Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published October 6, 2025 at 8:00 PM
Updated October 8, 2025
Site work and paving for a civil project in Dallas, Texas. Completed plans call for site work for a road / highway; for paving for a road / highway; and water / sewer project.
The Project scope includes the following major items: o Demolition of existing equipment and structures as follows: o Chlorine and Sulfur Dioxide Railcar Unloading Stations and Visual Barriers o Abandoned Sulfur Dioxide Bulk Storage and Containment Area o Dechlorination Drainage Box o Effluent Filters 17-30 Chlorination Shed o Modification of existing structures as follows: o Chlorine Contact Basin Influent Box and Channel o Chlorine Contact Basins o Dechlorination Effluent Channel o Chlorine Building o Dechlorination Building o Pump Station 13 Chlorination Building o Pump Station 13A Wet Well o Pump Station 13B Wet Well o Chlorine solution injections to Effluent Filters o Effluent Filters 15 and 16 o Pump Station 14 o Construction of new structures and associated equipment as follows: o Chlorine and Sulfur Dioxide Containment Building o Supplemental Chlorine Storage Building o Dedicated Plant Service Water Pump Station 14A o Stormwater Pump Station 27 o Site work, grading, paving, stormwater drainage, and roads o Chemical solution, plant water (W1, W2, W3, and W5), drain, storm water, and natural gas piping o Electrical and instrumentation with associated substation transformers and generator Question Deadline 09/19/2025 No Proposal may be withdrawn until the expiration of 60 days from the date Proposals are opened. Proposer shall, within 10 days after Notice of Award, enter into a Contract and furnish a Performance Bond and Payment Bond upon the forms provided, each in the amount of 100 percent of the proposed price, from a surety, licensed to conduct business in Texas and named in the current "List of Certified Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. The surety for the Performance Bond and Payment Bond shall have an "A" minimum rating of performance and a financial rating strength of five times the Contract Price, all as stated in the current "Best's Key Rating Guide, Property-Casualty." Each Bond shall be accompanied by a "Power of Attorney" authorizing the attorney-in-fact to bind the surety, and be certified to include the date of the Bond. Agreed-upon Contract Presented to the Owner's Board of Directors for Award and Approval Wednesday, December 3, 2025 Owner reserves the right, after evaluation of all Proposals received, to make no recommendation to its Board of Directors regarding award of a Contract in the event non-responsive, non-conforming, incomplete, unqualified or otherwise unacceptable Proposals are received, or if budgetary constraints or other unanticipated factors exist. Question Deadline date Friday, September 19, 2025 A. Work is described in general, non-inclusive terms as: 1. Demolition of existing structures as follows: a. Chlorine and Sulfur Dioxide Railcar Unloading Stations and Visual Barriers b. Abandoned Sulfur Dioxide Bulk Storage and Containment Area c. Dechlorination Drainage Box d. Effluent Filters 17-30 Chlorination Shed 2. Modification of existing structures as follows: a. Chlorine Contact Basin Influent Box and Channel b. Chlorine Contact Basins c. Dechlorination Effluent Channel d. Chlorine Building e. Dechlorination Building f. Pump Station 13 Chlorination Building g. Pump Station 13A Wet Well h. Pump Station 13B Wet Well i. Chlorine solution injections to Effluent Filters j. Effluent Filters 15 and 16 k. Pump Station 14 3. Construction of new structures and associated equipment as follows: a. Chlorine and Sulfur Dioxide Containment Building b. Supplemental Chlorine Storage Building c. Dedicated Plant Service Water Pump Station 14A d. Stormwater Pump Station 27 4. Site work, grading, paving, stormwater drainage, and roads 5. Chemical solution, plant water (W1, W2, W3, and W5), drain, storm water, and natural gas piping 6. Electrical and Instrumentation with associated substation transformers and generator The work consists of furnishing all labor, tools, materials, facilities, equipment, services, required permits and agreements necessary to perform all work required for the removal and disposal of all asbestos-containing materials (ACM) and asbestos-contaminated elements (ACE) contained within the scope of this project. All work shall be conducted by persons knowledgeable, qualified, trained, and licensed in the removal, treatment, handling, and disposal of asbestos-containing material, and the subsequent cleaning of the affected environment, and who comply with Federal, State, and local regulations which mandate work practices, and who are capable of performing the work of this contract. The Contractor shall supply all insurance, licensing, and incidental costs which are necessary or required to perform the work in accordance with all applicable regulations, Trinity River Authority contractor requirements, and these specifications. The Contractor must supply enough supervisors, workers, and equipment to