HomeMy WebLinkAbout1976 t
SPECIFICATIONS
AND
DOCUSIENTS
5
ELECfRIC TRANSAIISFION
AND DISTRIBUTION SYSTEM
CITY OF DENTON, TEXAS
SUP*_RVISORY CONTROL AND
D ITA ACQUISITION SYSTEM
SPECIFICATION 6641 - E-18A
DENTON WORK ORDER 5985
r
CONTRACT ISSUE
BAKER AUTOMATION SYSTEMS
A DIVISION OF KOBE, INC.
7130 Harnin Dr.
Houston, Tcxat 77036
BLACK do VEATCH
Consulting En&"n
Vanua City, Mlssourt
1976
1 i ~f .T, s l U 4 Y 1 P
# ^ }p` . r`~~^ 1'k! 1 1 ' Y JP raP• ,J1 , ~ Y ~ 4 W w 6 yP{~yr ~l{y'1,fKt?'~ I T4^} rvt.IS~ ,fib i .'~^!,f>.it1` , ti' ,j
~ , k
tq y r r v. p11 ~'f 1 JY~ J~, 9 Y S , iF bl r f .R FM'. F 1.,~ ~ ~S~ 1 1~~~ ~I~ YS~,y f ~Y1j rr ~y~ U.. .
i ti~'~~1 ~ r'.t xA s ~'~~ag ti l r y, IY •r, v" tl~x~ 1Ptf> .s~, ' V~ 6i~ ~7~E r ~p~~l r~,~.
( ~ F.y w ~ i , S aP ~ s i y Y ~ , Y r ~ Y ~ 1 . P~ 1 F¢.,~k fa o~ ! r ~ ~ '
u . 1"^~, ~i a'✓~ l ~ny ~I ~ f~ p ~i~ int fl 1 ~ ^ ~ •'1C ~V'r
r .CAM1, c Y, 1 y r . J , y t 1 w Y
:L'
4 [ ~ ' i, 1 ~ t 5 a
f5, (,:~,fz
44
It!
~ ' k.LtiCTl414 '1'lt~NS~ITSytt~N'
?c ANO ~)ISTR1BU.t1ON
SPECIFICATIONS AND DOCUMENTS
FOR
SUpE,N'1I59AY CONTOL AND DATA ACQUItITION SYSTEM
Spec if icati6n 6644 E-48A TAB E CONTENTS
j BIDDING REQUIRMEKTB
Ai~'vertieet
Tc~atruCti g•' ~ Ar1, fi~A-2
O r
pa`to"Adders 8-1 6-4
P~rop0i i ' Go1 -7 '
Prdpasel Dl~t"a b-1 t1-10.
Cpgfractcr'a Prdpo a1 letier~dated,
Navembei 1$;,195 1 page
f' 1
~F Cisntrettor'a.Prcpbael sctaclundaLa: jr
~W
Fore atu~'.Conditions Qf, SaIa 1 pagh
''r ~ G1e~i~~sriona ~'d Exceptibna ~ S pages •
Y
nold'9,~riice kites -l edge f 1
sj
K. Co tractgrfa letter.dated December 3~ 1975 2 p8gs0
Contt~ctdr'a letter dated U4ei +bar 1'5, 1515
(with a)ttachments ° therat6)~ 4 pngap
~COngAC~FORMS ~ r
'1 { 4 kw• 4'o~1tlaCt',;AgrM4wettt i' V/)~~R
~'4C.foksdpt4Ca $o " T'8-l' 1, -2 :
8neu o C0ntxae°t Arad eAW1. BA 2
Y ~ s
co~lJ'RACT, R f3ULAMM'
1. b 1 is Y. ? ~1 i 1{ Y
C.q ral Cq~nsliE#onaY CC-l CC=11,
1
t 1
i
- n •
P 1yr J'"•'4 ~ ~ ~ i~~~~^1 ~{~~*I~'~ fYr~~A~ l y ' f •Y.~b yY .l ~r'~~ 1~'Y ~a ~D:
~
6 ? w 0120
. 'YY c O"o
. Y ~ ~ k t ,;.y 1 u S i M law 9~ v
s 4r ~ r I i "l M'~, •s ~ P .aY~!~° 'Y '~~14w~?~"✓E~tt4YX.,.~yt1 ~4'`..N t-.I s.. ~ Ky'.
Y'`e" k:5. X^~, ;,.i„~,y,, q +iR~y~a iA ' '~P ~ 1 "n +h« k'.~ 'k'?-r,.
' r iJ aft ..C v s Y ~1 Ou .i 1 4 V t t.( ,n 'h e f h 'y ~y~ 9
kf♦~ r~Q ~ aq( Y Lrr~.'~ ~,ka ~ ' k a < ~~,V ~ ~ ~ '{Y~ i y~ 4~.,~
nf~'''+~3
{{ppryry i, y r 1 h r '~i ti.. t', 'J~.y FV ~n ¢~N t'~. 1~ t .r Yell 1`
R
~ n ♦ V' r, J` r 1, er 1 r ~ v ~ r.
rkr .r~ ~ ~ ,yet , 1~ ~,~.~ti l~`;~,.+` r n1'+, "n~,~tt ~rl~~'lY^~"ea
SPEZIr,IC1i't~I'k7$
PART' 1 - GENERAL' R Q~1ie,F ENT'S
t
~x 4fEIRV4 tl Corit~tN !Ci-1 TC1=;t
giction
1~4 General Deecriptiori and Scope
of 61 Work IA-6
IB General Equipment'Specificatione 18-1 188
C=5
1
Data
'C En IC 1
interin8D
8
Typical Instruction Manua), Cover 1 thee;
PART 2 - TECHNICAL. ?J4QU1RFA9NTS
Table Se of Cbr;c ntg':` #2-1
4tio n t r e ~~d
a 2A~r~ 6upei~tg~edr~h.Co t'xol,<a Date
;Piratt,g 01O7S+•1 l 'sheet Y
ti
DFawi~tg 821015-2 1 sheet 'r
Y.
i
¢ub,eectior}
2A1 system, ~iqu romonts, and
2A2 Maatet' 6tAit oo kequiramente and
Luncttons 2A2-,10
~Aa Re4notaItation Requiromints and
. , 2A3-1
tunc'tiona g 213-9'
w 0ra~tid$e 02107.5-3, and onwsw"•~
a t'
ttiy p2107S11 e.r 9hee~ y `
011
op,
2A4'"Dpta 1UnlpufstAI F Ai-1 2A
r 2A5 Display and ..ag ~ii$ ftpgWt~'eaentd; 2A5-1 ;Or6
2A6'reatinf~n~ 'TrAflri~Aj,,tt0quIr014'Ats 2~►6-1 2~6-4
rf L ,
(nduuti l dated; 4ctob4Y 1.5, 1975 2 pageb
i 0, 2' V a , ~ a r w o, ~
e 1 < M r ~ 1
~Ir ~ 4t ~
~pj' y ~1SCAbA 6Y8TFH 8-IBAj y; 'PC-2
2Q rr
i
V
,..~~Jbtiry,l r ~4,.^\ k~~.n.f~h.~l d ~ 1,.. i~'4(.b~ ~°4y .{r ~~~a .aNwfa hA'~,.~k~•~r`I~.~ ~r'~.'{Cd; .Yk2.l i~.l. .w f# d :WY ~ ~ ~r~t'~+.'~F~
ADVERTISEMENT
SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM
FOR
DENTON, TEXAS
BID NUMBER 8310
Sealed bids will be received by the City of Denton, Texas, at the of-
fice of the Purchasing Agent, prior to 2:00 p.m., November :4, 1475,
Central Standard Time, then publicly opened for furnishing:
ONE MINI-COMPUTER BASED SIR F?'+ISORY CONTROL AND DATA
ACQUISITION SYSTEM
for the control and monitoring o the Owner's electric transmission and
distribution system.
Prospective bidders may examine copies of the specifications at the
office of Black b Veatch, Consulting Engineers, 1500 Meadow Lake Park-
way, Kansas City, Missouri.
Specifications will be issued only tc those bidders who have been deter-
mined by the City of Denton, Texas to be qualified to bid. Determina-
tion of a prospective bidder's qualifications will be based entirely on
written evidence submitted by the bidder in duplicate to the City and
the Engineer not later than 21 days before the time set for opening the
bids. Each prospective bidder shall submit evidence that he:
Has adequate plant equipment available to do the work properly
and expeditiously
Has an adequate financial status to meet financial obligations
incident to this work
Has adequate technical kncoledge and practical experience
Has no just or proper claims pending against him on other
similar work
The equipment offered by the bidder shall be of the same design as
equipment manufactured by him which has been in successful commercial
operation for 3 or more years in similar applications within the United
States. The prospective bidder shall submit a list of such equipment in
service 3 years or longer. The list shall indicate the owner's name,
location, date of initial operation, brief system description, operating
conditions, and type.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18E.) A-1
(ADDENDW 1 )
101575
T-7,-
Qualified prospective bidders may obtain copies of the specifications
from the Consulting Engineers (mailing address - Black & Veatch,
P.O. Box 8405, Kansas Gity, Missouri 64114).
All bide must be made on printed contract document forms included in the
specifications.
When filed with the Purchasing Agent, each bid shall be accompanied
either by an anceptable bidder's bond, a certified check, or a cashier's
check on any solvent bank, the amount of which shall be not less than
5 per cent of the amount of the bid. The bid security shall be made
payable to the City Treasurer of the City of Denton, Texas. Bid
security of the successful bidders will be returned when their contracts
have been signed, filed with, and approved by the City. Bid security of
unsuccessful bidders will be returned on award of contract or rejection
of bids.
No bid may be altered, withdrawn, or resubmitted within 60 days from and
after the date set for the opening of bids.
The City of Denton, Texas, reserves the right to reject any and all bids
and to waive defects in bids.
CITY OF DENTON, TEXAS
Jo'iln J. Marshall, CPO
Purchasing Agent
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) A-2
(ADDENDUM 1 )
101575
INSTRUCTIONS TO BIDDERS
B.1 GENERAL. These instructions apply to the prep,isatiun of proposals
for equipment, materials, and related work for thu City of Denton, Texas
a:ting through its Public Utilities Board and City Council hereinafter
referred to as the "Owner".
B,2 PROPOSALS. Proposals shall be prepared and submitted IN DUPLICATE,
each copy containing a complete bound copy of these contract documents.
Proposals which are not prepared in accordance: with these instructions or
which are submitted without a complete bound copy of these contract docu-
ments will imply that the bidder does not intend to comply with all of the
contract conditions and such proposals will be considered irregular.
If the prospective bidder declines to bid, he shall return all bidding
documents and give written notice to the Engineer and the Owner not later
than the date bids are doin.
B.2.1 Preparation, Each proposal shall be carefully prepared using the
proposal and data forms bound herewith. Entries on the proposal and data
forms shall be typed, using dark black ribbon, or legibly written in black
ink. All prices shall be stated in words and figures except where the
forms provide for figures only.
Each bidder shall list in the space provided on the proposal form all ex-
ceptions or conflicts between his proposal and these specifications. If
more space is required for this listing, additional pages may be added.
If the bidder takes no exceptions, he shall write "None" in the space pro-
vided. Proposals which do not comply with this requirement will be con-
sidered irregular and may be rejected at the discretion of the Owner.
In case of conflicts not stated as directed, these specifications shall
govern.
All exceptions shall be specific in nature and referenced to the applicable
article of 'here specifications. Conflict notations which make reference
to the bidder's descriptive information as a whole will not be acceptable.
The bidder shall not alter any part of these specifications in any way,
except by stating hts exceptions in the space provided on the proposal
form. I
The bidder shall staple or otherwise bind, with each bound copy of contract
documents submitted, a signed copy of each addendum issued for these speci-
fications during the bidding period. The bidder shall assemble all drawings,
catalog data, and other sipplemcntary information necessary to thoroughly
describe materials and equipment covered by the proposal, and shall attach
such supplemental information to the bound copy of these upecification'i
submitted with the proposal.
(DENTON, TEXAS )
(EQUIPMENT b MATERIALa) B-1
033175
B.2.2 Signatures. Each bidder shall sign the proposal with his usual
signature and shall give his full business address.
Bids by partnerships shall be signed with the partnership name followed
by the signature and designation of one of the partners or other authorized
representative. A coiplete list of the partners shall be included with the
proposal.
Bids by a corporation shall be signed in the official corporate name of the
corporation, followed by the signature and designation of the president,
secretary, or other person authorized to bind the corporation. The names
of all persons signing should also be typed or printed below the signature.
A bid by a person who affixes to his signature the word "president", "sec-
retary", "agent", or other designation, without disclosing his principal,
gill be rejected. Satisfactory evidence of the authority of the officer
signing in behalf of the corporation shall be furnished. Bidding corpor-
ations shall designate the state in which they are incorporated and the
address of their principal office.
The bidder's name stated on the proposal shall be the exact legal name of
the firm.
B.2.3 Submittal.. Proposals shall be submitted in a sealed envelope ad-
dressed to the CITY OF DENTON, TEXAS, Attention: Purchasing Agent, and
endorsed on the outside of the envelope with the bidder's name and the
name of the proposed work.
A single proprietary interest shall not submit multiple proposals for the
same work even though the individual proposals are submitted under dif-
ferent names. The Owner reserves the right to reject all proposals so
submitted.
B.2.4 Withdrawal. Proposals may be withdrawn, altered, and resubmitted
at any time before the time set for opening the bids. Proposals may not
be withdrawn, altered, or resubmitted within 60 days thereafter.
B.3 INFORMATION TO BE SUBMITTED WITH PROPOSAL. Each bidder shall bubmit
with his proposal the name of manufacturer and the type or model of each
principal item of equipment or material he proposes to furnish. Ile shall
also submit drawings and descriptive m•.tter indicating general dimensions,
principle of operation, and the material's from which the parts are made.
Any bid not having sufficient descriptive matter to describe accurately
the equipment or materials bid upon will be rejected as irregular. The
drawings and descriptive matter submitted by the successful bidder will
be retained by the Owner. Any material departure from these drawings and
descriptive matter as submitted will not be permitted without written per-
mission from the Owner.
(DENTON, TEXAS )
(EQUIPMENT b MATERIALS) B-2
033175
Verbal statements made by the bidder at any time regarding quality,
quantity or arrangement of equipment will not be c-)nsidered.
If alternate equipment or materials are indicated in 0e proposal, it shall
be understood that the Owner will have the option of selecting any one of
the alternates so indicated and such selection shall not be a cause for
extra compensation or extension of time.
B.4 PROPOSAL GUARANTEE. Each proposal shall be accompanied by a proposal
guarantee in an amount not less than 5 per cent of the total bid. The
guarantee shall be a certified check or cashier's check drawn cn any sol-
vent bank, or an acceptable bidder's bond executed by the bidder and a
surety company authorized to do busiuess in the State of Texas.
