 4 - 20 mA isolated (600 ) Input 4 - 20 mA isolated (600 ) Input 4 - 20 mA isolated (600 ) Input
Options:
Electrical:
Approval: CSA CSA CSA
Enclosure: NEMA 4 NEMA 4 NEMA 4
Class/Div/Group:
Notes: 1) Refer to Installation Details and manufacturer's recommendations for installation.
2) Mount transmitter in general purpose area.
3) Position transducer for optimum aiming, free of obstructions, accessible without entering a confined space.
4) Supply relay #3 programmed for LOE. Fail to "Hold Last State" after five (5) minutes.
5) Do not use RG-62U Coax cable from transmitter to transducer.
6) Mount the transducer so that it is above the liquid level by at least the blanking value.

Manufacturer: 1st Named Named Alternate Named Alternate
Manufacturer: Milltronics Milltronics
Supplier: Milltronics (705) 745-2431 Measuremax (705) 745-1626
Model Number: Multi-Ranger 200 Multi-Ranger 200
Sensor: XPS-15 Echomax Sensor: XPS-15 Echomax

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13372
REGION OF DURHAM CONTRACT D2013-029 FLOW SWITCH PADDLE
NOVEMBER 2013 PAGE 1 OF 2

R.V. ANDERSON FILE RVA 091924
D2013-029 13372 - Flow Switch-Paddle.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
B. This Section to be read in conjunction with Section 13329 - Field Instruments.
C. Refer to attached Flow Switch Summary List attached for details.
PART 2 - PRODUCTS
2.01 Paddle Wheel Flow Switch:
A. Features
1. Sensor - S.S. paddle and body
- minimum 200% over pressure
- stainless steel connections
2. Output - SPDT Contact
- minimum rating: 7.5A @ 120VAC.
- adjustable setpoint between 15% and 100% of range
3. Enclosure - EEMAC 4X
4. Accuracy - 5.0% of rate
5. Range - as per Instrument Summary List
6. Mounting - complete with all necessary mounting hardware for
proper installation
7. Time Delay - Provide AB model 700-HR52TA17 timer c/w base 3PDT
and mount in the ICP.
PART 3 - EXECUTION (N/A)
There are no execution items in this Section.


END OF SECTION 13372

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13372
REGION OF DURHAM CONTRACT D2013-029 FLOW SWITCH PADDLE
NOVEMBER 2013 PAGE 2 OF 2

R.V. ANDERSON FILE RVA 091924
D2013-029 13372 - Flow Switch-Paddle.doc

Paddle Type Flow Switch
Summary List
Tag No: FSH-601 FSH-602
Location: Sodium Hypochlorite Room
Sodium Bisulphate Room

Service: Tempered Water to Eye Wash Tempered Water to Eye Wash
Vessel/line No.:


P&ID:


Process:
Fluid: Tempered Water Tempered Water
S.G.@ oper. temp: 1 1
Temp min/max: 21 Deg C Tempered Water 21 Deg C Tempered Water
Press min/max: 0 to 550 kPa (0 - 80 psi) 0 to 550 kPa (0 - 80 psi)
Flow min/max: 0 to 1.26 l/sec (20 GPM) 0 to 1.26 l/sec (20 GPM)
Velocity min/max: 0 to 1.0 m/sec (3.15 fps) 0 to 1.0 m/sec (3.15 fps)
Pipe Type: Copper Copper
Nominal Pipe Dia.: 40 mm (1.25") 40 mm (1.25")
Up/Down Stream: 10/5 Min. 10/5 Min.
Flow Sensor:
Process Conn.: 40 mm (1") 40 mm (1")
Mounting: On Pipe On Pipe
Body Material: Stainless Steel Stainless Steel
Wetted parts: Stainless Steel Stainless Steel
Paddle: Stainless Steel Stainless Steel
Max. Oper. Press: 1100 kPa (160 psi) 1100 kPa (160 psi)
Flow Range: 0 to 1.26 l/sec (20 GPM) 0 to 1.26 l/sec (20 GPM)
Conduit Conn.: 19 mm (") 19 mm (")
Reset: Auto. Reset on decreasing flow Auto. Reset on decreasing flow
Options:

Switch:
Contact Rating: 1 SPDT 7.5 Amp @ 110VAC 1 SPDT 7.5 Amp @ 110VAC
Flow Setpoint: Variable Variable
Adjustable, Factory Standard Adjustable, Factory Standard
Switch Action: Switch Closes On High Flow Switch Closes On High Flow
Deadband: 15% max 15% max
Accuracy: 5% of Rate 5% of Rate
Indication: Blind Blind
Options:
5 sec Time Delay Relay
Mounted In ICP
5 sec Time Delay Relay Mounted
In ICP

Electrical:
Approval: CSA CSA
Enclosure: EEMAC 4X EEMAC 4X
Type:
Notes: 1. Trim paddle to fit pipe size.
2. Maximum flow rate cannot exceed 3 metres (10 feet) per second, size piping to suit.