complete this project according to the schedule set forth by the Owner and the Consultant. Freese and Nichols, Inc., on behalf of the Trinity River Authority (TRA) (Owner), has retained the services of Micro Air of Texas, Inc. (Micro Air) as Asbestos Consulting Agency, who shall act as the owner's representative on this project in the capacities of project design and abatement specification preparation. For the purposes of this document, the reference to "Consultant" shall be construed to mean the project administrator and/or his authorized representative(s). The Consultant can delegate one or more Project Manager(s) / Air Monitoring Technician(s), referenced as "Project Manager", to perform the following job tasks during this project: visual inspections prior to abatement occurring, visual inspections during abatement, ambient air sampling throughout the project, enforcement of project specifications and all applicable federal, state, and local regulations, and analysis of all collected area and personnel air samples by Phase Contrast Microscopy (PCM). The Owner and contracted Asbestos Consultant reserve the right to change the requirements of these specifications, if necessary, at any time subsequent to their release with or without notice. If Contractor believes any such changes will materially affect his ability to perform the work for the agreed price, an adjustment in the contract price may be negotiated, at the Owner's option. The following building materials have been identified as asbestos-containing materials (ACM), and they are located in the Chlorine Building. C Category I non-friable 12" x 12" gray marbled floor tile and yellow glue material located in the small storage room next to the restroom. There is approximately 72 square feet of this material. C Category II non-friable black tar sealant located at the base of the concrete walls and concrete slab around the perimeter of the building. This material is located inside and outside the building, and it is possibly a waterproofing / flashing material. There is approximately 350 LF of this material. C Category II seam sealant / caulking located on all interior expansion joints and in the corners of all perimeter walls. There is approximately 200 SF of this material. None of the above asbestos-containing materials are considered to be Regulated ACM (RACM) in their present condition. It is highly unlikely that the black tar sealant and the seam sealant / caulking will be disturbed by any forthcoming renovation work, unless the building perimeter concrete walls are removed. However, if either of the two Category II non-friable ACMs could potentially be disturbed by renovation work, this set of abatement specifications can be used as a guidance document for the removal of the nonfriable materials, if required. It is assumed that the 12" x 12" graymarbled floor tile and yellow glue will be abated as part of the renovation work. The Abatement Contractor will be responsible for the removal and legal disposal of approximately 72 square feet of 12" x 12" gray marbled floor tile and yellow glue. The work includes, but is not limited to: the construction of a temporary enclosures to isolate the work areas, the establishment of negative air pressure within the isolated work areas, the removal of the ACM from the isolated work areas, and the legal disposal of the removed ACM from the facility. The floor tile and yellow glue can be abated utilizing one full negative pressure containment. Mini-containments may be used, iffound necessary by the Consultant, to abate ACM from localized areas. Work will be performed in no more than one regulated area at any one time, unless the Consultant deems it necessary to change this. Contractor is expected to provide enough personnel and equipment to complete these projects within the work schedule provided. A. The scope will be defined as cleaning and applying protective coating systems as specified. B. Furnish all labor, insurance, equipment, and materials necessary to clean and supply protective coatings systems, to facilities as required by the General and Project Specific Coating Specifications, and to complete other work as described. A. Furnish all labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C. The work shall include furnishing, installing and testing the equipment and materials detailed in each Section of Division 26. D. The work shall include furnishing and installing the following: 1. ONCOR Utility service from the Power Company. The Contractor shall be responsible for coordinating all work inside the ONCOR Electrical Substation with ONCOR. The Contractor shall be responsible for including all costs for ONCOR field time, coordination and all other ONCOR costs in the base bid. The contractor shall be responsible for coordinating all requirements with ONCOR. 2. Conduit, wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions. The Contractor shall coordinate his construction schedule and electrical interface with the supplier of electrical equipment specified under other Divisions. 