The proposal guarantee shall be made payable without condition to the
City Treasurer of the City of Denton, Texas, and the amount thereof may be
retained by said City of Denton, Texas as liquidated damages if the bidder's
proposal is accepted and the bidder fails to enter into contract in the
form prescribed, with legally responsible surety, within 10 calendar days
after the date he is awarded the contract.
The p-oposal guarantee of each unsuccessful bidder will be returned after
award of contract or when his proposal is rejected. The proposal guarantee
of the bidder to whom the contract is awarded will be returned wl.tn said
bidder executes the Contract Agreement and files a a tisfactory Performance
Bond. The proposal deposit of the second lowest responsible bidder may be
retained for a period not to exceed 60 days pending the execution of the
Contract Agreement and Performance Bond by the successful bidder.
* B.5 TAXES, PERMITS, AND LiCENW. The bidder's attention is directed to
the provisions set forth in the GENERAL CONDITIONS regarding taxes,, permits,
and licenses.
Each bidder shall be responsible for determining the applicable taxes, per-
mits, and licenses. If the bidder is in doubt as to whether or not a tax,
permit, or license is applicable, he shall state in his proposal whether
this item has been included in his bid price and the amount of the appli-
cable tax, permit, or license in qu:stion.
B.6 TIME SCHEDULE. The time schedule for delivering the specified equip-
ment and materials and submitting the specified drawings and engineering
data will be a basic consideration. The proposal shall be based upon sub-
mittal of drawings and engineering data anJ delivery of equipment and
materials in accordance with the schedule specified in Section IA. It
will be necessary that the bidder satisfy the Owner of his ability to
complete the work within the stipulated time. In this connection, atten-
tion is called to the provisions of the attached GENERAL CONDITIONS
relative to delays and extensions of time.
* Refer to Item 1.4.2 of Contractor's Clarifications and '.xceptions.
(DENTON, TEXAS )
(EQUIPMENT 6 MATERIALS) B-3
033115
A
B.7 LOCAL CONDITIONS. if the work includes furnishing of field super-
vision, each bidder shall visit the site of the work and thoroughly infirm
himself of all conditions and factors which would affect the prosecuttor
and completion of the work; including the arrangement and conditions of
existing or proposed structures affecting or which are affected by the
proposed work, th,i procedure necessary for maintenance of uninterrupted
operation, the availability and cost of labor, and facilities for trans-
portation, handling and storage of materials and equipment.
It must be understood and agreed that all such factors have been properly
investigated and considered in the preparation of every proposal submitted.
No claims for financial adjustment to any contract awarded for the work
under these specificatigns and documents will be permitted by the Owner
which are based on the lack of such prior information or its effect on
the cost of the work.
B.8 INTERPRETATION OF SPECIFICATIONS. If, any prospective bidder is in
doubt as to the true meaning of any part of the proposed contract documents,
hd may submit to the Engineer a written request for an interpretation. The
person submitting the request will be responsible for its prompt delivery.
Any interpretation of the proposed documents will be made only by adder.dum
mailed or delivered to each person receiving a set of such documents. The
Owner will not be responsible for any oirker explanations or interpretations
of the proposed documents.
It shall be the bidder's responsibility to idvise the Engineer, before the
bid opening date, of conflicting requirements or omissions of information
which require clarification. Those questions not resolved by addenda
shall be listed in the space provided on the proposal form, together with
statement of the basis upon which the proposal is made as affected by each
question.
B.4 BOND. The contractor to whom the work is awarded will be required
to furnish a Performaace Bond to the City of Denton, Texas in an amount
equal to 100 per cent of the contract amount. The cost of the bond shall
be included in the lump sum bid price. The bond shall be executed on the
forms provided, copies of which are attached hereto, signed by a surety
company authorized to do business in the State of Texas and acceptable
as surety to the Owner. Copies of "Power of Attorney", certified to
include the date of the bond, shall be filed with the bond.
B.10 ACCEPTANCE AND REJECTION OF BIDS. The Owner resarves the right to
accent the bid which, in its judgment, is the lowest and best bid; to
reje:t any and all bids; and to waive irregularities and informalities
in atky bid that is submitted. Bids received after specified time of
closing will be returned unopened.
n.tl CANCELLATION CHARGES. Each bidder shall submit with his proposal
a schedule of cancellation charges including the latest date on which
such charges would commence.
(DENTON, TEXAS )
(EQUIPMENT b MATERIALS) B'4
033175
PROPOSAL
City of Denton, Texas
City Hall
Denton, Texas
Attention: John Marshall
Purchasing Agent
PROPOSAL FOR SUPERVISORY CONTROL AND DATA ACQUISITION SYSTLM
Gentlemen:
The undersigned bidder, having read and examined the specifications and
associated contract documents for the above designated system, does
hereby propose to furnish the system and provide the services set forth
in this Proposal. All prices stated herein are firm and shall not be
subject to escalation provided this Proposal is accepted within 60 days.
The undersigned hereby declares that the following list states any ane
all variations from and exceptions to the requirements of the contract
documents and that, otherwise, it is the intent of this Proposal that
- the work will be performed in strict accordance with the contract docu-
ments, I
Refer to Section 1.4 for all
clarifications, exceptions, and
assumptions.
(Continued on Page C-6)
(DENTON, TEXAS - 6644)
(SCADA SYSTDI - E-18A) C-1
050975
L~tSS4 SUK PRICE,
The undersigned bidder hereby proposes to furnish the supervisory
control and data acquisition system complete fob tho dispatch center and
each assigned substation, Denton, Texas, in accordance with the spe-
cifications and aasociatcd contract documents as defined in Article GC-1
i of the GENERAL C01MITIOaS for the following firm lump sum price:
w To dred ninety-six thousand, two hundred
thirty dollars 296,230.03 )
Pico in Words)
ADJUSTMENT PRICES FO, OPTIONS.
The following odjustment prices will be used to ad;ust the lump sum
price in the event the Owner elects to exercise any option, any com-
bination of options, or all options specified in Section 2A.
a. * Price adjustment for deleting the specifies limited
graphic color CRT and furnishing a iizited graphic
black and white CRT:
r
Six thou44sL~;ixcc n do~:ars
_ 6,015.04 ) DELt;TE
'i (Price in Words)
* Price adjustment f,r deleting the specified limited
graphic color CRT and furnishing an alpha-numeric
black and white r.RT:
Seven thousand one hundre9 dollars
i 7,100.40 ) DELETE
[ (Price in Words)
* Price adjustment for deleting the remote stations
for King and Hickory Substations and furnishing master
station interfaces suitable for operation with existing
Control Data Corporation Super-Troll It three-state
remote stations located at King and Hickory Substations:
See Item 1.4.13 in Section 1.4.
>
(Price in Words)
r * Not Included in Basis of Contract Award.
(DE Top TEXAS - 6644) C-2
(SCADA Sl5TE2S - E-18A)
050)15
w
ti
~~rx
T
* Price adjustment for reducing the specified core
storage capacity and furnishing mass storage for
storage of noncritical software packages:
11,C rz 1.4.17 in rCCtiort 1.4
i
,
(Price in Words)
* Price adjustment for furnishing all future functions
for Spencer and Denton North Interchange remote sta-
tions fully implemented:
Six thousand five dpllara
_ _ (S 6,005.00 ) ADD
(Price in Words)
* Price adjustment for furnishing one additional future
remote stations with functions as indicated on Table I
included at the end of Subsection 2A3, at the times
indicated:
Prior to shipment of the system: See item 1.4.15 in Section 1,4
r Seventeen thousand, one hundred forty-five
dollars 17,145,00 )
(Price in Words)
One year after the date of contract award:See Item 1.4.15 in Section 1.
Seventeen thousand, eight h+indred thirty
dollars 17,830.00 ,
(Price in !lords)
Two years after the date of contract award: See Item 1.4.15 in Suction 1
Nineteen thousand, two hundred sixty dollars'
p )
(Price in Words) _ 19,260.00
* Price. adjustment for deleting the ASR logger standard
Paper tape punch/reader and furnishing a mylar tape
punch/reader:
See Itesa 1,4.14 in Section 1i4.
r
,
ice in Words)
t * Not included in Basis u: Contract Award.
(DENTO::s TEXAS - 6644)
(SCADA SYSTEM - E-16A) C-3
050975
* Price adjustment for deleting the requirements for
heat testing specified in Subsection 2A6:
See Iten 1 4 12 in Section i is
(Price in Words)
* Price adjustment for deleting data averaging
specified in Subsection 2A4:
Zero
_ 0.00 )
(Price in Words)
r
* price adjustment for Owner's programmer designing
nonstandard software required in Subsection 2A4:
_Six thousand, six-hundre sixty-five
dollars. 6,665.00 )
(Price in Words)
UNIT ADJUSTING PRICES.
7
It is understood that changes in the quantities of system components and
capabilities .,ay be required. The fallowing unit adjustment prices
shall be used to adjust the lump sLtm p ':e for additions to and dele-
tions from the quantities and capabilities included in the lump sum
price. The unit adjustment prices shall include all labor, material,
equipment, taxes, and other costs required to incorporar.d'":he components
and capabilities into the system, including software and services.
Sy 14.16 in Section 1.4,)
~ stem ►unctions per point (tote: See Item..^.
Function Type A
~~1ss Function Type B $ D~lete3
1
Function Type C $ 250.00
Function Type D $ 130,00
„s . n^-,,. _ _ _
Function Typo E
Function Type F $ -60.07
Function Type G $ 30..,0
Function Type H $ 105.0_
* Not included in Basis of Contract Award.
'DENTONI TEXAS - 6644) C-4
(SCAIJA SYSTEM - E-16A)
s 091675
r ~
Function Type I 9`)'ti0
Function Type J $ 95.00
Furction Type K $ 95_00
Function Type L $ 75.00
Function Type M $ Ii5.00_
Cards, each (List all
types proposed.)
Refer to the S
Spare Parts $
prices in $
Section 5.5. $
c
S
Core storage (List smallest
incremental increase allowed.)
4,09b words S 1,000.00
words $
Hourly rate for use of Con-
tractor's computer center for
program deveiuYmenL,
and similar uses. (Include
address of computer center S 28.00 per hour
nearest to Denton, Texas.)
Baker Automation Systems
7131) Earwin Drive
Tv -.770,36
(DF.NTON, TEXAS - 5644) C-5
(SCADA SYST&A - E-18A)
091675
MANUFACTURER'S SUPERVISION.
The following adjusting prices will be used to adjust the lump sum price
for additions to or deductions from the manufacturer's field service
personnel time specified in Section IA:
Per diem at site of the work $ c~ Ite•rn 1.4,18 in Section 1.4.
Per round trip tv and from the
site of the work $_?.e~
(uEhTON, TEXAS - 6644)
(SCADA SYSTDI - E-IBA) C••6
O~lE,?5
Variations from, and exceptions to, the specifications and associated
contract documents (continued from Page C-1).
(DENTON9 TEXAS - 6644)
(SCADA SYSTEM - E-ISA) C-7
091675
PROPOSAL DATA
n.l GENERAL. Complete descriptive information on the proposed system
shall be submitted with the Proposal.
D.2 SPARE PARTS. Bidders shall submit a list of recommended spare
parts which the Owner should stock for normal maintenance purposes. The
spare parts list shall be organized in the following format:
Item No. Required Unit Price
D.3 EQUIPMENT DATA. The information required on the following pages is
to assist the Engineer in evaluating the Proposal and in making an ac-
curate estimate of the work required to install and erect the system.
The dAta listed herein shall, not relieve the Contractor of his respon-
sibility for meeting the requirements of the detailed specifications.
Note: Write entries boldly with black ink or type entries using
carbon black ribbon. Do not use ball point pens.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) D-1
050975
Baker Automation Systems
Bidder's Name
Section 2A - SUPERVISORY CONTROL '
'
AND DATA ACQUISITION
SYSTEM
• Manufacturer Model No. or Tyoc+
Audible alarm -Mallory Sonalert SC 628P
Power supplies (list)
Master Station - L,H, Research L4X-AC-4132 QIJLM
Remote Terminal Unit •Bikor Dcx 019-4
Push buttons 'Master Specialties Series 10E
Indicat':ng lights 'Master Specialties Series 10E
Relays ,
Interposing
Momentary 'Potter & Brumfield PR7 series
Latching 'Potter & Brumfield KUL scrips
Timing
Terminal blocks States Company sliding link
Rotary switches ,Centralab PS series
Central processing unit, with
memory Core Only Mass Memory Option
Manufacturer ':Hewlett Packard Hewlett Packard
Model No. or type 1:2108A i296or. _
Physical size (HxWxD) inches : 8.75"H x 19"W x 23.5"D 10`5" x 19" x 26,625
Weight, pounds ,45 117
Word size, bits ,16-bit 16-bit
(DL14TON, TEXAS - 6644)
(SCADA SYSTEM - 2-18A) D-2
,
091673
Bidder's Nsa,e}
Power requirements 525 VA at 110 volts ac do
Power supply voltgge limits
Maximum allowable _ 13? volts
Minimum allowable 88 volts
Power supply frequency limits
Maximum allowable 66 hertz
Minimum allowable 1+7.5 hertz
Control console
Manufacturer • Baker Automation Systems
Model No, or type •Custom
Physl-cal size (HxWxD)p incbes • Front Panel; 24"H x 142"W x 15"D
• Enclosure: 30"H x ON x 30"D ,
Rack Encl: 90"H x AN x 30"D
Weight, pounds •Est. 1000 lbs.
Power requirements _ 250 VA at 110 volts ac
Power supply voltage limits
Maximum allowable 126 AC _ volts
Minimum allowable 104 AC volts
Power supply frequency limits
Maximum allowable 66 hertz
.a .
Minimum allowable 51 hertz
Core memory
Manufacturer Hewlett Packard
Model No. or type •,X/20
(DENTON* TEXAS - 6644) '
(SCADA SYSTI24 - E-18A) D-3
050975
.