Manufacturer: 1st Named Named Alternate Named Alternate
Manufacturer: McDonnell Miller W.E. Anderson / Dwyer
Supplier: Task Canada (416) 291-3004 Alpha Controls (800) 567-8686
Model Number: FS7-4SW Flotec

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13378
REGION OF DURHAM CONTRACT D2013-029 THERMAL MASS FLOW TRANSMITTER
NOVEMBER 2013 PAGE 1 OF 4

R.V. ANDERSON FILE RVA 091924
D2013-029 13378 - Flow, Thermal Mass (Air).doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
B. This Section of the Specifications shall be read in conjunction with Section 13329 - Field
Instruments and Devices.
C. Refer to attached Thermal Dispersion Mass Flow Transmitter Summary List for details.
PART 2 - PRODUCTS
2.01 Common Features:
A. Flow element/ Sensor (FE) - thermal dispersion principle
- insertion type sensor (length to suit)
- process wetted parts, 316 SS (all welded), for
normal applications and Hastelloy C for corrosive
applications
B. Cables - supplied from sensor(s) to FIT as required
C. Transmitter (FIT) - microprocessor based
- 120 V AC, 60 Hz, supply
- LCD flow indicator
- 8 digit non-resettable totalizer
D. Output - 4-20 mA DC linear, isolated
E. Communication - USP port if available
F. Enclosures - NEMA 4X
G. Operating Temperature - -40 to 260C (FE), 0-60C (FIT)
H. Accuracy - 1.0% of reading and 0.5% of full scale
I. Range and Service - as per Instrument Summary List
J . Mounting - see Drawings for locations
- as per manufacturer's instructions
K. Additional Equipment/Options - mounting hardware for sensor(s) and the pipe
stand mounted transmitter
- ball & cock valve assembly for isolation and
removal of FE unit (hot tap configuration/packing
gland assembly)
- portable hand held calibrator
- Provide S.S. tag and S.S. wire and tag with Tag
No. and Service
L. Calibration - Provide ISO certified calibration certificate
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13378
REGION OF DURHAM CONTRACT D2013-029 THERMAL MASS FLOW TRANSMITTER
NOVEMBER 2013 PAGE 2 OF 4

R.V. ANDERSON FILE RVA 091924
D2013-029 13378 - Flow, Thermal Mass (Air).doc
PART 3 - EXECUTION
3.01 Installation:
A. Comply with Manufacturer's Instructions.
B. Install 20 pipe diameters straight runs down stream and 10 pipe diameters straight run up stream
of any pipe obstruction.


END OF SECTION 13378
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13378
REGION OF DURHAM CONTRACT D2013-029 THERMAL MASS FLOW TRANSMITTER
NOVEMBER 2013 PAGE 3 OF 4

R.V. ANDERSON FILE RVA 091924
D2013-029 13378 - Flow, Thermal Mass (Air).doc

Date:
RVA Project#: 091924
March 2012
Thermal Dispersion Mass Flow Transmitter
Summary List
Rev: 0

Tag No: FIT-651 and FIT-652
Location: Aeration Basin
Service: Aeration Air Flow
Line Size: 600 mm (24)
P&ID:
C606
Process:
Gas: Air
Temp min/max: 45 to 120 deg C
Press min/max: 0-65 kPa
Flow min/max: 0/10,000 m3/hr
Velocity:
Up/Down Stream: 20/10
Sensor:
Style: Insertion Type Thermal Dispersion
Material: 316 SS with dual sting sensor
Temp Rating:
-40 to 260 deg C
Compensation: Integral Temperature/Pressure
Length: as required
Fitting: Note 1
Enclosure: Weatherproof
Flow
Straighteners: No
Indication: Flow Indication Local to Sensor
Transmitter:
Output: Two 4 - 20 mA Isolated Linear (600 )
Power Supply: 120 VAC - 60 Hz
Enclosure: Remote, Pipe Stand Mtd, EEMAC 4X
Indication: Local LCD, Eng units
Calibr. Range: 0 to 2500 m3/hr
Accuracy 1% of rate
Alarm Relays: 2- Form C (N.O. & N.C).
USB Cal. Port:
Yes