3. Conduit, wiring and terminations for all field-mounted instruments furnished and mounted under other Divisions, including process instrumentation primary elements, transmitters, local indicators and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters. Install vendor furnished cables specified under other Divisions. 4. A complete raceway system for the Data Cables and specialty cable systems, including those furnished under other Divisions. Install the Data Cables and other specialty cable systems, in accordance with the system manufacturers' installation instructions. Review the raceway layout, prior to installation, with the Process Control System supplier and the cable manufacturer for raceway compatibility with the systems and materials being furnished. Where redundant cables are furnished, install the cables in separate raceways. 5. Furnish and install precast electrical and instrumentation manholes, handholes and light pole foundations. Pole foundations shall be designed and installed in accordance with the structural Divisions of these Specifications. 6. Coordinate the sequence of demolition with the sequence of construction to maintain plant operation in each area. Remove and demolish equipment and materials in such a sequence that the existing and proposed plant will function properly with no disruption of treatment. 7. Make modifications to existing motor control centers, switchboards, panelboards and motor controllers including installation of circuit breakers, etc., or disconnection of circuits as required to provide the power supplies to new and existing equipment to maintain the plant in operation. 8. All bidders shall visit the site of the project, prior to submitting a bid, and satisfy themselves as to any question that they might have, relating to existing equipment, condition or construction. E. Provide all electrical relocation work associated with the relocation of equipment for the existing and new facilities, including disconnecting all existing wiring and conduits and providing new wiring and conduit to the relocated equipment. F. Provide a complete raceway system identified in the PI sheets for fire alarm and security systems. Coordinate with the fire alarm and security contractors to provide a complete and operable system. A. This specification presents a general description, design criteria and the construction requirements for factory-fabricated Prefabricated Electrical Buildings for housing electrical equipment. B. One building will be constructed under this specification. Pump Station 14A Electrical Building. 1. Internal dimensions of the building shall be: 8' x 10' A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as specified herein. B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. A. Furnish all labor, materials, equipment and incidentals required to install a complete Grounding and Bonding System, in strict accordance with Article 250 of the National Electrical Code (NEC), and as shown on the Drawings and specified herein. B. The system shall include ground wires, ground rods, exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings, and as specified herein, to provide a bonding to earth ground of all metallic materials likely to become energized. A. The Contractor shall provide a Power System Study for the electrical power system, including a Short Circuit Study, Coordination Study, Arc Flash Hazard Study, and additional studies as listed below. B. The electrical power system shall be deemed to include the utility company's transformer, the Owner's entire power distribution system, all system components, including any on-site standby generation. The short circuit and coordination study reports shall provide an evaluation of the electrical power systems and the model numbers and settings of the protective relays or devices and metering or motor monitoring devices for setting by the Contractor. The Study shall include settings for all motor protective relays and electric system monitoring devices. C. The Contractor shall include the use of his own forces to obtain all pertinent data necessary for the successful completion of the Power System Studies, including information on all equipment and wiring pertinent to the Study. This shall be interpreted to include all cable and raceway data, data for motors, data from all new switchgear, motor control centers, panel boards, and separately mounted fuses, starters and circuit breakers. Obtain all new protective device information. The Contractor shall obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. If, in his field investigations, the Contractor encounters conflicts between the Contract Documents and the field conditions, the Contractor shall immediately notify the Owner/Engineer for a resolution to the conflict. Copies of the data obtained, shall be organized and submitted to the Owner/Engineer at the same time of transmittal to the Study Engineer, to show that all the requested data gathering work has been completed. D. The Contractor shall utilize the most recent SKM model provided by the Owner. The contractor shall be responsible for requesting and obtaining the most recent SKM model from