Capacity, words Baker Auto,ru►tion Systens
Aidder's Vame
Six remote stations
15 remote stations 2 °68
Maximum expansion 65536
Size of increments that
may be added, words
4,096
-
Cathode ray tube display
Manufacturer
Intelligent Systems Corporation
Model No. or type Intecolor 8000
Display screen size, inches 19" Diagonal
Number of colors Eight
Physical size (HxWxD), inches 15.75"H x 17.875"'f x 27.5%
Weight, pounds 65
Numb*-,* of characters per line 80
Number of lines 48
Character size „
.125 x .1875" (Approxieately)
Character generation technique Intel 8006 Microprocessor
-
Cursor
Type
White Blinking Under- and Overseers,
Method of movement 'j r
•C, nonce destruc-;Jve. 4 direction plus
"HOMY keys
Method of alarm enhancement blinking, color-reversal
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) '
050975 D-4
Baker Automatlo:. Systems
_.._.-Bidder's N* Wm-el-
Loggers ASR KSR RO
All by.''CX&S I,stY _
Manufacturer ASR -
Model No. or type 73
height, inches 14.6 7.2 7.2
Width, inches 21.2 21.2 21.2 _
Depth, inches 1915 _ 19.5 19.5
Weight, pounds 55 38 38
Power requirements
r Volt-ampere 200 Max 200 ?'Ex 200 Drax
Volts 11 ac 115 ac 115 ac
Power supply voltage limits
r Maximum allowable, volts 126,5 125,5 126.5
E
Minimum allowable, volts ~9'f.75 97.75 97.74
Power supply frequency limits
Maximum allowable, hertz 66 co 66
Minimum allowable# hertz 51 51 51
.375 .375 .375
~ Printing speed, lines per se.:ond
thermal t:^sr-_al _ therr.nl
Printing technique
.4
Character type 5 x r DOT ' 7 DOT 5 Y 7 poi
0,r
c. .105"x.OM" .1C;:.080" .105"x.08
Character size
Number of colors capable of
being printed i.. One Ca One
e• -
Type of paY:~r used TI 71iermographl c, No. 213714
Width of paper used, inches 8.5 ^.5 8.5
* Refer to item 2 of Contractor's
letter dated Deceriber 3, 1975. ;
(oz:40:i, Ti:YAS - 6644) U-5
(SCADA SYSTEIR E-18A)
050975
Baker Automat:cn S steps
(bild-d is Name
ASP. KSR RO
Number of columns printed 8o 8() 60
Number of copies printed One 0110 One
Tape read speed, characters
per sec 30(250 w,o, Pt•tnting)
Tape write speed, characters
per sec 30(250 w.o. printing)
Type of tape used Magnetic_
Method of alarm distinction Isolated Line
Channel controller
Manufacturer Baker Automation Systems
Model No. or type PEAT 26/31 BCH BC/F
Maximum number of channels 8 lines at 1200 bps each
Physical size (HxWxD), inches in rack at Master Station
. .r
Weight, pounds in rack at Master Station
Manufacturer Model No. or Type
Modems BASIC PERP 26/31 BCii
Digital displays BASIC
. PERT 26/31 BCH
Analog to digital converters BASIC PEitT 26/31 B^?i
Remote stations RASic PEAT 26/31 BCH
ti.
Physical size (HxWY.D), inches 90"H 211"4I x 30"D
Weight, pounds
Spencer Est. 1000 lbs.
(DENTON, TEXAS - 6641)
(SCADA SYSTEM E-.V"A) U-6
050975
Baker Auto,i:nttan Systens
• ~1)ldder's Name)
Denton North Interchange Est. 1900 lb:i.
• All others Est. 900 Its.
Power requirements
Spencer - VA At - volts ac
.3 A at 120 volts do
Denton North Interchange - VA at - volts ac
.2 A et 120 volts do
All others - VA at - volts ac
,25 A at 120 volts do
Denton North
' Spencer Interchange All others
Power supply voltage limits '
Maximum allowable, volts 140 VDC 140 vDC 140 VDC
Minimum allowable, volts 105 VDC 105 VDC 105 VDC
Power supply frequency limits
Maximum allowable, hertz - - -
Minimum allowable, hertz - - -
Level of modularity (cards, '
cages, etc,) cards, terninal strips, chassis
r.
Type of backplane wiring'
(motherboard, wire wrap, solder, E:'
etc.) Motherb03rd •a.t; soldered
addressinz wires
(DENTIN, TEXAS - 6644)
(SCADA SYSTEM - F-16A) D-7
050975
Baker Auto!nntion Systems
• ame)
Type and level of Induced bidder's N
voltage protection _ 115 VAC sustained
- i
See Section 11,2
Environmental limits Relative Humidity,
Temperature, F per cent
Remote stations -10°F' to 160°F 10% to 95% N.C.
Master station +50°F to 95°F 10% to 90% N.C4
Master station cable length ,
limitations, feet 75 feet (Max)
Maximum number of remote .
stations per•eommunication channel 512 Addresses (Bee Section 2.1)
System parameters
Control transmission philosophy . See Section 2,1 and 4,3
Control message structure v. See Section 2,1
a,
e.
,
(DEhTON, TEXAS - 6644)
(SCADA SYSTEIf E-18A) D-g
060675
Baker .Aut.o^;k'io;s Syotems
(Isidder's !dame)
• Data transmission philosophy :ee Seatlnn,l
Data message structure See Section 1,1
Error detection techniques See Section 2,1, 2,2
Error detection effectiveness 94% minimur.. per cent
Data transmission efficiency 83.9 per cent
Communication channel grade 3002 with C1 or C2 conditioning
Transmission technique Digital, FSK modem
Transmission speed u. 1200 bits per second
J
Maximum time required to•
report a status change E4. See Section 2,4 sec
Maximum time required to
initiate control .333 , sec
(DENTON, TEXAS - 6044)
(SCADA SYSTEM - E-18.A) D-9
050975
linkR r Aotorrttioq svsterns
bidder's Name)
Maximum system update time Radial Party-line
Communications Communications
Six remote station
system 2.'(89 see 9,977 sec
15 remote station
system 2.'(89 see 24, 13), see
See Section 2,1+,
W
•r{
~a.
i.
r
H
.
(DENTON, TEXAS - 6644) ,
(SCADA SYSTEM - E-18A) D-10
050975
mo mmw
BAKER AUTOMATION SYSTEMS a dvslon of KOBE. INC
~ -
l~^0 RAP.Yf: UA ri+)t;STO'i ~Exa 7T~~i~,, Tff i113i 781 56N•Trl[X 762 7,11
A IlAMfn ()It Tr)O15 COWANf
BASIC REFERENCE EXPIRATION DATE CUbit~MknHtIIRINCE IAGE
Specification 66114 - E - 18A
B-1075-15 13 JAN 1476 Denton Work Ordrr 5985 1 of 1
November 13, 1975
City of Denton, Texas
City Hall
Denton, Texas
Attention: John Marshall, 'Purchasing Agent
Gentlemen:
Subject: Proposal for Supervisory Control and Data Acquisition System
Beker Automation systems is pleased to provide two (2) copies of
BASIC Proposal No. 8-1075-15 for the above referenced specifications.
As a supplier of supervisory control and data acquisition systems
over the past six years, Baker Automation systems has accrued invaluable
experience in the implementation of such systems. We trust, therefore,
that this proposal completely describes our intended solution to your
requirements.
The required Bid Bond is included under separate cover.
W. A. Irsngenbahn
Orders subject to acceptance by BASIC. Entire
agreement will consist of order, acceptance and Terms 0
and Conditlons of Sale on reverse hereof.
Tonto tw ee i m3 (lips) fvtANAOER-APP N ENOINEEPING
BAKER AUTOMATION SYSTEMS a Cv un of r OGf INC
A BAKER OIL TOOLS COMPANY
Terms and Conditions of Sale
* Warranty and Responsibility
1, Baker Automation Systems SBASIC) warrants a4 equipment of its riiiinuiacture to tie free horn detects in material, workmanship
and des gn for a pericd of twelve 1121 months from the date of system s?,ipment Thi s warranty is exclusita and in lieu of all other
warranties erpress or implied. II it appe,7rs within lAelve months from deco of 01T`.0nt II the equipment does not meet this
warranty and BASIC is notified promptly. BASIC shall correct any such defect by rep,ur ng or replacing (at is option) any defective
part or parts which are returned freight prepaid, Warranty coverage is limited to BASIC manufactured equipment and does not
cover other equipmrnt supplied by BASIC as part of a system, All manufaclurer's warranties on such other equipment. IncluJmg
that suppled by any parent, affil ate or subsidiary of BASIC, will be passed on, wiobridged, to the customer,
2 Warrant does not appl;r to equipment which has been in any way modified allered or added to by persons other than BASIC
employr es or it presenlatives unless with BASIC's prior written consent or to equipment not applied according to performance
specificat,ons Warranty coverage does not apply to equipment failures which result from external forces unless the equipment I$
warranted in writing to withstand such external forces,
3. BASIC furiner warrants that all computer programming will, for a period of twelve months from date of shipmcrl, meet wflttan
performance speed cations agreed to by the parties BASIC's liability under the foregoing warranty is limited to correction of
defects reporled in writing to BASIC within the warranty period in sufficient detail to inform BASIC of the nature of the delecl.
a. BASIC will defend at Is own cost and expense any suit charging patent infringement in the use of any unaltered product, and will
pay judgment awarded by a court aga nst customer as a result of any such suit, provided the customer is using the equipment In a
manner prescribed by BASIC, notifies BASIC promptly of such suit and tenders the defense thereof to BASIC.
S. The preceding paragraph shall not apply 10, and BASIC shall have no responi respecting, infringement by any equipment
manufactured by BASIC to a design specified by the customer.
6. BASIC ay,ees 10 supply the instructions and drawings necessary for customer to install, operate and maintain the equipment
furnished hereunder, Where silo preparation is required, customer will prepare the site In accordance with BASIC's written
specifications and wll provide labor for unpacking and locating the equipment Customer assumes responsibility for compliance
with law end will obtain any permits r^qulred for installalion and use
7 Customer will hold BASIC harmless from any and all liability or clam of liability to any person, firm or corporation for damage to
person or property arising out of or in connectron with the use of equipment sold or rented hereunder, or the rendering oil services
hereunder, cocept for damage caused by the fault of BASIC.
8. BASIC w11 hold customer harmless from ail liabi4ly to others for or In connection with damage caused by BASIC's negligence
except in cases where concurrent or contributory negligence of customer shall have conlt buted to such damagia.
9 BASIC will hold customer harmless from any liability lot Injury to employees of BASIC except in cases where such Injury results
from the fault of customer's agents, servants, employees or contractors. •
10 The entire liability of BASIC, inctud•ng express and implied warranties. in connection with its products or services Is set forth above,
and no one is author red to waive or amend the same in any particular.
~~r , r r 6 !r r r S Y r • r r n r $ •
X~l a ~~~[~'r~"/'/y~r y,/gyp / / Yry?/$ r r ~r , f Y${ f rr ~r x i r l r ~r F/y S ♦k$ ~fj }r F{
11* F^r'^' 1~1y. yy 't' .r iG 5/r rr t< r. r 'Fw,Y - h~ < - r r / / r q F~rotS r /i r!r r } Y
~ atyfAt4t11'af`I F r r nt r .C t l r r $ f t l
pt a Or04*0 '1 k. Ni1ti !.anri lice pytlq► nFg aetti rlJ iyiyf(R{j Gf W4
Y pr40VC£ll a r4 r Vtprn#At pit
~~tCEy qust+oniAy alyrfuf> ~6 tf14 #Sd10*EA~'1 tiCr$M c~ISgh!! ! . , },s
COQ+` ANOIC4401110,01.4,00 00 ter
r se)ay+f60} cr ys Illit"4 atherw 04 Si(til too 40, tlfrri'0,0
f~aatC ep(e4 by B~SJC, rid
~lOt+r tirM! fold Intlitt4M A. seta blip tW+ttitlrb! this eripre li "mrotof 44 ivw tyavdh
q~klIkRH r IGxiyM nbtlicebaiEt0tQr13efP~a(n,4AV Nwtdtl~aui +A (4444~e!4Ni0+1A Sf t Gprltrot fngtud^0,Stnr►4tzlfrjiEsd r
?o, 4e~ty! duA to` i;# ilct qt dGq ''ua1A! wAililliAts sq or clvll. n ftky 00fi ~xxt tint, atrl t 10uden
l¢pndo o w« rW4'Qtl~ ys fn
fjpf teGon; qi+ 41tor4 I4s.1N IAA qe, ~net►IRN to ALta3n nOC96EWY I>rbOt mRleels, tomyot~ee(i tit, ~ft44si t AI 10 1
~(ie>F1 l?? .3
>W.,1 ao~e uc~tb , 4irtacq A~ 1yt te~t,afttrd rW,tmed ►a bX cylffWna i; w lq! Gvattihtlr da(rr in t> dticufriKr(!
11 4a t
t 04AT 14 -C~ dm•r ►rray i~Irwat a,+ o, w a+~r o~ w~ft(eA 60*4 ra SOO aria gray vgci+~oym~s sr+ ~A~1~ Of an owtg'~I ~
h#It~!! CVti p~{ by f In Oat 4CSWf►1Ri W bbeb/tfuMhte 41 1)* n4nr•rn! i,n Sri rtatf At } $w. wM .try t r;Jy, + .n ~w a`w it <
~'lixt~~V91e9a we~.itu#~f aoce4,jus! rn~~'auat~ hOrAin do not FnCfudq any tedara,ltfnt, Cou~lty, taa~ ~!"ptr+t~ f4>14a kt~MQ o+~'r.',
pl lR1 f1l. 11 pt t 1e or 1lt f►gt0lntAat
~1►blIfNTli cline" Of 04 al t pk 0 gvtpmr0 WW." ltt 4U $.Q0114ti,! OrI~. AA~1C ~ pfa~n kfou!(9A,1l1tati~"andr s
Will
dot +ch1a #Ay ctMlt to for cir(inq, rritD➢Mq. i4lutA~ke lit ex ►rt oocvmpmirc on,'titht to oobd>, r Alld;r! saA pf goa4>! tAld
s /!lAtrt 1utlR(pboa onee~SiaY C/ttfet}3yltyfffl,lsfrr4dt+0a600,ll mfliyfag)daysrfat+u>,IdRlbtM+bwAonilia(ftroltsyAa
f+i.r~tnr+N ► see w 4ci ro t+ttt► rt+a at bnd +aIasar rrnc f14••k ~fke (tqulompnt nelA tar shr
# x, tngn l W site
Iblfilr A! ~tM,;~~4u It??itpN Mt l
CVilbbl~ISl.r;l+ rttt exp6 e
1vA G4 . NWh4Y 4t id ►01t1tl~yt~ 8A tbC AnY rAQr(lirt ll +i u M will" to lea 10 144 MeC CAI,{A k
P' Qf ~ axaf( iii Ihfrlfh lid h 1 ~r
411
K tfu! x f~,e
l~~ ~ . r.. ,N. r ~ qG 4f:',r.iro4 `'Y44B6~~4f`Erf ~~r'! er~rl~l~t 'F>5',
* Refer to item 1.4.4 of tba ^.ontractor's Clarifications and Excepcionse
Not included in Contract
1.4 CLARIFICATIONS, EXCEPTIONS ARD ASSVPTIONS
Throughout the preparation of any proposal, there are inevitably certain areas
which require additional information or clarification to completely specify
the ;,roposed system. It has always been BASIC's practice to completely
itemize any such areas in which there may be the slightest possibility of
misur,derstandir,g.