Options: LCD indication of flow, totalized flow
Electrical:
Approval: CSA
Enclosure: EEMAC 4X
Class/Div/Group: N/A
Notes: 1) Two 1 FNPT 316 SS ball valve retractor assemblies (c/w threadolet & nipple) per probe, one spare for portable
flow monitor installed 1 metre upstream of the fixed probe. Instrument Contractor shall free issue ball valve
assemblies to Piping Contractor to be installed on pipes. Piping is not insulated.
2) Probe length to compensate for length of ball valve assembly. Use high temperature units if required.
3) Contractor to size cable from flow element (probe) to flow transmitter using Manufacturer's recommended
distance calculations. Follow all manufacturer's installation and calibration procedures
4) Field calibrate fixed mass flow meters with portable flow meter. The two meters must agree, within the
tolerances of the instruments, across the full process flow range.
5) Provide OBrien model E2 c/w a model S2MB Mounting Bracket sun shade for transmitter.
6) Provide on-site field calibration and training program by Manufacturer's Service Technician.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13378
REGION OF DURHAM CONTRACT D2013-029 THERMAL MASS FLOW TRANSMITTER
NOVEMBER 2013 PAGE 4 OF 4

R.V. ANDERSON FILE RVA 091924
D2013-029 13378 - Flow, Thermal Mass (Air).doc

Manufacturer: 1st Named Named Alternate Named Alternate
Manufacturer: Kurz FCI Aysix Sage
Supplier: Everest Automation (519) 473-2695 Avensys Solutions (416) 499-4421 Cancopas (905) 569-6246
Model Number: 454 FTB-16 - HT

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13381
REGION OF DURHAM CONTRACT D2013-029 DISSOLVED OXYGEN ANALYZER
NOVEMBER 2013 PAGE 1 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13381 - Analyzer -Dissolved Oxygen.DOC
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
B. This Section to be read in conjunction with Section 13329 - Field Instruments.
C. Refer to attached Dissolved Oxygen Analyzer Summary List attached for details.
PART 2 - PRODUCTS
2.01 General Common Features:
A. Dissolved Oxygen Analyzer to be complete with the following features:
1. Sensor (AE) - Quantity 2
- complete with cable as required
- -0C to 60C temperature range
- accuracy of 1% of full scale
- can be mounted in a tank
- provide appropriate sensor mounting to suit application

2. Transmitter (AIT) - Quantity 1
- Dual channel
- Harsh environment LCD digital display NEMA 4X
- Two 4 to 20 mA DC linear, isolated outputs
- two SPDT rated 7A, 250 VAC relays, independently
adjustable
- one SPDT alarm relay
- one clean relay
- range as per Instrument Summary List
- operating temperature from minus 10C to 50C
- 110 V, 60 Hz
3. Options - Heater for transmitter for all outdoor installation
- Sun shade
- Deluxe mounting hardware and mounting hardware
- J et clean head c/w compressor
- J unction box
PART 3 - EXECUTION
3.01 Installation:
A. See drawings for transmitter and sensors mounting details and location(s)
B. Mount sensor/compressor on pipe stand.
C. Mount transmitter on pipe stand near one of the sensors
D. Wire 4-20 milliamp signals, setpoint relays, fault relay and clean relay to the PLC
E. Provide S.S. tag and S.S. wire and tag with Tag No. and Service
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13381
REGION OF DURHAM CONTRACT D2013-029 DISSOLVED OXYGEN ANALYZER
NOVEMBER 2013 PAGE 2 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13381 - Analyzer -Dissolved Oxygen.DOC
F. Provide a calibration verification certificate.
G. In Class 1, Division 1, Group D Hazardous areas, provide a conduit seal if required.

END OF SECTION 13381
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13381
REGION OF DURHAM CONTRACT D2013-029 DISSOLVED OXYGEN ANALYZER
NOVEMBER 2013 PAGE 3 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13381 - Analyzer -Dissolved Oxygen.DOC


Dissolved Oxygen
Analyzer
Tag No: AE-0901/AIT0901/2 AE-0902
Location: Aeration Basin Aeration Basin
Service: Dissolved Oxygen Analyzer Dissolved Oxygen Analyzer
Vessel/line No.
Process:
Fluid: Activated Sludge Activated Sludge
DO Range: 0 to 10 ppm 0 to 10 ppm
Temp min/max: 5/35 Deg C 5/35 Deg C
Sensor:
Type: Self Cleaning Self Cleaning
Fluorescence Quenching Method Fluorescence Quenching Method
Element: Submersible Dissolved Oxygen Probe Submersible Dissolved Oxygen Probe
Cable Length: As required As required
Compensation: Automatic Temperature & Altitude Automatic Temperature & Altitude
Mounting: Pipe Stand Pipe Stand
Options: c/w 316 SS brackets, accessory kit c/w 316 SS brackets, accessory kit
& all fittings & mounting hardware & all fittings & mounting hardware
c/w J ct. Box & Env. Conn. c/w J ct. Box & Env. Conn.
J et Clean Head c/w Compressor J et Clean Head c/w Compressor