the Owner throughout the project. E. The Contractor shall be responsible for printing and installing arc flash labels for all existing busses and equipment impacted by the implementation of the Main Switchgear No. 2 replacement. A. Where references are made to the Related Work paragraph in each Specification Section, including other Sections and other Divisions of the Specifications, the Contractor shall provide such information or "work" as may be required in those references or drawings, and include such information or "work" as may be specified for motor control centers. B. Work shall include methods and materials for the motor control center(s) and equipment, plus the following where applicable: 1. Section 26 00 00, ELECTRICAL GENERAL PROVISIONS 2. Section 26 01 26, ELECTRICAL TESTING 3. Section 26 05 26, GROUNDING AND BONDING SYSTEMS 4. Section 26 05 33, RACEWAYS, BOXES, AND FITTINGS FOR ELECTRICAL SYSTEMS 5. Section 26 05 43, UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 6. Section 26 05 53, IDENTIFICATION FOR ELECTRICAL SYSTEMS 7. Section 26 05 73, POWER SYSTEM STUDY A. This Section of the Specifications describes the requirements for power metering and protective relays to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C. Provide network cabling, devices, and surge protection as shown in the Drawings and Specified in Division 40 for monitoring of power quality meter and protection relay devices over the Process Control System (PCS) Network. D. Reference to Section 40 68 00 for programming and integration requirements of power quality meter and protection relay devices by the existing Power Monitoring Control System (PMCS) and PCS HMI/Historian. A. Furnish and install Emergency Standby Generator Sets with all appurtenances as shown on the Drawings and specified herein. B. Each generator size as shown on the drawings is a minimum size around which the electrical conductors and circuit breakers have been sized. The Contractor shall provide each enginegenerator set that meets all the performance criteria, and shall increase the size of the engine generator, if necessary, to meet the specified criteria. If the generator size increases, the Contractor shall increase the breakers, conductors, and all associated equipment, including the automatic transfer switch, to accommodate the larger generator size. All sizing of associated equipment shall be in accordance with the NEC. C. The Contractor shall provide fuel for startup and testing. At the completion of startup and testing, the Contractor shall fill the respective generator tank. A. The CONTRACTOR shall provide, through the services of a single Security System Integrator (SSI), all labor, materials, equipment and incidentals as shown, specified and required to furnish, install, calibrate, test, start-up and place in satisfactory operation an Access Control and Security System (ACSS) and Network Camera Surveillance System (NCSS). B. Provide all labor, material, equipment, and incidentals as shown, specified, and required to design, furnish, install, test, and place into satisfactory operation a Security System as specified herein and as indicated on the drawings. Also provide all user licenses for the Security System including, but not limited to, operating systems, application programs, and databases, as required. 1. The SSI shall assign network addresses, network policies, computer usernames and passwords in cooperation with OWNER. C. The security system's major components shall consist of electrical cable, network cable, relay boxes, conduits, CCTV cameras, connectors, digital video recorder system, power supplies, Ethernet switch, and access control system. All required mounting hardware, and other appurtenant items shall be furnished as specified herein or recommended by the equipment manufacturer to make a complete system. 1. The SSI shall furnish and install the incidental items not actually shown or specified which are required by good practice to provide a complete and functional ACSS and NCSS. 2. Reference the Electrical and I&C drawings for specific notes regarding security equipment installation requirements. 3. Drawings show general locations of equipment, devices, and raceways. D. The security system as described herein shall be compatible with the existing ACSS and NCSS at the plant. E. The SSI shall provide all required software and configuration required for the ACSS and NCSS. F. The SSI may choose to hire a Systems Integrator to design, build, test and install control panels, network equipment, network cabling, and other associated work. G. Areas of Work 1. Chlorine and Sulfur Dioxide Containment Building a. Door access systems b. Network Cameras. 2. Chlorine Supplemental Building a. Door access systems b. Network cameras. H. Due to rapidly evolving technology of the equipment specified herein, the requirements are specified to establish a baseline for the type of equipment required. Provide new hardware and software of the latest and similar specification at the time of purchase equivalent in cost to that which is specified. Refurbished or used equipment will not be accepted. The procedure for submitting and releasing the equipment shall be as follows: 1. The Contractor shall submit for approval the required data for the equipment as part of the Hardware submittal. 