In order to expedite the preparation of this proposal, certain reasonable
assumptions have been made as to the actual intent of the specificationa in
various areas. In some cases, these assumptionR are included in the sections
most applicable,
In addition, any special clarifications with respect to the nature of the
equipment being proposed or to BASIC's policies are included in this section.
1.4.1 BASIC herewith acknowledges receipt of Addendum I, October 15, 1975.
1,4,2 Inasmuch as BASIC is not licensed to collect any taxes,, permits,
or licenses which may be assessF-A ago,1Q t.the pu .haser,,_no_~rites quoted ..M
in this proposal inclu,e such taxes, permits, or licenses; all permits,
taxes, and licenses required for in-house work are, however, included.
1.4,3 In reference to Paragraph CC.24, BASIC will respond to requests
for repairs to the equipment within 10 days, unless circumstances beyond
BASIC's control exist. In any case, BASIC requires that the purchaser
notify BASIC in advance of any repair work which may be undertaken ty the
1,4-1
purchaser or a third party. As such, PASIC takes exception to being
billed, without advance nr,tice or estimated cost, of repairs or adjustments
which may be made by the owner or a third party, or S third party chosen by
the owner; without such advance notice, a situation c,Ln quickly become
uncontrollable to any vendor.
14404 BASIC's standard warranty is listed on the back of the quotation
form, and applies to this system as stated therein, Warranty coverage is
limited to BASIC manufactured equipment and does not cover other equipment
supplied by BASIC as part of a system. All manufacutrers' warranties on
such other equipment will be passed on, unabridged, to the customer.
1.4.5 In reference to Paragraph GC,29, payments following the schedule
mentioned in this paragraph cannot be implemented in a system of the type
proposed. All of BASIC's prices are based on a Standard Progress Payment
Schedule, which will apply as follows:
° 30% of total system price due and payable upon completion
of one-third of the delivery schedule.
° 40% of total system price due and payable upon completion
of two-thirds of the delivery schedule.
° 30% of total system price due and payable upon completion
of the factory acceptance test.
1.4.6 BASIC will not supply any necessary connections for the owners
instruments as stated under Paragraph 1A.3. BASIC assumes that these
connections will be provided by the owner as stated in Paragraph IA.2.
BASIC also assumes that any field office furnishings, telephones, supplios,
and equipment will be furnished to BASIC's field representative by the owner,
1.4-2
C
required. In addition, BASIC will not supply any equipment required In
t
the unloading or placement of its equipment at the Sob sites.
Sectional shipments will not be required for BASIC's equipment.
1.4,7
1.4,8 Damage which occurs during shipment will be borne by the shipper
and the insurance.
7
1,4,9 Impact recorders for shipping of BASIC's equipment are not
required and are therefore not included as part of this bid. Should the
r owner require these recorders in any case, such recorders will be provided
and charged directly to the owner for such usage.
1,4.10 BASIC will not perform a vertical flame test on any of the
equipment or wire at its facility.
1.4.11 BASIC will not be held responsible for the noise level of any
proposed equipment not of its manufacture.
1,4,12 The heat testing requirement of Paragraph 2A6.2,1 has not been
included in the system price. Such a test is impractical for the super-
visory control system. In addition, BASIC has no facilities to heat test
all the remote terminal units in their enclosures at the same time,
r However, if necessary, BASIC can provide a quotation for such heat testing
done by a suitable subcontractor at a later date.
1.4.13 No prices have been given for deleting the remote stations for
King and Hickory substations and furnishing master station interfaces
1.4-1
lf
t
suitable for operation with existing itrol Data Corpo:ati.r, ,,:cer-boll II
3-state remote stations located at Fang and Hickory substations. The
1
rtasori tti.iE is twat no data has been provided in the specifications on
the massage format of these Control Data remote ttrminal units. However,
BASIC's NERT 26/31 BCH Master Terminal Unit is capiible of interfacing to
remote terminal units of other vendors' menufacture. BASIC will be pleased
to provide a quotation for this interface once information has been received
on the Controi Data Corporation remote terminal unit.
j ~ 1;.~,~.~C ' ~ Lhe' r~qu.~.ramarl~''.t,~,at t~r~e 1,4$Plez`~ ~~1~► , ~ r#
~ !`s~~er~#" p~x'a~~ota ~ur~vat4~~r81t~~G bas
t 7A f t*4 CIO,
~ ;<~,t3o~~~'^k•~ '~bi~an ~p~~x~►ata~a 't~.i~'~s► ~ ~
r~+ ~AB~~ ~b ~h~~ra~C~~ ~aalu~~ XS~ z~0~~
- +1~,R''X ',`~~Y '7 {~,7►R94'4~ V1F, Y4}',Yi Y~ r
S r rX + > ~ +
y~~,`~y]Qr r! f~ qy ~Ty ~]Y{[Lq M~{M ii' VM ~SiMr~.A~~~7^ ~~4~1{~G
~ rba+~ {.W lL'^"'_""' ,'FP• ` r v~~~T• $1iM~~ V+Nirl+ ! ./i. .11 r.
X~~{n}{~'"rl ~,i.~e jk y, ~f S, .r~. ~...1$!~ r+h••r ~r F{{ _.+.r .r,. `r r ! r}. ,I ~ .rw:::.
1
` 1.4,15 The prices quote'. on Page C-3 of the specifications dealing with
shipment of a future RTU are quoted based on an inflation rate of 2 percent
per quarter and are approximate. Therefore, potential increases or decreases
may occur.
1 1,4,16 The prices shown as per point prices for the various f-.:nction types
t. on Page C-4 and C-5 of the specifications are based on multi-point card
assemblies. As such, a single point cannot be implemented at the prices
* shown, since, depending on equipment + . present and the quantity of points to
. t R Refer to Item 2 of Contractor's letter dated December 3, 1975.
1.'a-4
t
be added or deleted, capability may be inhe nt in the base configuration.
1. 4.17 Due to the quantity of CRT formats and logs on the system, BASIC
has included the disc mass-storage option in the base bid.
1.4.18 The Field Service Rates presented on the following page will
apply for per diem at site of the work for BASIC personnel.
ti
r
r
r
1M
r
r,
r
G
1.4-5
BAKER AUTOrIATION SYSTE.MIS
FIELD SERVICE RATES
OCTOBER 1975
Project Project Software Spec.
Engineer Technicl n Analyst Engineer
8:I,O A.M. to 5:00 P.M. $28/hr.
Monday through Friday $20/h r. $28/hr. $25.00/hr.
5:00 P.M. to 8:00 A.M.
Monday through Saturday; $42/hr. $30/hr. $42/hr. $37.50/hr,
Saturday 8:00 A.M. to 5:00 P.M.
i
5:00 P.M. Saturday
through 8:00 A.M. Monday $56 /hr. $40/nr. $56/hr. $50.00/hr.
Nationally-recognized holidays
of the U.S. & of the country
having jurisdiction over $56/hr. $4o/hr. $56/hr. $50.00/hr,
the installation site, from
12:01 A.M. to 11:59 P.M,
.
Actual time spent -in
travel, portal to portal $28 /hr. $20/hr. $28/hr. $25.00/hr,
from BASIC to job location
Minimum daily charge
Monday through Friday $224/day $160/day $224/day $200.00/day
All personal living and travel expenses will be charged to the customer at
BASIC's cost.
All time measured will be based on the local time of the installation
site. Any time spent in local travel at the job location will be charged
as the local time dictates.
Thc, minimum daily charges are for personnel on-call, away fron BASIC's
facility, regardless of the time spent working.
EA. BAXFR AUTOMATION SYSYFAMS
AMA
SAJW*9 7130 HARWIN OR., HOUSTON, TEXAS 77036 • TEL. (713) 761-56000 TELEX 767.731
A SAKER OIL TOOLS COMPANY
December 3, 1975
City of Denton, Texas
City Hall
Denton, TX 76201
Attention: John Marshall, Purchasing Agent
Gentlemen:
Be- Specification 6644-E-18A
Denton Work Order 5985
BASIC Proposal and Quotation No. B-1075-15
This communication is a letter of clarification of the above-referenced
bid. It was prompted by a re-examination of the specifications and their
intent.
Item 1 Price adjustment due to reclarification of
specifications concerning input interface
relay requirements at the base-bid remote
terminal units: $ 20,750.00
Delete from Lump Sum Price Figure:
* Item 2 In order to meet the Master Station tempera-
ture requirements, BASIC recommends substi-
tution of General Electric Terminet Models
SR, KSR, and hSR with Magnetic Tape for the
Texas Instruments Model 733 R0, KISR, and
ASR Terminals respectively, Master Station
complex would then be specified for operation
from 0°C (+3? F) to 440C (110°F).
Price adjustment to Lump Sum Figure for
above reclarification: None
Item 3 Due to above change in terminals and
reclarification of need for the Nigh Speed
Paper Tape Reader and Punch, price adjust-
ment to Lump Sum Price for deleting item, $ 6,560.00
Delete:
Ite.n 4 Reclarification of polling achene implementing
line switch matrix in lieu of individual moden/
transceiver pairs per BTU; price adjustment to
Lump Sum Price, Delete: $ 2,500.00
* Refer to Item 2 of Contractor's letter dated December 15, 1975.
BA SiC,
ern.a to KOBE, ux
A 1AKEA OIL TOOL$ COMPANY
City of De:iton, Texas
Attention; John Marshall, Purchasing Agent Page 2 of 2
Item 5 Specified training, installation super-
vision, and required documentation is
included in Lump Sum Price.
Price adjustment: bone
BASIC trusts that the foregoing helps in the evaluation of the proposal and
bid. Should further questions arise, please do not hesitate to contact us.
Yours trulyl
G G
Charlea H. Heywood$ III
Marketing Manager
CHH:pmh
bcc: Ed Wilson, Black & Veatch
l
BAKFR AUTOMATION SYSTFMc,
&A* SIC 7130 HA* 1WN HOUSTON Tc'AS 71036* TEL 17131 78t 56N)o TELEX 762.734
dmspon of KOBE. Inc
A BAKER OfL TOOLS COMPANY
December 151 1975
City of Denton, Texas
City Hall
Denton, TX 76201
Attentions John Marshall, Purchasing Agent
Gentlemens
Res Specification 6644-E-18A
Denton Work Order 5985
BASIC Proposal and quotation No. B-1075-15
This communication is a letter of additional clarification of the above
referenced quotation.
Item 1 Spare Parts - Spare parts are included in the base price per
our quotation B-1075-15. The spare parts listed in Section 555
pages 5.5-2 and 5.5-3 represent the quantities and type of part3
Included in the base price.
Item 2 Further investigation of the substitution of General Electric
TermiNet terminals for the originally proposed Texas Instruments
Model 733 terminals indicates that an additional deduction from
the lump sum price (Quotation B-1075-•35) is justified for the
above substitution.
Deduct from the L usp Sum Price $ 1,200,00
Thank you for this rpportuniay to be of service to you and the
City of Denton.
Yours truly,, c
c c/ 41
Charles H. Heywood, III
Marketing Manager
bh
CC: Ed Wilson, Black 6 Veatch
5 SPARE PARTS
The enclosed sheets rerinct BA"M1.3 estimstc of th" , .~c; nded spare parts
holding for the proposed systUM.
Z'he levels of spare p€+rla are art estirite at this ti%i,! only, due to the
unknown nature of the customer's preference for his ,viintenance level,
No spare parts for tht computer or its associated p„ripherals are included,
due to the proximity of service centers in Dallas and Houston. However,
should the custo:aer prefer to have BASIC provide spares for this equipment,
BASIC will be pleased to quote on same,
5.5-1
REMOTE TE:- ,JJNAL INIT
Item fh).-IiS uired Unit Price
Timing azid Control A 1 $ 135.00
Timing and Control B 1 135.00
Timing and Control C 1 185,00
Address Decode 1 130,00
Data Modem 1 370.00
Front End Extender Board 1 50,00
4-point Analog Current Input W/Sealer 2 300.00
Analog-to-Digital Converter 1 360.00
2-point, 24-bit or 6-dig?t Accumulator W/Latch 1 400.00
24-point, Binary Status Input 2 210,00
6-point Status W/Momentary Change Detection 2 360.00
24-point, Momentary Control Output 1 125.00
Sigma 67RV4 Point Relay 5 10.00
PR7 Relay 10 24.00
KUL Relay 25 20,00
1/0 Extender Board - 1 50.00
POae] Supply (129 VDC) 1 )100.00
5.5-2
MASTER TERMINAL WIT
Item Noy N_ tied Unit Price
Modem l $ 370.00
Transceiver 1 335.00
Bus Controller/Formatter 1 165+0.00
Hewlett Packard Computer Interface 1 250.00
Master Station Controller 1 4,000.00
1 240.00
8-point Interrupting YBI
Dual 16-bit Digit Interface 1 150.00
32-point Digital Display Interface 1 150.00
1-point Display Driver (4 Digit) 1 150.00
1-point Display Driver (6 Digit) 1 165.00
4-digit LED Display 1 120.00
6-digit LED Display 1 135.00
• Yxtender I/O 1 125.00
5.5-3
CONTRAC'^ A(.!.K1 11ENT
THIS THIS CONTRACT AGREEMENT, made and entered into this day of ~ At,(pAR
1976, by and between the CITY OF DENTON, TEX)%S, :arty of the First Part y
and hereinafter called the "Owner", and BAKER AUTO1-tA'170N SYSTEMS, A
DIVISION OF KOBE, INC., a California corporation with its principal
office in Houston, Texas, Party of the Second Part and hereinafter
called the "Contractor",
WITNESSETH:
THAT WHEREAS, the Owner has caused to be prepared, in accordance with
law, specifications, plans and other contract documents for the work as
herein ap.,cified; and
WHEREAS, the said Contractor has submitted to the Owner a Proposal in
accordance with the terms of this Contract Agreement; and
WHEREAS, the Owner, in the manner prescribed by law, has determined and
declared the aforesaid Contractor to be the lowest and beat bidder for
the said work and has duly awarded to the said Contractor a contract
therefor, for the sum or sums named in the Contractor's Proposal, a copy
thereof being attached to and made a part of this Contract Agreement;
NOW, THEREFORE, in consideration of the compensation to be paid to the
Contractor and of the mutual agreements herein contained, the parties to
these presents have agreed and hereby agree, the Owner for itself and
its successors, and the Contractor for itself, himself, or themselves,
or its, his or their successors and assigns, or its, his or their ex-
ecutors and administrators, as follows.