Transmitter: See AIT0901/2
Type: Dual Channel c/w LCD Indication
Output: D.O. & Temp. 4 - 20 mA isol. (600 )
3 Sets of On/Off Control Relays
1 Self Cleaning Relay
Power Supply: 120 VAC, 60 Hz
Enclosure: Field Mounted NEMA 4X
Calibr. Range: 0 - 20 ppm Automatic Calibration
Accuracy: 1% of range
Options: Heater Required


Electrical:
Approval: CSA CSA
Enclosure: NEMA 4X NEMA 4X
Class/Div/Group: N/A N/A
Notes: 1) Follow all manufacturer's recommendations for installation, calibration, and cabling distance limitations.
2) Provide on-site field calibration and training program by Manufacturer's Service Technician, and five year warranty.
3) Provide a sensor with a ten year life span.
4) Provide sensors with no consumables and no replacement cartridges.
5) Provide site-specific mounting hardware. (m/n Aysx-CAN-Deluxe)


Manufacturer: 1st Named Named Alternate Named Alternate
Manufacturer: AYSIX
Supplier: Cancoppas (1-800-595-0514)
Model Number: A6-IIG-2000/model 10

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13382
REGION OF DURHAM CONTRACT D2013-029 CHLORINE RESIDUAL ANALYZER SAMPLING
NOVEMBER 2013 PAGE 1 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13382 - Analyzer - Chlorine Residual, Sampling.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
B. Section 13329 - Field Instruments and Devices.
C. Section 11500 - Miscellaneous Equipment
D. Refer to attached Chlorine Residual Analyzer Summary List attached for details.
PART 2 - PRODUCTS
2.01 General Common Features:
A. Chlorine Analyzer to be complete with the following features:
Sensor (AE) - 3 electrode, amperometric total chlorine sensor
- 2 rpm linear peristaltic pump
- Y-strainer, and manual throttling valve
- sensor cable to be standard 10 meters
- suitable for measuring wastewater effluent

Transmitter (AIT) - LCD digital display
- microprocessor based electronics
- self-diagnostic functions accessible by keyboard
- 4-20 mA output (isolated)
- 4 SPDT programmable alarm relay outputs, 3A/120 VAC
rated.
- operating temperature from 0C to 50C
- IP66 / NEMA 4X enclosure
- accurate within 1% of measured value
- range as per Instrument Summary List
- total residual as specified and/or as shown on drawings
- c/w appropriate (AE) sensor input card to suit application
- SD memory card
- 115 V, 60 Hz
Additional Equipment - all required total chlorine reagent sets for 1
and/or Accessories year service, including 5 liter bottles of pH 4 buffer,
granular potassium iodide and sample line dosing
detergent
- maintenance kit for 1 year
- amperometric titrator calibration verification kit
- provide sediment filter.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13382
REGION OF DURHAM CONTRACT D2013-029 CHLORINE RESIDUAL ANALYZER SAMPLING
NOVEMBER 2013 PAGE 2 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13382 - Analyzer - Chlorine Residual, Sampling.doc
- remote sample pump provided under Division 11500
Part 2.01
- provide isolation valves including needle valve to set the
flow and a rotameter to measure the flow
PART 3 - INSTALLATION
3.01 Installation:
A. Mounting - AIT 601
Mount on wall in basement of Disinfection Building
Drain to local sump
Wire analogue signal to both the PLC and the recorder
Mount sediment filter up stream of the sampler
AIT 602
Mount in Sample Hut next to Exist MH #5
Existing space heater can be relocated in the Sample
Hut to accommodate AIT-602.
Drain to MH #5
Wire analogue signal to both the PLC and the recorder
in the basement.
Mount sediment filter needle valve and rotameter up
stream of the sampler
B. Identification:
1. Provide S.S. tag and S.S. wire and tag with Tag No. and Service
2. Provide a calibration verification certificate.