2. The equipment shall be ordered as late as possible dependent on the construction schedule to ensure the latest equipment available is provided. Just prior to ordering, if any hardware has changed from the original approved submittal, resubmit those items that have changed for reapproval. No equipment shall be ordered for delivery onsite more than three months prior to when it will be installed by the SSI. A. Furnish all labor, materials, equipment and incidentals required and install, complete, the plant piping specified herein and as further specified in the Detail Piping Specifications hereinafter. B. Material provided here under shall be the end products of one manufacturer in order to achieve standardization for appearance and manufacturer's service. C. Pipe testing shall be as specified in Section 33 05 05.30, SANITARY SEWER ACCEPTANCE TESTING. D. In case of conflicting information between this specification and other sections of these Contract Documents, the more stringent requirement shall govern. Furnish all labor and materials required and installed complete and ready for operation, all appurtenances as shown on the Drawings or as specified. The appurtenances shall include, but not be limited to the following: (Note: All items listed below may not be required in this Contract). 1. Service Clamps 2. Dielectric Insulating Gasket Kits for Flanges 3. Harnessing and Restraint 4. Sleeve Couplings (Dresser type) 5. Flanged Coupling Adapters 6. Quick Connect Couplings 7. Modular Mechanical Expanding Rubber Seals 8. Pipe Supports 9. Floor Drains 10. Wall and Floor Fittings 11. Gauges and Accessories 12. Valve Operators 13. Strainers 14. Corporation Stops 15. Appurtenances and Miscellaneous Items 16. Pipe Coupling A. Furnish all labor and materials required and installed complete and ready for operation to provide freeze protection, inclusive of insulation and electrical heat tracing, for process piping as shown on the Drawings or as specified. B. The Contractor shall furnish and install heat tracing and insulation systems as shown and required by notes in the Drawings. All heat tracing components shall be supplied by the same manufacturer. The heat tracing and insulation system shall include but shall not be limited to self-regulating heater cables, grommet end termination kits, power connection kits, splice kits, NEMA 4X enclosed RTD temperature sensors, piping insulation and jacket, installation tape, and jacket straps. The intent of this specification is for the Contractor to supply all appurtenances needed for a complete and fully operational system at each location where a heat tracing system is required. The heat tracing system supplier shall be completely responsible for the design of the system such that the entire system meets all aspects of this specification and the system functions in the environment where it will be installed. All parameters of the system shall be sized and as recommended by the supplier. C. Provide a heat trace system which the manufacturer has designed in its entirety and who shall supply the entire heating system. Include the schematic arrangements, heating cable, junction boxes, thermostats and other equipment necessary to complete the system, as shown on the Drawings, and as specified herein. D. The Drawings are intended only to give a general layout of the heat tracing system. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation, a complete electric heat tracing system, based on the actual piping installation, the manufacturer's installation drawings, and recommendations for operating temperature settings. A. The CONTRACTOR shall procure the services of a pre-qualified Process Control System Integrator (PCSI) to furnish all equipment, materials, labor and services, except for those specifically noted otherwise, required to achieve a fully integrated and operational Process Control System (PCS) as specified herein, in other specification sections listed below and as depicted in the contract drawings. The PCSI shall have the qualifications required herein. B. Throughout the Sections of Division 40 pertinent to the Process Control Systems, the term CONTRACTOR shall refer to the General Contractor. C. The PCSI shall procure the services of an Application Services Provider (ASP) for all work as specified in Application Services under Division 40. The ASP shall the have qualifications required herein. The ASP shall coordinate with CONTRACTOR, OWNER, ENGINEER and PCSI, for scheduling, installation, testing, startup and training services. D. Items specifically excluded from the PCSI's scope of work, but included within the ASP's scope of work, include the following: 1. Programmable Logic Controller (PLC) programming, testing of PLC logic, and startup, testing and training activities associated with the programmed PLC applications. 