ARTICLE I. That the Contractor shall furnish fob the dispatch center
and each assigned substation the supervisory control and data acquisi-
tion system, and provide miscellaneous materials and services complete
as specified and required in accordance with the provisions of the con-
tract documert? and t1._ tl.~4, ,r :Lr6Ct A—-A itI I . are HLCHCned and
made a part hereof, and eh a11 execute and complete all work included in
and covered by the Owner's official award of this Contract Agreement to
the said Contractor.
ARTICLE II. That the Owner shall pay to the Contractor for the work and
materials embraced in this Contract Agreement, and the Contractor will
accept as full compensation therefor, the sum (subject to adjustments as
provided by the contract) of TWO HUNDRED SIXTY-FIVE THOUSAND TWO HUNDRED
TWENTY AND N01100 DOLLARS ($265,220.00) for all work covered by and in-
cluded in the contract award, designated in the foregoing Article I;
payment to be made in cash or its equivalent in the manner provided in
the specifications attached hereto.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) CA-1
J
ARTICLE III. That time of completion is of the essence of the Contract
Agreement, and that the Contractor shall proceed with the specified work
and shall conform to the schedule set forth in Secclon IA, Article IA.6
of the Specifications.
IN WITNESS WHEREOF, the parties hereto have executed this Contract
Agreement as of the day and year first above written.
CITY OF DEN'TON, TEXAS
(SEAL)
By
Attest
BAKER AUTOMATION SYSTEMS,
A DIVISION OF KOBE, IN{:.
(SEAL)
By c
Attea '
17
1 y y J V y y iy y ,y
The foregoing Contract Agreement is in correct form according to law and
is hereby approved.
i
Attorney for Owner
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) CA-2
PERFORMANCE BOND
KNOW ALL MEN BY THESE: PRESENTS that we, BAKER AM MATION SYSTDIS, A
DIVISION OF KOBE, INC., of Houston, Texas, hereinafter referred to
as "Contractor", and
a corporation organized under the laws of the State of
and authorized to transact business in the State of 'I'~xns, ash eery",
are held a7d firmly bound unto the CITY OF DENTON, '11,XAS hereinafter
referred to as 'Owner", in the penal sum of TWO HUNDRED SIXTY-FIVE.
THOUSAND TWO HUNDRED TWENTY AND N-1/100 DOLLARS ($165,270.00), for the
payment of which sum, well and truly to be made to the Owner, we bind
ourselves and our heirs, executors, administrators, successors, and
assigns, jointly and severally, by these presents:
WHEREAS, on the day of , 1976, the Contractor entered
into a written contract with the Owner for furnishing materials, sup-
plies, and equipment not furnished by the Owner, construction tools,
equipment, and plant, and the performance of all necessary labor, for
and in connection with the construction of certain improvements deacribed
in the attached contract documents; and
WHEREAS, it was a condition of the contract award by the Owner that
these presents be executed by the Contractor and Surety;
NOW, THEREFORE, if the Contractor shall, in all particulars, well, duly,
and faithfully observe, perform, and abide by each and every covenant,
condition, and part of the said contract, and the conditions, specifica-
tions, drawings, and other contract documents thereto attached or, by
reference made a part thereof, according to the true intent and meaning
in each case, then this obligation shall be null and void; otherwise it
ahall remain in full force and effect.
PROVIDED FURTHER, that if the Contractor shall fail to pay all just
claims and demands by, or in behalf of, any employee or other person, or
any firm, association, or corporation, for labor performed or materials,
supplies, or equipment furnished, used, or consumed by the Contractor or
his subcontractors in the performance of the work, then the Surety will
pay the full value of all such claims or demands in any total amount not
exceeding the amount of this obligation, together with interest as
provided by law.
THE UNDERSIGNED SURETY, for value received, hereby agrees that no exten-
sion of time, change in, addition to, or other modification of the terms
of the contract or work to be performed thereunder, or of the specifica-
tions or other contract document, shall in any way affect its obligation
on this bond, and the Surety does hereby waive notice of any such exten-
sion of time, change, addition, or modification.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) PB_1
IN TESTIMONY WHEREOF, the Contractor has hereunto set his tiand and the
Surety has caused these presents to be executed in its nave and its
corporate seal to be affixed by its attorney-in-fact at
_-on this the day of
1976.
BAKER AUIORATION SYSTEMS,
A DIVISION OF KOBE, INC. (SF,!Q
By
(SURETY COMPANY)
By (SEAL)
(Attorney-in-fact)
By
(State Representative)
(Accompany this bond with attorney-in-fact's authority from the Surety
Company certified to include the date of the bond.)
(DENTON, TEXAS 6644)
(SCADA SYSTEM - E-18A) PB-2
BASIS OF CONTRACT AWARD
The following specific stipulations were agreed upon in the Owner's
acceptance of tha Contractor's Proposal and are hereby made a part of
the Contract for the supervisory control and data acquisition system
to be furnished under Specification 6644 - E-18A:
1. The Contractor's proposal letter dated November 13, 1975
is bound herein and hereby made a part of these contrast
documents.
2. The Contractor's letterb dated December 3, 1975 and
December 15, 1975 (with attachments thereto), are bound
herein and hereby made a part of these contract documents.
3. It is understood and agreed that the Owner reserves the
option of requiring the Contractor to exercise the options
as stated under "Adjustment Prices for Options" subject
to design finalization.
4. It is understood and agreed that the Owner reserves the
option of requiring the Contractor to furnish additional
remote stations in accordance with the applicable price
stated on Contractor's proposal page C-3.
5. The Total Contract Price to a lump sum price comprised as
follows:
a. Firm lump sum price for
furnishing the supervisory
control and data acquisition
system as stated on Contractor's
proposal page C-2 $296,230.00
b. Lump sum price deduction for
reclarification of specifi-
cations concerning input in-
terface relay requirements
as stated in Item 1 of Con-
tractor's letter dated
December 30 1915 ( 20,750.00)
(DENTON, TEXAS - 6644) l
(5i:ADA SYSTEM - E-18A) -
C. Lump sum price deduction for
subtlituting the General
Electric Terminet Models SR,
KSR, and KSR with Magnetic
Taape for the Texas Instru-
ment,3 Model 733 RO, KSR and
ASR respectively, as stated
in Iten 2 of the Contractor's
letter dated December 15, 1975 ( 1,200.00)
d. Lump sum price deduction for
deleting the high Speed Paper
Tape Reader and Punch as stated
ir. Item 3 of the Contractor's
letter dated December 3, 1975 ( 6,560.00)
e. Lump sum price deduction for
reclarification of polling
scheme implementing line
switch matrix in lieu of in-
dividual modem/transceiver
pairs as stated in Item 4 of
Contractor's letter dated
December 3, 1975 ( 2,500.00)
Total Contract Price $265,220.00
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) BA-2
GENERAL CONDITIONS
GC.1 CONTRACT DOCUMENTS. It is understood and agreed that the Adver-
tisement for Bids, Instructions to Bidders, Proposal, Proposal Data,
Contract Agreement, Performance Bond, General Conditt("is, Specifications,
Drawings, Addenda, and Change Orders issued by the Ow,iur or the Engineer,
and specifications and engineering data furnished by the Contractor and
accepted by the owner, are each included in this Contract and the work
shall be done in accordance therewith.
GC.2 DEFINITIONS. Words, phrases, or other expressini},; used in these
contract documents shall have meanings as follows:
1. "Contract" )r "contract documents" shall incluiic the
items enumerated above under CONTRACT DOCUMENTr.
2. "Owner" shall mean the City of Deacon, Texas named and
designated in the Contract Agreement as "Party of the
Fitst Part", acting through its Public Utilities Board
and City Council and their duly authorized agents. All
notices, letters, and other communication directed to
the owner shall be addressed and delivered to the City
of Denton, Texas, Municipal Building, Denton, Texas
76201.
3. "Contractor" shall mean the corporation, company,
partnership, firm, or individual named and desig-
nated in the Contract Agreement as the "Party of
the Second Part", who has entered into this Contract
for the petfornLance of the work covered thereby, and
its, his, or their duly authorized representatives.
4. "Subcontractor" shall mean and refer only to a
corporation, partnership, or individual having a
direct contract with the Contractor for performing
work covered by these contract documents.
5. "Engineer" shall mean the firm of Black & Veatch,
Consulting Engineers, 1500 Meadow Take Parkway,
mailing address P.O. Box 8405, Kansas City, Missouri
64114, or its duly authorized agents, such agents
acting within the scope of the particular duties
nnrrusted to them in each case.
6. "Date of contract", cr equivalent words, shall mean
the date written in the first paragraph of the
Contract Agreement.
(DENTON, TEXAS )
(EQUIPMENT & MATERIALS) GC-1
033175
7. "Day" or "days", unless herein otherwise expressly
defined, shall mean a calendar day or days of
24 hours each.
8. "The work" shall mean the equipment, supplies, mate-
rials, labor, and services to be furnished under the
contract and the carrying out of ill obligations
imposed by the contract documents.
9. "Drawings" or "plans" shall mean all (a) drawings,
furnished by the Owner as a basis for propoi iis,
(b) supplementary drawings furnished by the Ovntier to
clarify and to define in greater detail the intent
of the contract drawings and specifications, (c)
drawings submitted by the successful bidder with his
proposal, provided such drawings are acceptable to
the Owner, (d) drawings furnished by the Owner to
the Contractor during the progress of the wore., and
(e) engineering data anal drawings submitted by the
Contractor during the progressa of the work, provided
such drawings are acceptable to the Engineer.
10. Whenever in these contract documents the words "as
ordered", "as directed", "as required", "as permitted",
"as allowed", or words or phrases of like import are
used, it shall be understood that the order, direction,
requirement, permission, or allowance of the Owner
or Engineer is intended only to the extent of judging
compliance with the terms of the contract; none of
these terms shall imply the Owner or the Engineer has
any authority or responsibility for supervision of r,.
the Contractor's forces or construction uperations,
such supervision and the sole responsibility therefor
being strictly reserved for the Contractor.
l 11. Similarly the words "approved", "reasonable", "suit-
t able", "acceptable", "proper", "satisfactory", or
words of like effect and import, unless otherwise
particularly specified herein, shall mean approved,
reasonable, suitable, acceptable, proper, or satis-
factory in the judgment of the Owner or Engineer, to
the extent provided in ("10") above.
12. Whenever in Ihrr;, contract documents the expre;sio11
"it is understood and agreed" or an expression of
like import i5 used, such expression means the mutual
understanding and agreement of the parties executing
the Contract Agreement.
(DENTON, TEXAS )
(EQUIPMENT 6 MATERIALS) C('_2
033175
13. "Official acceptance" shall mean the Owner's written
acceptance of all work performed under this Contract,
based on the Engineer's final inspection anti lso,kiance
of a final payment certificate.
GC.3 EXECUTION OF CONTRACT. Four copies of tho rontrirI Iocuments wilt
be prepared by the Engineer. 1,11 ec1p1er; wi 11 be :W111-1 l I -d to the Con-
tractor and the Contractor shall execute the Contract A;;reement, insert
executed copies of the required bonds and power nl ;ILL4,rncy, and submit
all copies to the Owner. The (Lite of contract r-n Lhr- runtract. and bond
forms shall be left blank for filling in b th,- Owno r. the certifica-
tion date on the power of attorney shall also be left hlrtnk for filling
in by the Owner.
The Owner will execute all copies, insert the date of contract on the
bonds and power of attorney, retain one copy, and forward one copy each
to the Contractor, Surety, and Engineer.
GC.4 LEGAL ADDRESSES. The business address of the Contractor given in
the Proposal is hereby designated as the place to which all notices,
letters, and other communication to the Contractor will be mailed or
delivered. The address of the Owner appearing on Page Gr_-1 is hereby
designated as the place to which all notices, letters, and other communi-
cation to the Owner shall be mailed or delivered. Either party may
change his address at any time by an instrument in writing delivered to
the Engineer and to the other party.
GC.5 SCOPE AND INTENT OF CONTRACT DOCUMENTS. The specifications and
drawings are intended to supplement but not necessarily duplicate each
other. Any work exhibited in the one and ;lot in the other shall be exe-
cuted as if it had been set forth in both, so that the work will be con-
structed according to the complete design as determined by the Engineer.
Should anything necessary for a clear understanding of the work be omitted
from the specifications and drawings, or should the requirements appear
to be in conflict, the Contractor shall secure written instructions from
the Engineer before proceeding with the work affected thereby. It is
understood and agreed that the work shall be performed according to the
true intent of the contract documents.
GC A INDEPENDENT CONTRACTOR. The relationship of the Contractor to the
Owner shall be that of nn independent contractor.
GC.7 tIRAI. sTATWVNTF. It is understood inri..azr
terms and provisions of this agreement shall supersede all oral. statements
of representatives of the Owner, and oral statements shall not be effec-
tive or be constr-ted as being a part of this Contract.
(DENTON, TEXAS )
(EQUIPMENT & MATERIALS) CC-3
033175
GC.g REFERENCE STANDARDS. Reference to the standards of any technical
society, organization, or association, or to codes of local or state
authorities, shall mean the latest standard, code, specification, or
tentative standard adopted and published at the date of taking bids,
unless specifically stated otherwise.
GC.9 NO WAIVER OF RIGHTS. Neither the inspection by the Owner or Engi-
neer or any of their officials, employces, or agents, nor any order by
the Owner or Engineer for payment of Money, or any payment for, or accept-
ance of, the whole or any part of the work by the owner or Engineer, nor
aay extension of time, nor any possession taken by thu Owner or its
employees, shall operate as a waiver of any provision of this Contract,
or of any power icrein reserved to the Owner, or any right to damages
herein providPi, nor shall any waiver of any breach in this Contract be
held to be a waiver of any other or subsequent breach.
GC.10 AUTHORITY OF THE ENGINEER. To prevent delays and disputes, and
to discourage litigation, it is agreed by the parties to this Contract
that the Engineer shall determine the quantities of work which are to be
paid for under the contract and shall determine all questions in relation
to the work.
If in the opinion of the Contractor or the Owner a decision made by the
Engineer is not in accordance with the meaning and intent of the contract,
either party may file with the Engineer and the other party to the con-
tract, within 30 days after receipt of the decision, a written objection
to the decision. Failure to file an objection within the allotted time
will be considered acceptance of the Engineer's decision and the decision
shall become final and conclusive.
The Engineer's decision and the filing of the written objection thereto
shall be a condition precedent to the right to request arbitration or
to start action in court.
Jt is the intent of this agreement that there shall be no delay in tine
execution of the work and the decision of the Engineer as rendered shall
be promptly observed.