END OF SECTION 13382

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13382
REGION OF DURHAM CONTRACT D2013-029 CHLORINE RESIDUAL ANALYZER SAMPLING
NOVEMBER 2013 PAGE 3 OF 3

R.V. ANDERSON FILE RVA 091924
D2013-029 13382 - Analyzer - Chlorine Residual, Sampling.doc

Chlorine Residual Analyzer
Summary List
Tag No: AIT-601 AIT-602
Location: Cl2 Contact Tank Discharge Exist MH#5
Service: Total Residual Chlorine Total Residual Chlorine
Vessel/line No.:
Process:
Fluid: WW Treatment Plant Effluent WW Treatment Plant Effluent
Temp min/max: 0 to 15 C 0 to 15 C
Press min/max: See 11500 Part 2.01 See 11500 Part 2.01
Flow min/max: See 11500 Part 2.01. See 11500 Part 2.01.
Velocity min/max: See 11500 Part 2.01 See 11500 Part 2.01
Density: 1 1
Conductivity: Variable Variable
Sensor:
Sensor Type: 3 electrode Ampermetric Cell 3 electrode Ampermetric Cell
Material: PVC PVC
Cable length: Field To Determine Field To Determine
Drain Fitting: Std. Std.
Process Conn: Std. Std.
Mounting: Wall Wall
Accessories: Temp. Compensation Temp. Compensation
ph cell checking ph cell checking
Transmitter:
Output: 4 - 20 mA isolated (600 ) 4 - 20 mA isolated (600 )
Alarm Relays: 4- Form C (N.O. & N.C). 4- Form C (N.O. & N.C).
Power Supply: 120 VAC - 60 Hz 120 VAC - 60 Hz
Enclosure: NEMA 4x, wall mount NEMA 4x, wall mount
Indication: Local Local
Calibr. Range: 0 to3 ppm 0 to3 ppm
Accuracy: 1% Of full scale 1% Of full scale
Options:
Electrical:
Approval: CSA CSA
Enclosure: NEMA 4x NEMA 4x
Class/Div/Grp: N/A N/A
Notes: 1.Supply and deliver residual chlorine analyzer, capable of accurate measurement of total
combined residual chlorine.
2. Provide automatic cleaning of electrodes

3. Supply and install all required process connections, valves, pressure / flow regulators, rotameter, filters,
and miscellaneous mounting hardware not provided with analyzer.
4. Mount reagent bottles below the sensor/transmitter using supplied brackets
5. See remote sample pump provided under Division 11500 Part 2.01 for process parameters
6. Supply one (1) year supply of consumables and spare parts.
7. Contractor to provide all sample piping and associated fittings from the analyzer to the process line.


Manufacturer: 1st Named Named Alternate Named Alternate
Manufacturer: Wallace & Tiernan (U.S. Filter)
Supplier: U.S. Filter (905) 944-2800
Model Number: Micro/2000 c/w SFC

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13383
REGION OF DURHAM CONTRACT D2013-029 CHLORINE RESIDUAL ANALYZER PROBE
NOVEMBER 2013 PAGE 1 OF 4

R.V. ANDERSON FILE RVA 091924
D2013-029 13383 - Analyzer - Chlorine Residual, Probe.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
B. This Section to be read in conjunction with Section 13329 - Field Instruments.
C. Refer to attached Chlorine Residual Analyzer Summary List and Paperless Recorder Summary
List attached for details.
PART 2 - PRODUCTS
2.01 General Common Features:
A. Chlorine Analyzer to be complete with the following features:
Sensor (AE) - amperometric total chlorine sensor
- sensor cable to be standard 10 meters
- suitable for measuring wastewater effluent
- provide sediment filter
Transmitter (AIT) - LCD digital display
- microprocessor based electronics
- Two (2) 4-20 mA output (isolated). One to PLC and one to
recorder.
- Three (3) SPDT programmable relays, 5A/220 VAC
resistive.
- operating temperature from 0C to 45C
- NEMA 4X (IP-65) enclosure
- accurate within 2%
- range as per Instrument Summary List
- 110/220 VAC, 50/60 Hz
Options - sensor interconnect cable and junction box (maximum
100 ft.)
Additional Equipment - Two (2) maintenance kits
and/or Accessories - provide sediment filter.
- provide isolation valves including needle valve to set the
flow and a rotameter to measure the flow
Recorder - provide a six channel paperless recorder
See attached detailed specifications
PART 3 - INSTALLATION
3.01 Installation:
A. Mounting - see drawings for transmitter and sensors mounting
details and location(s)
- Mount on wall in basement of Disinfection Building
- Drain to local sump
- Wire one analogue signal to the PLC and the second
analogue signal to the recorder
- Mount sediment filter needle valve and rotameter up
stream of the sampler
END OF SECTION 13382
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13383
REGION OF DURHAM CONTRACT D2013-029 CHLORINE RESIDUAL ANALYZER PROBE
NOVEMBER 2013 PAGE 2 OF 4

R.V. ANDERSON FILE RVA 091924
D2013-029 13383 - Analyzer - Chlorine Residual, Probe.doc