2. Human Machine Interface (HMI) graphics development, HMI software configuration, database development, historical database development, related software applications, and startup, testing and training activities associated with the configured SCADA system. 3. Operator Interface Terminal (OIT) graphics development, OIT software configuration, startup, testing and training activities associated with the configured portions of the OIT system. 4. Historian programming to add historical data collection, trending, and calculations. E. All bidders shall visit the site of the project prior to submitting a bid and satisfy themselves as to any question that they may have relating to existing equipment to be modified, as to condition or construction. F. The PCSI's work shall include furnishing, installing, testing, and placing into operation the equipment and materials detailed in all of Division 40. G. Requirements specified in this Section apply to all equipment specified in the above Sections, unless otherwise stated. In the case of a conflict, the most stringent requirements shall prevail. H. The PCSI shall coordinate with the CONTRACTOR, OWNER, ENGINEER and ASP, for all scheduling, installation, testing, startup, and training services. I. The PCSI shall be responsible for verifying and furnish the latest versions of all software and firmware utilized for the intelligent devices specified in the related specifications. The PCSI shall confirm the versions and submit an itemized listing of all such devices within each control panel furnished prior to the Operational Readiness Test (ORT) as specified in Section 40 61 21, Process Control System - Testing J. The PCSI shall furnish all labor, materials, and equipment required to provide, install, test, to provide a complete and operational the Process Control System as specified herein and as depicted in the Contract Drawings. K. Instrumentation specified in other Divisions shall meet the requirements of the Instrumentation and Controls Sections of Division 40. L. The PCSI shall coordinate their construction schedule and Instrumentation and Controls interface with the suppliers of Instrumentation and Controls equipment specified under other Divisions. M. The CONTRACTOR shall coordinate, and schedule all required testing with the OWNER, ENGINEER, PCSI, and ASP A. The Process Control System Integrator (PCSI) in conjunction with the Application Services Provider (ASP) shall provide all testing, testing procedures, testing forms, and testing coordination with the OWNER/ENGINEER specified herein and within Division 40 Section 40 61 00, PROCESS CONTROL AND INSTRUMENTATION SYSTEMS - GENERAL PROVISIONS. B. The Process Control Systems Integrator (PCSI) shall supervise and/or perform the requirements of this Section. As part of these services, the PCSI shall include, for those equipment items not manufactured by him, the services of an authorized manufacturer's representative to check the equipment installation and place that portion of the equipment in operation. The Manufacturer's representative shall be thoroughly knowledgeable about the installation, operation, and maintenance of the Manufacturer's equipment. C. The CONTRACTOR shall provide all test equipment and staff necessary to perform the testing as specified herein. D. All Process Instrumentation and Control System hardware and software shall be thoroughly tested to verify proper operation as an integrated system. E. Any defects or problems found during the testing activities shall be corrected by the CONTRACTOR and then retested to demonstrate proper operation. F. Check and confirm the proper installation of all instrumentation and control components and all cable and wiring connections between the various system components prior to placing the various processes and equipment into operation. G. Conduct a complete system checkout and adjustment, tuning of control loops, checking operation functions, and testing of final control actions. All problems encountered shall be promptly corrected to prevent any delays in the startup of the various unit processes. H. The PCSI shall be responsible for initial operation of the Process Instrumentation and Control System and shall make any required changes, adjustment or replacements for operation, monitoring, and control of the various processes and equipment necessary to perform the functions intended. I. All spare parts must be on site and accepted prior to commencement of field testing. J. The CONTRACTOR shall provide the following documentation for use during the testing activities. 1. Complete panel schematic and internal point-to-point wiring interconnect Drawings. 2. Complete electrical control schematics in accordance with JIC standards. 3. Complete panel layout Drawings. 4. Complete field wiring diagrams. 