GC.11 ENGINEERING INSPECTION. The Owner may appoint (either directly
or through the Engineer) such inspectors as the Owner deems proper to
inspect the materials furnished and the work performed for compliance
with the drawings and specifications. The Contractor shall furnish all
reasonable assistance required by the Engineer, or inspectors, for the
proper inspection of the wt,Lk. 51ihuid the Contractor object to any
interpretation of the rnntract by an inspector, the Contractor may mike
written appeal to the Engineer for a decision.
(DENTONI TEXAS )
(EQUIPMENT b MATERIALS) GC-4
0331)5
Y
Inspectors shall have the authority to reject work which is unsatisfsctory,
faulty, or defective or does not conform to the requi.emeuts of the draw-
ings and specifications. Inspection shall not relieve the Contractor
from any obligation to perform the work strictly in accordance with the
drawings and specifications.
GC.12 RIGHT OF OWNER TO TERMINATE CONTRACT. If the work to be done
under this Contract is alandoned by the Contractor; or if thiq Contract
is assigned by him without the written consent of the Owner; or if the
Contractor is adjudged bankrupt; or if a general ass;knment of his assets
is made for the benefit of his creditors; or if a recelver is appointed
for the Contractor or any of his property; or if at any time the Engineer
certifies in writing to the Owner that the performance of the work under
this Contract is being unnecessarily delayed, that the Co<tractor is
violating any of the conditions of this Contract, or that he is executing
the same in bad faith or otherwise not in accordance with the terms of
said contract; or if the work is not tubstantially completed within the
time named for its completion or within the time to which such completion
date may be extended; then the owner may serve written notice upon the
Contractor and his surety of the owner's intention to terminate this
Contract. Unless within 5 days after the serving of such notice, a satis-
factory arrangement is made for continuance, this Contract shall termi-
nate. In the event of such termination, the surety shall have the right
to take over and complete the work, provided that if the surety does not
commence performance within 30 days, the Owner may take over and prose-
cute the work to completion, by contract or otherwise. The Contractor
and his surety shall be liable to the Owner for all excess cost sustained
by the Owner by reason of such prosecution and completion. The Owner
may take possesriion of, and utilize in completing the work, all materials,
equipment, tools, and plant on the site of the work.
GC.13 HINDRANCES AND DELAYS. The Contractor expressly agrees that tYz
period of time named in the Contract Agreement to complete all work in-
cludes allowance for all hindrances and delays incident to the work. No
claim shall be made by the Contractor for hindrances or delays from any
cause during the progress of the work, except as provided under SUSPEN-
SION OF WORK and EXTENSIONS OF TIME.
GC.14 SUSPENSION OF WORK. The Owner reserves the right to su-pend and
reinstate execution of the whole or any part of the work without invali-
dating the provisions of the contract. Orders for suspension or tein-
statement of work will be issued by the Owner to the Contractor in writ-
ing. The time for completion of the work will. be extended for a period
a ngnal to the time lost by reason of the suspensi.;,:.
Changes in Contractor's price or c'elivery schedules which occur during a
period of suspension ordered by the Owner shall not affect this Contract
except as agreed by the Owner and the Contractor. If the Contractor
(DENTON, TEXAS )
(EQUIPMENT b MATERIALS) GC-5
031175
proposes to apply such changes to this Contract, he shall present his
proposal to the Owner in writing. During the 30 day period from and after
the receipt by the Owner of such written proposal, the Owner shall be
permitted to reinstate the work without change. If the work is not
reinstated during this 30 day period, the Owner and the Contractor shall
agree upon reasonable and proper changes or the Owner may cancel the
unshipped portion of the work.
Changes in delivery schedule shall mean extension of the scheduled time
of delivery beyond the number of days of the suspension period.
GC.15 EXTENSIONS OF TIME. Should the Contractor be delaye.i in the
final completion of the work by strike, fire, or other cause outside of
the control of the Contractor and which, in the opinion of the Engineer,
could have been neither anticipated nor avoided, then an extension of
time sufficient to compensate for the delay, as determined by the Engineer,
will be granted by the Owner; provided that the Contractor gives the
Owner dnd the Engineet ,rompt notice in writing of the cause of delay in
each case and demonstrates that he has used all reasonable means to
minimize the delay.
Extensions of time will not be granted for delays caused by unfavorable
weather, unsuitable ground conditions, inadequate construction force, or
the failure of the Contractor to place orders for equipment or materials
sufficiently in advance to insure delivery when needed.
CC.16 DELAYED SHIPMENT. The Owner reserves the right to order the Con-
tractor to delay shipment of equipment and materials herein contracted.
In the event such a delay is ordered by the Owner in writing, the Owner
will pay the Contractor reasonable and proper extra charges incurred by
the Contractor as a result of the delay. Such extra charges shall include
storage charges, handling charges, insurance, interest on investment, and
transportation charges to the storage facility.
OC.17 CANCELLATION OF WORK. The Owner reserves the right to cancel the
unshipped portion of the work. In the event e%f r-nncellation, the Owner
will pay the Contractor reasonable and proper cancellation charges.
CC.18 MODIFICATIONS. The Contractor shall modify the work whenever so
ordered by the Owner and such modifications shall not affect the validity
of the contract. Modifications may involve increases or decreases in
the amount of the work for which appropriate contract price adjustment
will be made.
Except for minor bu aiat.1. iuvclvc :.0 contr8.rt prtce. aij118LmeiLL ut
other monetary consideration, all modifications shall be made under the
authority of duly executed change orders issued and signed by the Owner
and accepted and signed by the Contractor.
(UENTON, TEXAS )
(EQUIPMENT 6 MATERIALS) CC-6
031175
GC.18.1 Extra Work. If a modification increases the amount of the
work, and the added work or anv part thereof is of a type and character
sfi ich can properly and fairly be classi(led under one or more unit prico
items of the Proposal, then the added work or part thereof shall be p.iid
for according to the amount actually done and at the applicable unit
price. Otherwise, such work shall be paid for as hereinafter provided.
Claims for extra work will not be paid unless the work covered by such
claims was authorized in writing by the Owner. The Contractor shall not
have the right to prosecute or maintain either an arbitration proceeding
or an action in court to recover for extra work unlesq the claim is based
upon a written order from the owner. Payments for extra work will be
based on agreed lump sums or on agreed unit prices whenever the Owner
and the Contractor agree upon such prices bef-)re the extra work is
started; otherwise, payments for extra work will be based on the actual
direct cost of the work plus a percentage allowance. The percentage
allowance shall include the Contractor's extra profit and extra overhead
and, unless otherwise agreed by the Contractor and the Owner, the percen-
tage allowance shall be 15 per cent of the total direct cost.
For the purpose of determining whether proposed extra work will be
authorized, or for determining the payment method for extra work, the Con-
tractor shall submit to the Engineer, upon request, a detailed cost esti-
mate for proposed extra work. The estimate shall show itemized quantities
and charges for all elements of direct cost and a percentage allowance to
cover extra profit and extra overhead. Unless otherwise agreed upon by
the Contractor and the Owner, the percentage allowance shall be 15 per
cent of the total direct cost.
GC.18.2 Decreased Work. If a modification decreases the amount of work
to be done, such decrease shall not constitute the basis for a claim
for damages or anticipated profits on work affected by such decrease.
Where the value of omitted work is not covered by applicable unit prices,
the Engineer shall determine on an equitable basis the amount of (a)
credit due the Owner for contract work not done as a result of an
authorized change, (b) allowance to the Contractor for any actual loss
incurred in connection with the purchase, delivery, and subsequent dispo-
sal of materials or equipment required for use on the work as planned
and which could not be used in any part of the work as actually built,
and (c) any other adjustment of the contract amount where the method
to be used in making such adjustment is not clearly defined in the con-
tract documents.
GC.19 ARBITRATION. Bef,re bringing any action in court pertaining
to a decision of the Engineer, the objector (hereinafter referred to
as Party A) to the decision shall first offer to arbitrate the question
with the other party to the contract (hereinafter referred to as Party
B) by notifying him in writing and setting forth in such notice the
question tr be arbitrated.
(DENTON, TEXAS )
(EQUIPMENT 6 MATERIALS) G$7-7
033175
Party B can elect to arbitrate or not. If Party B agrees to arbitrate
he shall so advise Party A in writing within 10 days after receipt of
• Party A's notice. Notice by Party B that he does not wish to arbitrate
or failure of Party B to notify Party A within the 10 day period will
give Party A the right to start action in court.
If Party B agrees to arbitrate, Party A shall choose an arbitrator and
shall notify Party B of the name of the arbitrator within 10 days
after receipt of Party B's notice. Party B shall notify Party A in
writing within 10 days after receipt of the said notice that the
arbitrator named by Party A shall act as sole arbitrator or shall name
an additional arbitrator. If Party B names an additional arbitrator,
then the arbitrator named by Party A and the arbitrator named by Party
B shall choose a third arbitrator.
The arbitrator or arbitrators shall act with promptness. In the case
of three arbitrators, the decision of any two shall be binding on both
parties to the contract, as shall that of a single arbitrator if the
dispute is submitted thereto as heretofore provided. The decision of
the arbitrator or arbitrators may be filed in court to carry it into
effect, if necessary.
If they consider that the case so demands, the arbitrator or arbitrators
are authorized to award the party whose contention is sustained such
sum or sums as they may deem proper for the time, expense, and trouble
incident to the appeal, and if the appeal was taken without reasonable
cause they may award damages for any delay occasioned thereby. The
arbitrators shall receive reasonable compensation for their services.
The arbitrators shall assess the costs and charges of the arWration
upon either or both parties. The decision of the arbitrators must be
made in writing and shall not be open to objection on account of the
form of proceedings or award.
If for any reason, after the said notices have been duly given by Party
A and Party B. the arbitrators appointed shall be unable or shall fail
to act with reasonable promptness in appointing a third arbitrator,
Party A (or, if he does not do so within a reasonable time, Party B)
may request a judge of the United States District Court who regularly
holds court in the district in which the site of the work, or any part
thereof, is located, to appoint the third arbitrator. If it appears
to the judge that the two arbitrators originally appointed were unable
or failed to act with reasonable promptneso in appointing a third
arbitrator, he may appoint the said third arbitrator and such an ap-
pointment shall constitute a conclusive determination that the arbitra-
tors originally appointed were so unable or failed to act with reasonable
promptness and, if the said judge acted at the request of Party B, that
Party A did not make such request within a reasonable tine,
(DENTON* TEXAS )
(EQUIPMENT b MATERIALS) GC-8
033175
If for any reason after the arbitrator or arbitrators have been duly
appointed, the arbitrator or arbitrators shall. be unable or shall fail
to act with reasonable promptness in reaching a decision regarding the
question submitted to arbitration, Party A (or, if he does not do .9o
within a reasonable time, Party B) may request a judge of the United
States District Court who regularly holds court in the district in which
the site of ttie work, or any part thereof, is located, to appoint three
new arbitrators co act hereunder. If it appears to puch judge that the
arbitrator or arbitrators originally appointed were unable or failed to
act with reasonable promptness in reaching a decision regarding the
question submitted to arbitration, he may appoint three new arbitrators
to act hereunder and such an appointment shall constitute a conclusive
determination that the arbitrator or arbitrators originally appointed
were so unable or failed to act with reasonable promptness, and, if the
said judge acted at the request of Party B, that Party A did not make
such request within a reasonable time.
If for any reason a third arbitrator, or three new arbitrators shall
not be appointed b,' a judge of the United States District Court under
the circumstances hereinabove described, or if three new arbitrators
are so appointed and are unable or fail to act with reasonable prompt-
ness in reaching a decision regarding the question submitted to
arbitration, then the arbitration procedure shall be deemed to have
failed, and the parties shall be free to assert their rights in the
same manner as if they had not agreed to submit the question to
arbitration.
If the above agreement to submit questions of 1ir.pute to arbitration
is not enforceable under the law of applicable jurisdiction, each q:1ch
question after it has arisen may, by agreement of both parties, be
submitted to arbitration in the manner set forth above.
The Contractor shall not cause a delay of the work during any arbitra-
tion proceedings, except by agreement with the Owner. It is understood
and agreed by the parties to the contract that no requirement or state-
ment herein ahall be nc rorrailin¢ the power of the Engineer
to determine the amount, quality, and acceptability of work and materials.
GC,20 LAWS :l3M PZGULATIONS. The Contractor shall observe and comply
with all ordinances, laws, and regulations, and shall protect and
indemnify the Owner and the Owner's officers a,i'' agonta aRaine' any
claim or liability arising from or based on any violation of the sane.
* GC.21 TAXES, PERMITS, AND LICF;NSF.S. Unless otherwise specified in these
I
contract documents, the Contractor shall pay all sates, use, and other
taxes that are lawfully assessed against the Owner or Contractor in
connection with the work included in this Contract and shall obtain and
pay for all licenses, permits, and inspections required for the work.
* Refer to Item 1.4.2 of Contractor's Clarifications and Exceptions.
(DENTON, TEXAS )
(EQUIPMENT 6 MATFRIAI.S) GC-9
033175
The Contractor will be compensated for any increase in tax rates, license
fees, and permit fees or any new taxes, licenses or permits imposed after
the date of the Proposal; provided however that this provision shall be
limited to sales, usr, and ex^tse taxes assessed against the completed work
and to licenses and permits required specifically for the proposed work.
GC.22 PATENTS. Royalties and fees for patents covering materials,
articles, apparatus, devices, equipment, or processes used in the work,
shall be included in the contract amount. The Contractor shall satisfy
all demands that nay be made at any time for such royalties or fees and
he shall be liable for any damages or claims for patent infringements.
The Contractor shall, at his own cost and expense, defend all suits or
proceedings that may be instituted against the Owner for alleged Infringe-
ment of any patents involved in the work and, in case of an award of
damages, the Contractor shall pay such award. Final payment to the
Contractor by the Owner will not be made while any such suit or claim
remains unsettled,
GC.23 MATERIALS AND EQUIPMENT. Unless specifically provided other-
wise in each case, all materials and equipment furnished for permanent
installation in the work shall conform to applicable standard specifi-
cations and shall be new, unused, and undamaged when installed or other-
wise incorporated in the work. No such material or equipment shall be
used by the Contractor for any purpoi;e other than that intended or
specified, unless such use is specifically authorized by the Owner in
each case.
• GC.24 GUARANTEE. `ChR`COntiCAfitGX gis`erlntcss 1~h~k: ~rhS; york ~18Ykxt1. contracts3d
x
~t:~ attQ ~1!, be £ra,~ Rroea defet0 des3cx. wurkship
pot
d WtIio 4u~ 1>` withia tha 40,40, aA.; lad t 4:46xkJF04 Xso `xo west the
rpviefooe o t1►io guaxant ttaermtrAttor sW pi'osgptly correct any
d~ects~aCd$sacostICtte w+it>x` khl epottatogs~, by adjustment,
tit 0 da~e640e party o>, :,Wexfala+
x psi>r, f r~ ~ *r".