Chlorine Residual Analyzer
Summary List
Tag No: AIT-603 AIT-604
Location:
Chlor/Dechlor Bldg Chlor/Dechlor Bldg
Service:
Total Residual Chlorine Total Residual Chlorine
Vessel/line No.:
Open Channel East Chlorine
Contact Chamber
Open Channel West Chlorine
Contact Chamber
Process:
Fluid: WW Treatment Plant Effluent WW Treatment Plant Effluent
Temp min/max: 0 to 15 C 0 to 15 C
Press min/max: Atmosphere Atmosphere
Flow min/max: 1 l/sec min./ 15.6 l/sec max. 1 l/sec min./ 15.6 l/sec max.
Velocity min/max: .88 m/sec max .88 m/sec max
Density: 1 1
Conductivity: Variable Variable
Sensor:
Sensor Type: 2 electrode Ampermetric Cell 2 electrode Ampermetric Cell
Material: PVC PVC
Cable length: Field To Determine Field To Determine
Drain Fitting: Std. Std.
Process Conn: Std. Std.
Mounting: Insertion Wall mount Insertion Wall mount
Accessories: Temp. Compensation Temp. Compensation
ph cell checking ph cell checking
J unction Box VBM J unction Box VBM

Immersion Assembly c/w
Mounting Hardware
Immersion Assembly c/w
Mounting Hardware
100 ft Measuring Cable CYK71 100 ft Measuring Cable CYK71
Transmitter:
Output: Two 4 - 20 mA isolated (600 ) Two 4 - 20 mA isolated (600 )
Power Supply: 120 VAC - 60 Hz 120 VAC - 60 Hz
Enclosure: Field Housing - Wall Mount NEMA 4x, wall mount
Indication: Local Local
Calibr. Range: 0 to5 ppm 0 to5 ppm
Accuracy: 1% Of Range 1% Of Range
Options:
Electrical:
Approval: CSA CSA
Enclosure: NEMA 4x NEMA 4x
Class/Div/Grp: N/A N/A
Notes: 1.Supply and deliver residual chlorine analyzer, capable of accurate measurement of total
combined residual chlorine.
2. Provide automatic cleaning of electrodes
3. Supply and install all required process connections, valves, pressure / flow regulators, filters, and
miscellaneous mounting hardware not provided with analyzer, and mount along with the recorder.
4. Supply one (1) year supply of consumables and spare parts.

Manufacturer:
1st Named Named Alternate Named Alternate
Manufacturer: Endress & Hauser Prominent
Supplier:
Endress & Hauser (705) 681-
9292
Metcon (905) 738-2355

Model Number: Liquisys M CCM253 c/w CCS120

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13383
REGION OF DURHAM CONTRACT D2013-029 CHLORINE RESIDUAL ANALYZER PROBE
NOVEMBER 2013 PAGE 3 OF 4

R.V. ANDERSON FILE RVA 091924
D2013-029 13383 - Analyzer - Chlorine Residual, Probe.doc

Paperless Recorder
Page 1 of 2 Summary List
Tag No: R-600
Location: Chlor/Dechlor Bldg Basement
Service: Chlorine Analyzer Recording

General
Type: Square Case - Paperless
Save Cycle: Adjustable down to 1 sec
Memory Module: 700,000 Records
Storage: 250 MB Industrial Grade CF Card
Number of Points: 6
Inputs: 6 Universal
Screen: LC Colour Graphic Display
Screen Size: 320x240 Pixels (4.7")
Totalizer: NA
Scale: 0 - 100% c/w Bar Graph
Retransmitt P.V.: No
RS 232/485: No
Power Supply: 120Vac 60HZ
Mounting: Field Housing IP65 / MEMA 4X
Annotation: Yes
Interface
Software: ReadWin 2000 USB Interface
Electrical:
Approval: CSA
Enclosure: NEMA 4X
Class/Div/Group: N/A
Notes: 1. Supply lamacoid tag below recorder detailing the tag number, the pen colour, and the process range
for each pen.

2. Wire AIT-601 & 602 analogue inputs to the recorders in series with the analogue inputs to the PLC, and
use a 250 ohm precision resistor to convert the signal to 1-5 Vdc..






HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13383
REGION OF DURHAM CONTRACT D2013-029 CHLORINE RESIDUAL ANALYZER PROBE
NOVEMBER 2013 PAGE 4 OF 4

R.V. ANDERSON FILE RVA 091924
D2013-029 13383 - Analyzer - Chlorine Residual, Probe.doc

Recorder Inputs
Page 2 of 2 Summary List
Tag No: R-600
Inputs:
Pen #1 Tag: AIT-601
Service: Chlorine Residual
Colour: Red Red
Range:
Input Signal: 4-20 ma 1-5Vdc Isolated


Pen #2 Tag: AIT-602
Service: Chlorine Residual
Colour: Blue Blue
Range:
Input Signal: 4-20 ma 1-5Vdc Isolated


Pen #3 Tag: AIT-603
Service: Chlorine Residual
Colour: Green Green
Range: 0-5 ppm
Input Signal: 4-20 ma 1-5Vdc Isolated


Pen #4 Tag: AIT-604
Service: Chlorine Residual
Colour: Black Black
Range: 0-5 ppm
Input Signal: 4-20 ma 1-5Vdc Isolated


Pen #5 Tag: N/A N/A
Colour:
Service:
Range:
Input Signal:


Pen #6 Tag: N/A N/A
Service:
Colour:
Range:
Input Signal:



Manufacturer: 1st Named Named Alternate Named Alternate
Manufacturer: Endress & Hauser
Supplier:
Endress & Hauser (705) 681-
9292
Model Number: RSG 30

HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13399
REGION OF DURHAM CONTRACT D2013-029 AUXILIARY DEVICES BUILDING SERVICES
NOVEMBER 2013 PAGE 1 OF 5

R.V. ANDERSON FILE RVA 091924
D2013-029 13399-Auxiliary-Devices-Building-Services.doc
PART 1 - GENERAL
1.01 Reference:
A. Section 13300 - Control and Instrumentation applies to and governs the work of this Section.
B. This Section to be read in conjunction with Section 13329 - Field Instruments.
1.02 Definition:
A. Auxiliary Control Systems are generally defined as field instruments and control systems, which
are not directly related to the plant process, but are to be installed within the facility.
1.03 Work Included:
A. Supply, installation, calibration and commissioning of all field devices in this Section, as well as
all other devices indicated on the control and instrumentation Drawings.
1.04 Item Summary:
A. The following items are described in this Section.
1. Smoke Detector
2. Heat Detector
3. Security System
4. Building Temperature Alarm
PART 2 -PRODUCTS
2.01 Smoke Detector:
A. Provide smoke detector and locate in the Electrical / Mechanical Room (TSH-604)
B. System shall have the following:
1. Dual ionization chamber technology
2. 120 VAC power
3. 10 amp form C relay
4. Indicating light
5. Test Button
C. Smoke detector shall be Edwards m/n ESA5011KA.
2.02 Heat Detector:
A. Provide heat detector and locate in the Electrical / Mechanical Room (TSH-605)
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13399
REGION OF DURHAM CONTRACT D2013-029 AUXILIARY DEVICES BUILDING SERVICES
NOVEMBER 2013 PAGE 2 OF 5

R.V. ANDERSON FILE RVA 091924
D2013-029 13399-Auxiliary-Devices-Building-Services.doc
B. System shall have the following
1. Fixed temperature rated at 93 C (no rate of rise)
2. Two normally open circuits 3 amp at 120 VAC
3. Metal mounting plate for 4" octagonal box or surface mount
4. Positive operating indication
5. 25 foot center spacing 625 sq. ft. coverage
6. Wire cage detector guard (CC5-1182)
7. Surface mount skirt if required
8. Approvals: UL, FM, ULC
C. Heat detectors to be Edwards m/n 284.
2.03 Security System:
A. The contractor shall locate equipment as shown and specified. Provide all required wire, conduit
and hardware necessary to install equipment.
B. A controller/dialler and keypad shall be supplied to monitor the illegal entry system. Field motion
detectors and door contacts as shown are to be wired as its inputs. Panel to have separate
programmable dry output contacts that represents system armed and system alarm.
C. The system shall have the following general features:
1. Entry / Exit delay
2. Force arm and bypass capability
3. Auto Arm at 6:00 pm
4. One (1) Fixed English Key pad and one (1) Door Controller.
5. Suitable for 120 VAC input power and complete with back up power.
D. Provide transformer if required and mount in ICP.
E. The system shall have the following intrusion alarm features:
1. 24Vdc SPST magnetic / reed relay door switches, concealed mounting, normally closed
when door/window is closed. GE Sentrol 1076D series, GRI#184-12W series, or
Honeywell #947 series.
2. 24Vdc SPST overhead door switches normally closed when door is closed
3. Passive infrared motion detector (30 foot range). Honeywell DT 7050C series.
4. Door controller complete with eight (8) zone control, remote site control and data down
loading. Guardall AFx.
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13399
REGION OF DURHAM CONTRACT D2013-029 AUXILIARY DEVICES BUILDING SERVICES
NOVEMBER 2013 PAGE 3 OF 5