5. Complete instrument loop diagrams 6. Completed Calibration/Recalibration Certificates for all field and panel devices that require adjustment or calibration. K. CONTRACTOR shall provide one set of the above-listed documentation for the OWNER's personnel, one set for the ENGINEER's use, one set for field use, and the required number of sets for the CONTRACTOR's use. L. The Drawings corrected and modified during testing shall form the basis for the "As-Built" Record Drawing requirement. M. CONTRACTOR shall furnish to ENGINEER two copies of an installation inspection report certifying that all equipment has been installed correctly and is operating properly. The report shall be signed by authorized representatives of both the CONTRACTOR and the system supplier. A. This Section includes network equipment used in process control networks including: 1. Network switches. 2. Media converters. 3. Patch panels and other data network hardware. 4. Network Management Software 5. Ethernet Remote I/O. 6. Related accessories. B. The Process Control System Integrator (PCSI) shall furnish the labor and materials required to install and bring into operation the control and data network, complete as shown on the Drawings and specified herein. C. Minimum sizing is based upon initial engineering design and needs to be confirmed prior to equipment procurement. It is the responsibility of the CONTRACTOR or PCSI to design and size the network systems. D. The PCSI shall coordinate and provide configuration of any vendor packaged systems, as well as equipment provided by the PCSI, and existing network equipment utilized for system communications beyond the SCADA Backbone network. E. The network shall be capable of supporting communications between all Control Panel Ethernet equipment, Network panel routers and switches, PLCs, RTUs, workstations, radios, and other communication devices as shown on the system architecture block diagrams. F. The PCSI shall furnish all necessary cables, face plates, connectors, modems, transceivers, repeaters, modules, splice kits, etc., required for a complete and operational network. The system architecture diagram(s) are for network understanding only. Some communication devices may be required for network operation, which may not be explicitly shown on the Drawings or listed in the Network Equipment Schedule. G. Provide the following Network work for each plant area: 1. Provide network cables to all new switches, PLCs, OITs, UPSs, and other control equipment as shown on the contract drawings and specified in this section. 2. Provide fiber optic cabling, media converters, surge protection, patch cables, power injectors, grounding, and equipment required for a fully functional control communication network. 3. Confirm existing and new grounding systems comply with contract drawings and specifications. H. The control and data network shall include all nodes on the network. Communication between nodes may be via Ethernet, serial, field bus, or other method as specified. A. Refer to Section 40 61 00, PROCESS CONTROL AND INSTRUMENTATION SYSTEMS - GENERAL PROVISIONS. B. PCSI shall provide a complete and functional fiber optic communications infrastructure including, but not limited to, fiber optic cable (FOC), wire and panel tags, patch panels, installation, terminations, testing, and implementation as shown on the Drawings and specified herein to provide the required connectivity. C. Install new OM1 multi-mode or OS2 single-mode fiber optic cable and components including terminations, patch panel enclosures, patch cables, testing, and labelling as shown on the Drawings and specified herein. Bulk OM1 fiber optic cable jackets shall be orange, or other unique color, to differentiate new fiber cables from existing bulk fiber cabling at the plant. D. Test and label all connectors for the existing fiber optic links between process control locations as shown on the Drawings and specified herein including all existing SCADA fiber in PLC cabinets. Re-termination not needed unless spare fiber to be utilized has damaged termination. E. Provide wire and panel tags for all fiber optic backbone cables, patch cables, and patch panels utilized, modified, or installed within this project. Refer to Part 3 of this Section for tagging requirements. F. Provide as-built markups to design and record drawings for all fiber optic backbone links utilized, modified, or installed within this project. As-built markups for existing fiber optic links designated as "unknown" shall indicate which fiber pairs were utilized for this project, end termination locations, as well as any intermediate termination locations throughout the link between field device and closest process control network switch. Question Deadline 09/25/2025 at 5:00 PM CT
Post-Bid
Water / Sewer
$100,000,000.00
Public - State/Provincial
Paving, Site Work
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
October 7, 2025
January 1, 2026
6500 Singleton Blvd, Dallas, TX
Related To This Project
Dallas, TX
Bid Date: Aug 06 2025
Dallas, TX
--
Dallas, TX
Bid Date: Sep 10 2025
Dallas, TX
Bid Date: Sep 10 2025
Dallas, TX
Bid Date: Aug 11 2025
Dallas, TX
--
Dallas, TX
Bid Date: Aug 06 2025
Dallas, TX
Bid Date: Aug 06 2025
Dallas, TX
Bid Date: Aug 06 2025
Dallas, TX
Bid Date: Aug 13 2025
Dallas, TX
--
Dallas, TX
--
Dallas, TX
--
Dallas, TX
--
Dallas, TX
Bid Date: Aug 04 2025
Recently Viewed
--
--
--
--
--
--
--
--
--
--
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