~fha guarantee period sha~1*1> tor. a~eYdaandoSS41 11Aeoda oi~ao!►thathlattrl
br';:IR~t17}t {7pfgiaLawut.::,....
I tea~4ut+ r~i l t er! o 1<LI Td represtelatarivs±A Ord ia0.luQ 4 ; In the i;ef iyset, such
,`itrvias1 tX be fs~rtsw,ied by tlui Cotitreolar!.~ithout co~t.~ar tha lost
.1t Ct~A>A ~Y Q8i ACt`$r
guaYat t stsall tie axteudad; to xnvex`, atk, 00irs as id replaceaertts
urns shad undsXj the. 844t an ea AM Vopir 0 oP~/ the $uar~nree or each
:such XV sir as .,r p3aaea at siltuJ3 bs ON year OtO u6toll.atlon or
tse Ccntrxctar ++iti. b16 giv, 6 Ap opportutt#ty ra, Gonlvire the esMieteace of the
deles:r liar ha sha2><- hat d0 3~ity the corractfatt Wkite souk#a~sicb 4etezo#naw
' lads ~ .
* Refer to Item 1.4.4 of Contractor's Clarifications and Exceptions.
(DENTON, TEXAS )
GC-1G
(EQUIPMENT b MATERIALS)
033175
* if within 10 days after the Owner has notified the on', ractor of a defect,
failure, or abnormality in the work, the Contractor has not started to
make the necessary repairs or adjustments, the Owner is hereby authorized
to make the repairs or adjustments or to order the work to be done by a
third party, the cost of the work to be paid by the Contractor.
IR! :>:i o!" sa earergency wl~erre; , i tha;', ~ud8a,ea~t of `Et~e ~S►a~r~ delan
>,,bv.Xd tau toet`~ioi1~ ;ties or daa►age, rspa~tr~ or , sd f usC~irs asi~y reads
by ;x 4~n►itli tisidptty cbot~n by thr3 #~#Sr tsithiful: advaacs notice
to ktisonttect~ ,!kt ~ cont. of :h@ wvicssha? bo paid by ttiia Cotitactar,'
CX
CC.25 INSURANCE. The Contractor shall secure and maintain insurance of
such types and in such amounts as may be necessary to protect himself and
the interests of the Owner against all hazards or risks of loss as here-
inafter specified. The form and limits of such insurance, together with
the underwriter thereof in each case, shall be acceptable to the Owner
but regardless of such acceptance it shall be the responsibility of the
Contractor to maintain adequate insurance coverage at all times. Fail-
ure of the Contractor to maintain adequate coverage shall not relieve
him of any contractual responsibility or obligation.
For insurance purposes, the title of ownership of equipment and materials
shall remain with the Contractor until the Owner receives such equipment
and materials at the jobsite.
If the Contractor does not furnish supervision of erection or testing of
the equipment, the workmen's compensation, comprehensive automobile liabil-
ity and comprehensive general liability insurance specified herein mly be
omitted.
The Contractor shall submit a copy of the tranepor~:ation insurance policy
to the Owner at least 30 days before the scheduled shipping date. The
policy shall quote the insuring agreement and all exclusions. The Con-
tractor shall submit a certificate for each of the other insurance poli-
cies to the Owner not less than 50 days prior to t1w dite chat the minu-
facturer's supervisor or supervisors are expected to arrive at the lob-
site. Each certificate shall state that 10 days written notice will be
given the Owner before any policy covered thereby is changed or canceled.
GC.25.1 Workmen's Compensation and Employer's Liability. This insurance
shali protect the Contractor against all claims under applicable state
workmen's compensation laws. The Contractor shall also be protected
against claims for injury, disease, or death of pwployees which, for
any reason, may not fall within the provisions of a workmen's comper.sa-
tion law. This policy shall include an "all states" endorsement.
* Refer to Item 1.4.3 of Contractor's Clarifications and Exceptions.
Deleted in accordance with Item 1.4.3 of Contractor's Clarifications
and Exceptions.
Refer to Item 1.4.8 of Contractor's Clarifications and Exceptions.
(DENTON, TEXAS )
(EQUIPMENT b MATERIALS) CC-11
033175
The liability limits shall not he lees than:
Workmen's compensation Statutory
Employer's liability $100,000 each person
GC.25.2 Comprehensive Automobile Liabili a. This 1n~oirance shall be
written in comprehensive form and shall protect the Ciia ractor against
all claims for injuries to members of the public and damage to property
of others arising from the use of motor vehicles, orld nhall cover opera-
tion on or off the site of all motor vehicles licensed for highway use,
whether they are owned, nonowned, or hired.
The liability limits shall not be less than.
Bodily injury $250,000 each person
$5006000 each occurrence
Property damage $100,000 each occurrence
GC.25.3 CompreLensive General Liability. This insurance shall be
written in comprehensive form and shall protect the Contractor against
all claims arising from injuries to members of the public or damage to
property of others arising out of any act or omission of the Contractor
or his "15~ats, employees, or subcontractors. In addition, this policy
shall specifically insure the conttactual liability assumed by the Con-
tractor under the article entitled DEFENSE OF SUITS.
The liability limits shall not be less than:
Bodily injury $250,000 each person
$500,000 each occurrence
Property damage ~JVGW00 each occurrence
$500,000 aggregate
GC.25.4 Transportation. This insurance shall be of the "all risks" type
and shall protect the Contractor and the Owner from all insurable risks
of physical loss or damage to equipment and materials in transit to the
jobsite and until the Owner receives the equipment and materials at the
jobsite. The coverage amount shall be not less than the full amount of
the contract.
Transportation insurance shall provide for losses to be payable to the
Contractor and the Owner as their interests may appear.
(DENTON, TEXAS )
(EQUIPMENT 6 MATER11.1.S) CC-12
033175
i
GC.26 DEFENSE OF SUITS. In case rnny action in court is I+rought against
the Owner or Engineer or any officer or agent of either of them, for
the failure, omission, or neglect of the Contractor to perform any of
the covenants, acts, matters, or things by this Contract undertaken; or
for injury or damage caused by the alleged negligence of the Contractor
or his subcontractors or his or their agents, or in connection with any
claim based on lawful demands of subcontractors, workmen, material men,
or suppliers; the Contractor shall indemnify and save harmless the Owner
and the Engineer and their officers and agents, from all losses, damages,
costs, expenses, ,judgments, or decrees arising out of such action.
GC.27 RELEASE OF LIABILITY. Acceptance by the Contractor of the last
payment shall be a release to the Owner and every officer and agent
thereof, from all claims and liability hereunder for anything done or
furnished for, or relating to the work, or for any act or neglect of
the Owner or of any person relating to or affecting the work.
GC.28 CLAIMS FOR LABOR AND MATERIALS. The Contractor shall indemnify
and save harmless the Owner from all claims for labor and materials
furnished under this Contract. When requested by the Owner, the Con-
tractor shall submit satisfactory evidence that all persons, firms, or
corporations who have done work or furnished materials under this Con-
tract, for which the Owner may become legally liable, have been fully
paid or satisfactorily secured. In case such evidence is not futnished
or is not satisfactory, an amount will be retained from money due the
Contractor which in addition to any other sums that may be retained will
be sufficient, in the opinion of the Owner, to liquidate all such claims.
Such sum will be retained until the claims as aforesaid are fully settled
or satisfactorily secured.
* GC.29 EST MTES PYD PAYMENTS. payments vf, be Oad$ each,9,00th in the,
e®ount o 'eat o"tha estimated v~ua o> ipen and mateXiaia!
d$l varsd :;alp the ~absi~ta durfieg 'the p?revl,ous talendai 'month, ~ providing the
ahiptaeat4j'We~ro >raasogably cca~plat , s
a aid intedr ut,ita a P-40 pment or
reaeanab yr oompyete lots of: a?,AteV a .9 ,
sfci r ofCilaial'approval, and accept.ar►ct bf: tttty " rk by thA- ter, the
U$ineer will be'6ithorized, ro prepare a ffaal estImA4 0 the'work done
utti ar this: Contract Che . fittal 6ttlmate vil~ bs 'submittad to' tbo Oioor
rritnitt ya aftot itit preparation has bevi authoirtxed. She oanex
tiiylt t+itf 3t1'days thereafter, payth0 enure sitar mound t4 b4 due after
44u4 tta5g 1 amoudta to be retained Wdsr'Ah isl
provoti of this contract.
%A for s 4iuse bayond the aautrol of the 60ractar o ,hmar 4008 not
gtvo aIC 0 approval and aacart0 s of. t worka'Wthin 365 days after
aabfp+aeAt ts0.4p poent end oAtertalq 10 compleksa'j Ott fittal payment will
ba'msde au stipu1rted above `p'roviding taut equipment e~tdtaateriais are in
atoardaaG,t,N tb " he: apec0iratiana f xa Gaa.be.dararaintd
* Refer to Item 1.4.5 of Contractor's Clarifications and Exceptions.
(DENTON, TEXA; )
(EQUIPMENT 3 MATERIALS) GC-13
033175
^k ww y 'rl 4 "Y r?- Zfi
n ~y d~,y v AY 1H4tti ] i y ,+.k' a F YSi~ r` ;4 Y ~ i Yr {BS i r 7•,W~''', ~.'?~,;0
~,o• i+A' i fy`♦2, nr} r rJ , ,~i^t ~ v r;'? „ n .ti t „'d` r d u, P
f'1' } - 2 w i tiv. t~ s P~ ~ I e P "'rY r f J h ~ rp Y,1
~ C Y i , tY f {t w y~. 4Y 3 4 T nf~ r l i ♦ t C + 1, F ~ r ,~r,.~
,i,'rw1 ,ti.. ~r ',r, 4j' ~t e ~ ....x 1 ? i .,,.r c ,j,,r{f r:' Kw ,t ' j.`w, •.1f T w ti'
"i Y.S, 't R,~atic_.~.. F v•' a' w .,~,R•., i.,.`T 4. a;~
YYYrY y ~ Y~~{~r~~~
'1 4
# Ap f 4 a~Mfl ~f~ ` t~1l Y ]
""s r Y
Section U: -,.GBDtEaA~. D' SCRIPTION Al.i"§00 8 OP-THE
WORK 4-1 #ru IA-6
IA.i Gensral 1A-1
1A.2 Work included trader These Specifications 4-1
1A.3 Miscellaheous Materials und,Services 1A-2
].A.4 work Not Incii4ed Under ~hesa `Specitica~ '
tiona lA-~
,LA.S Contractor°a Serviceg IAa3
1A.6 8chedtile 111-9
I
Section 18 - GENERAL KUI#k gkT SPw1F1dAT't1*S IB4 aiu 1B-8'
18.1 General ' 7.81 '
18.2; Refe~err~bd 8utfdafds ~ ~ Y; ,Q. 18`1 f r
yl ,
D.3, Mat®rial~ ~17~d1„Kqutpma't►t ' x18 ,
IS4 $burce of 1+,ate~C'isls K" grI ;
ldencifiFatioti
s,. 'J.$:~ ;8hiixaeate' ' } lA:-.2'~ ~ ~a
. `
A.2 a
1
B 7 ShP Notice
i ,
1
~ 28.8 ttaE~iciaii~ List h Xe»z µ
18:9 Qtyslty Assuraitzci.
1a 0 Costeol:tion of $rrors 1813
111.11 Victory Assembly •3 1
lP„12 • CoAwli4ated Shipments
18 13 d bP cost IB 3 `
18:`14 protictld, ;
` 10,14 f~"ion 0.6( iaagibn
1E-5
~1b 6 alf Poli~ar
, 16.X7 81ecicil8dclo~t~aa ~ ~.1&5, r ~ ~ ,
, U;&. Riving.' 18.3
1 18.11 Cable Terminatiou provisions
444 -;O Termiaa), locks r "1$k? = 1
1BI Bloctricil;,Acte~~ory D_" 10-8 1g-1
18623 tactotjr Pz iTed 1s tronte'Syitoms
Cabinets ` 16-8
18.24 Special S~►ipping Re4uixeparita 18=-$
, ° ~ 4 8-e
71,
SsoLioa"C '>tN¢INEER2fiQ bA'fA~' Idol't'hru to
1C,~'1, Gea~ril • ~ .a r1C~~ .Y
1~0p,Coxr6spondgMal'
4 tlM~75
i C~yf !ir r4` j5.Y~aj tt n lY yp6 ik.+, , 4 e • 'y., y ?
v
1 ek l •$ru b' 'uM t ~I P u-1 a /y ~ A n~ ~Y j 5 R4 q: JR c ik , T- -
jj"{k 'r. 11w ul t~j'` 1'.:~ f v r n e w♦ y a t d ~ th C r l ~ ~ F» ~ r r., ri t VV'~lu{
' ~i:' i 5 4( y r ~+l ?,p r~ eS} J ren tJ)pt i~M <i.t'i ~ 4^' z tr er=r }a ~"~;."'d .W.
i?J r,h w i r Fr +rn In♦ 'k , l y Ir? `'Y rl ,~je tli.+ .A 4 h .JJ r i h y Ai" r aM Y H 1{ Y
f E J a A ~-+s
~Zt
A v
. , r"~ *i~wa .~Y 1 ,p l f a ~ Y'11!r} ) ~6r r 1.f e v r _ r~'dir t {i e,{~.1 „
1 r v i,~"V~d^Yk~~y4y~~ Pd 3Y2 °,1 fal ~a t`,a ,.rj / ,~,Y Y~„~d`idOY~~'rne `e ry `r'" . h , ~ ~.t`
P A. i 57 j+~ y I v tf
nr + `d` ~ r ~ TS,7 3f 4 e. ~ k5, 4 ~ 7 rt R!F'1 F~ r i , a .er / A y h ~>aT'~'„~
~r t. rP mor~ e. , p; 'r. } "1+ 'M ' u'~ •9 "E ^ 1 ~ 4h} ti c . i e r , w
♦r rr uq:~r J A. gn' nt ) f + / .4 ar
1~ ~r r 1 k r .Ar J e. * l I a ie i t
emu. , r} tlT e sy ' uy 9e y _ e~{~
•r ;f iC;3 riraW I; I ;xs+. r ~ , '
1C.h. Xgrtzv~{.tod,'tla,av~fs 1 f~~=~.
icel itotruth t6in ~4iitua "Cov+~Y t Ntieet
`E .