R.V. ANDERSON FILE RVA 091924
D2013-029 13399-Auxiliary-Devices-Building-Services.doc
5. Alarm key pad. Verex Keypad
6. Isolated "alarm" contact for signalling to PLC (XA-610a)
7. Isolated "armed" contact for signalling to PLC (XA-610b)
8. Remote "Arm" input from the PLC (XA-610c)
9. End of line resistor to be installed in box with stainless steel surface.
F. Allow 45 seconds for the Operator to enter the access code when entering and exiting the
building.
G. Install all wiring in inch conduit (minimum)
H. Provide local manufacturer's support for installation, testing, commissioning, and training of the
security system.
I. Security alarm system shall be Chubb Security (905.629.2430/3662), DBS Security Solutions
(416.896.9893), or Novatech Security Systems (647.333.9364)
2.04 Building Temperature Alarm:
A. Provide two (1) pair of high and low building temperature thermostats for high/low building
temperature alarm and connect to the RPU. Set low temperature alarm at 3 C (range -7 to
32C) and high temperature alarm at 40 C (range 20 to 60C).
B. Provide one (1) Weksler m/n 206F-C thermometer per temperature metering station.
C. See summary list below for details.
PART 3 - EXECUTION
3.01 General:
A. The Contractor shall comply with the execution details as outlined in Section 13300 - Control and
Instrumentation.
3.02 Building Temperature Alarm:
A. Locate temperature switch(s) about 1.5 m (5ft.) above the floor in an area with good air
circulation and average temperature.
B. Mount a 3/4" fire rated painted plywood panel between the temperature switch(s) and the
mounting surface.
C. Provide lamacoid tag and screw to the plywood. Tag with Tag No. and Service.
D. Tag as follows:
TSH601 Sodium Hypochlorite Room High Temperature
TSL601 Sodium Hypochlorite Room Low Temperature
TSH602 Sodium Bisulphate Room High Temperature
TSL602 Sodium Bisulphate Room Low Temperature
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13399
REGION OF DURHAM CONTRACT D2013-029 AUXILIARY DEVICES BUILDING SERVICES
NOVEMBER 2013 PAGE 4 OF 5

R.V. ANDERSON FILE RVA 091924
D2013-029 13399-Auxiliary-Devices-Building-Services.doc
TSH603 Electrical / Mechanical Room High Temperature
TSL603 Electrical / Mechanical Room Low Temperature


END OF SECTION 13399
HARMONY CREEK WPCP MAJ OR MAINTENANCE WORKS PHASE 2 SECTION 13399
REGION OF DURHAM CONTRACT D2013-029 AUXILIARY DEVICES BUILDING SERVICES
NOVEMBER 2013 PAGE 5 OF 5

R.V. ANDERSON FILE RVA 091924
D2013-029 13399-Auxiliary-Devices-Building-Services.doc


Aug 3, 2011
Building Temperature Switch
RVA Project#: 071345

Summary List
Rev: A
Tag No: TSH0x TSL0x
Location: Dechlor Building Dechlor Building
Service: Building High Temperature Building Low Temperature

Environment:
Location: Industrial / Dusty Humid Areas Industrial / Dusty Humid Areas
Temp Min: 20 Deg.C. - 7 Deg.C.
Temp Max: 60 Deg.C. 32 Deg.C.
Set Point: 40 Deg.C. 3 Deg.C.

Switch:
Type: Sealed Sealed
Contact Form: Form C (SPDT) Form C (SPDT)
Rating: 1 HP (.7Kw) 1 HP (.7Kw)
Setpoint: Knob & Scale On Front Knob & Scale On Front
Deadband: 1.7 Deg.C. 1.7 Deg.C.

Body/Element:
Material: Copper Copper
Element type Coiled Tube Coiled Tube
Mounting: Wall Wall
Case Material: Corrosion Resistant Steel Corrosion Resistant Steel
Conduit Conn.: 13 mm. (1/2") 13 mm. (1/2")

Accessories:
(Per Merering Station) 1. 3/4" Plywood Back Panel

2. "Weksler" 329S-C
Thermometer

Electrical:
Approval: CSA CSA
Enclosure: N/A N/A
Class/Div/Group: N/A N/A
Notes:
1) Locate temperature switch(es) about 1.5m (5ft.) above the floor in an area with good air circulation,
and average temperature.

2) Do not locate temperature switch(es) on an outside wall, or where the switch will be affected by
drafts or radiant heat from the sun.

3) Mount a 3/4" fire rated plywood panel between the temperature switch(es) and the mounting
surface.

4) Provide one (1) Weksler m/n 206F-C Thermometer per temperature metering station (Alpha
Controls)

5) Tag all temperature switches with the tag number and the service (ie: TSH 001 Building High
Temp.)


Manufacturer: 1st Named Named Alternate Named Alternate
Manufacturer: Honeywell / Weksler
Supplier:

Model Number: T631C

You might also like