'
,1~+7
i:o
u r s ( } l I fir f,` 7, j r jf" i ^ r Jf,
I
I. j
t ei., ~ 4 v n. r ~ )r Ln
Jr r' + f 4 '
d
'IT
,r , a f•Y r. rb . 19 V yr e rL n '~(1 '4 1`{' : +J r' ^ 1
l S 3 1 Y k:
r i e i r •3 Yr I Y 4
S 1
y4 0 > rf ..~,i 4j r 1 ~ d: B e n i~~ y r a
D J • yt ~ e u r'" ~ f Y i , y ^ R T
j
? 1, 1
"rL t ~'I 1v a U } n u e,+ f a iry ~y F~
14
k rv d ~ A• `.4 ;R rot i e e , . 1,~, M v 1 1 ~ ~lf~ r
J A F B ~ A y~~ j' e
F ~ MTONy
s I x << 2/ +.~e . 3Y$Ff1,~~ n r t* ) 't i e , n - fvW
W
ra F+
' k
LIL
'0 1
1 k.. Ac Y, r ql f c i
H I d a ~ y J' 4 ' 1 5 f ro X ,j. i
ryo 1Y e~ 'S °'iT', eti" ~~w J o- ~+1a s rT r a J ef, e{+rrl y1j- T ~a~S n~~
Section lA - GENERAL DESCRIPTION AND SCOPE OF THE WORK
IA.! GENERAL. This section covers the general description, scope of
the work, and supplementary requirements for equipment, materials, and
services included under these specifications.
The supervisory control and data acquisition system will be incorporated
in tho timer's electric transmission and distribution system. The
supez eory control and data acquisition system master station will be
installed in the Owner's dispatch center located at Spencer Power Plant.
Each system remote station will be installed in its respective substa-
tion. All substations are located in the metropolitan area of Denton,
Texas.
1A.2 WORK INCLUDED UNDER THESP SPECIFICATIONS. The work under these
specifications shall Include furnishing fob the dieflatch center and each
assigned substation, the supervisory control and data acquisition system,
and providing miscellaneous materials and services complete as specified
herein and in accordance with the contract documents defined in Article
GC.1 of the GENERAL CONDITIONS.
All equipment and materials required for a complete supervisory control
and data acquisition system shall be furnished, except as specified
otherwise in these specifications. The equipment and material3 to be
furnished shall include, but not necessarily be limited to, the follow-
ing major items:
1 - Minicomputer based master station, complete na speci-
fied in Section 2A of these specifications
6 - Remote stations, complete as specified in Section 2A
of these specifications
I - Lot miscellaneous equipment and materials as specifed
in Section 2A of these specifications
Equipment, materials, and accessories furnished shall be delivered to
the dispatch center and each assigned substation where they will be re-
ceived, unloaded, stored, and erected by the Owner. Unloading from cars
and storing will not constitute acceptance. Equipment erection by the
Owner shall be defined as follows:
Remote stations: Physical placement of the cabinets in the
arsigned substations; termination of all field devices, power
and communication circuit wiring on the Owner's side of the
terminal blocks with all switches "off" and all terminal
block eliding links lacked open; and checking and verifica-
tion of all Owner-installed cabling.
(DENTON, TEAS - 6644)
(SCADA SYBTFM - E-18A) 1A-1
050975
Master station: Physical placement of the various equipment
cabinets in the dispatch center; termination of all power and
communication circuit wiring on the Owner's side of the ter-
minal blocks with all switches "off" and all terminal block
sliding links locked open; and checking and verification of
all Owner-installed cabling.
All Contractor-furnished master station interconnecting cabling will be
routed by the Owner but shall be terminated under the direct supervision
of the Contractor. Cabling so terminated shall be checked and verified,
after termination, by the Contractor. After equipment erection and be-
fore control output terminal block sliding links are closed, the G n-
tractor shall load the software, bring all equipment on line, and check
out and certify that the supervisory control and data acquisition system
is ready for initial operation in accordance with the requirements of
this section and Subsection 2A6. The Owner will provide assistance dur-
ing this period.
The equipment will be tested by the Owner after initial operation to
demonstrate its ability to operate under the conditions and fulfill the
warranties and guarantees as set forth herein. If the tests indicate
that the equipment fails to meet guaranteed performance, the Contractor
shall make additional tests and modifications in accordance with the
procedures stated in the GENERAL CONDITIONS.
The Contractor ahall provide drawings and engineering data, manufacturer's
field services, tools, instruction manuals, miseelleneouc materials and
services, and shall participate in design conferences, all as specified
• herein.
1A.3 MISCELLANEOUS MATERIALS AND SERVICES. Miscellaneous materials and
services not otherwise specifically called for shall be furnished by the
Contractor in accordance with the following:
All nuts, bolts, and gaskets between components and
equipment furnished under these specifications
All necessary instrument and power and control wiring
integral to any equipment furnished under these speci-
fications. This shall include terminal blocks and in-
ternal wiring to these terminal blocks for equipment
requiring external connection
* ,»ieJld 4tEice ~u~sA.ehing~i, .>guypliea, tel,4p~nAe ci*rVic6~
40 4,.4 swot for' too a'avPa t ex's:f a d:z~prr ,cpca«~;-
* Deleted in accordance with Item 1.4.6 of Contractor's Clarifications
and Exceptions.
(DENTON, TUAS - 6644)
(SCADA SYSTEM - E-18A) 1A-2
050975
Erection drawifige, prints, information, instructions,
and other data for use by the Owner's erection crew
The use of all special tools required for erection of
the equipment that are not included with the mainte-
nance tools, including shipping costs to and from the
jobsite
1A.4 WORK NOT INCLUDED UNDER THESE SPECIFICATIONS. The following items
of work will be furnished by tho Owner:
Unloading and field erection of all equipment
Electrical energy
Instrument transformers
Transducers
Permanent electrical wiring to connect the system
to the Owner's electrical system
operating personnel during and after initial operation
1A.5 CONTRACTOR'S SERVICE'S. The services called for in WORK INCLUDED
UNDER THESE SPECIFICATIONS shall be in accordance with the articles which
follow.
1A.5.1 Submittal of Engineering Data. Time is of the essence in com-
pleting each phase of the work so that tha supervisory control and data
acquisition system can be in operatic-, on the specified date.
The Contractor will be required to submit drawings and engineering date
in accordance with the schedule and requirements specified herein tc
assure cosrpliance with the overall operating schedule.
1A.5.2 Manufacturer'o Technical Field Services. The Contractor shell
furnish the field services of one or more manufacturer's project per-
sonnel. The project personnel shall be thoroughly fard liar with the
system software equipment and design; technically competent; factory
trained; experienced in the installation and operation of the system;
ind authorized by the manufacturer to perform the work stipulated.
:(DEN'fON, TEXAS - 6644)
.(SCADA SYSTEM - E-18A) 1A-3
060675
The field personnel shall provide such aid and assistr.nce as is required
for the proper installation, testing, and operation of the system as
follows:
a. Service, if any, considered by the manufacturer
' as a condition to providing the warranties and
guarantees specified herein
b. Service required to cover design and manufacturing
errors
c. Additional service required by the Owner to aid in
the installation and operation of the system
The lump bum price in the Proposal shall include all costs of the field
personnel, including overtime work, to provide service described in (a)
and (b) above.
The Contractor shall also furnish the services cf direct representatives
of the manufacturers of auxiliary equipment which may require field in-
spection and adjustment to assure proper operation.
The manufacturer's service personnel shall inspect and test the system
after installation in accordance with the requirements of Subsection 2A6
and shall make any needed changes or adjustments to assure proper opera-
tion. They shall furnish written certification to the Engineer that the
system has been inspected and adjusted by them or under their supervision
and that it is ready for service, all of which shall be done before ini-
tial operation of the system. The service personnel shall be present
during initial system operation and shall instruct the operating per-
sonnel in the proper operation of the sys.em.
The price sated in the Proposal to perform tha work described in (c) of
this article shall include 30 days of service and two round trips to the
installation site.
A day of service is defined as 8 man-hours on the installation site by
service personnel. The total number of day; of service shall be defined
as the total man-hours on the site divided by eight.
* A per die,j rate for service time shall be stated in the Proposal for
additions to and deductions from the service time stated above.
1A.5.3 breslRn Conference. The Contractor's design engineer shall
attend aMdesign conference at a time and place mutually agreed upon to
discuss matters relative to the execution of this Contract. Additional
design conferences shall be held as required thereafter to expedite the
work.
* Refer to Item 1.4.18 of Contractor's Clarifications and Exceptions.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) IA-4
050975
1A.5.4 Instruction Manuals. Insttuction manui'Ls Shall be furnished in
accordance with the requirements stated in Section IC of these specifi-
cations, and as scheduled herein.
1A.6 SC1lEpDLE. The ntractor shall schedule submittal of engineering
data, issuance of progresA reports, delivery of equipment and materials,
and system checkout (after installation) in accordan-.v with the follow-
ing listed dates.
Time is of t essence contract documents, t
perform and complete each Activity not later than the datelisted;shall
Days AfO r Contract Award
Activit I Preliminar Certified
Contractor deliver design
data to Engineer
1. Engineer's flow chart 60 120
for each control and
data retrieval function
2. Typical remote station 60 120
Input/Output schezatica
_ 60
3. Detailed description of
message structure and
security
• 4. Detailed desrription of 60 120
control panel
with photographs or 16yout
drawings
5. uetalled description of CRT - 60
r , •with'ptiofu'graphs
6. Function Tabulations 60 120
Contractor deliver drawings to
Engineer
1. Terminal block wiring 60 120
2. Cabinet outline with - 60
power requirements
(DENTON* TEXAS - 6644) 1A-5
(SCADA SYS'TM - E-18A)
050975
Dna After Contract Award
Activity Preliminary Certified
• 3. System configuration 60 120
4. Master station con- 60 120 before
figuration and cabling shipment
k Contractor issue progress report Every 30 days
to Engineer.
Contractor deliver site prepara- - 60
tion manuals
Contractor deliver Instruction 30 before 30 after
Manuals shipment acceptance
Date
Contractor deliver equipment November, 1976
to site
Contractor install software and December, 1976
begin SCADA system checkout
Contractor complete SCADA January, 1977
system checkout
Initial operation of the Janoary, 1977
irr:..rrrra..~o~a
Acceptance of the system 30 days continuous
operation with no
faults
"Continuous operation with no faults" shall be defined as operation un-
interrupted by repairs, component replacements, hardware or software
design modifies tions, or other adjustments. Interruptions of operation
which, in the opinion of the Engineer, are attributable to normally ex-
pected infant mortality or conditions beyond the control of the Contrac-
tor, such as fire or loss of an Owner-furnished power supply, shall not
be conr,idered as fai;lts.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) lA-6
091675
:ti
Section 1B - GENERAL EQUIPMENT SPECIFICATIONS
1B.1 GENERAL. These General Equipment Specifications apply in general
to all equipment and materials and are supplementary to the detailed
specifications. If requirements specified herein are in conflict with
requirements specified in the detailed specificatiorc, the detailed
specifications shall govern to the extent of such conflict.
The Contractor's proposal shall be based upon the use of equipment and
materials complying fully with the requirements specified in this
Section 1B. It is recognized that the Contractor may have standardized
on the use of certain components, materiale, processes, or procedures
different than those specified herein. Alternates in addition to the
base proposal on the basis of supplying the Contractor's standard com-
ponents, materials, processes, or procedures will be considered. The
alternate proposal shall clearly stipulate the alternate proposed, the
specific exceptions to the specifications, and the price change appli-
cable for supplying such alternate.
1B.2 REFEREKED STANDARDS. Reference to the standards of any technical
society, organization, or association, or to the laws, ordinances, or
codes of governmental authorities shall mean the latest standard, code,
or specification adopted, -ubi'ahed, and effective at the date of taking
bids unless specifically s-atej ol-1--rwise in these specifications.
The specifications, codes, ankle st ndar4o referenced in these specifir.a-
tions (including addenda, ament,:4.its, nd errata) shall govern in all
cases where references t'oret. a?' m'.le. In case of conflict between
t~e.refe enced,specific,raons. wdts, or standards and these specifica-
.:ra.~r~ u~.rs:r:~-:y
t ions, the aEEei'.+Razt`, Ov t
1B.3 MATERIALS AN' ESUIPMF.f_f. Unless specifically provided otherwise
in each case, all ma%..,Lala and equipment furnished fob permanent in-
stallation in the work shall conform to applicable standard specifica-
tions and shall be new, unused, and undamaged.
Individual parts shall be manufactured to standard sizes and gages so
that repair parts, furnished at any time, can be installed in the field.
Like parts of duplicate units shall be interchangeable.
1B.4 SOURCE OF MATERIALS. Equipment and materials furnished shall be
from a reputable manufacturer currently engaged in production of such
materials within the United States of America. Where manufacturers are
specified for specific items of equipment, only those manufacturers
shall be used.
(DENTON, TEXAS - 6644) 18-1
(SCADA SYSTEM - F-18A)
050975
I B.5 IDENTIFICATION, All correspondence, shipping notices, apecifica-
tions, engineering data and other documents pertaining to the equipment
and materials furnished under these specifications shall be identifie3
by the Owner's name, the project name, the speciiication number, ana the
Owner's Work Order Number.
1B.6 SHIPMENTS. All shipmerats shall be by padded van,
All master station equipment shall be delivered to the dispatch renter
located at Spencer Power Plant, Denton, Texas. Remote station equip-
ment shall be delivered to the appropriate assigned substation as di-
rected by the Dwaer.
All shipments shall be routed to Spencer Power Plant where the Owner
will provide routing directions to each assigned substation,
All assigned substations are located within the Denton metropolitan
area.
The Contractor shall discuss with the Owner the routing of shipments and
shall route the same as indicated by the Owner provided freight rates
are no greats than by other routes.
1B.7 SHIPPING NOTICE. The Contractor shall submit to the Owner dupli-
cate copieu of shipping notices describing each shipment of material or
equipment. The shipping notices shall be mailed to arrive approximately
3 days ahead of the estimated shipment arrival. The addressee for each
shipping notice will be determined later.
- repare-arid- ao4n.-ft-- fti.
first shipping notice duplicate copies of an itemized materials list
covering all material and equipment furnished under these specifica-
tions. The materials list shall be in sufficient detail to permit an
accurate determination of the completion of shipment.
1B.9 QUALITY ASSURANCE. The Contractor shall maintain a quality assur-
ance program that provides that equipment, materials, software, and
services under these specifications whether manufactur-,l, designed or
performpd witi_in the Contractor's plant or ?t dny other source shall be
controlled at all points necessary to :insure conformp.nce to contractual
requirements. The program shall provide for the prevea.tion and ready
detection of discrepancies and for timely and positive corrective action.
The Contractor shall make cbjective evidence of quality conformance
readily available to the Owner and the Engineer. Instructions and
records for quality assurance shall be controlled.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 1B-2
060675
1B.10 CORRECTION OF ERRORS. Fquipment, materials, and software shall
be complete In all respects within the limits herein outlined. All de-
sign and manufacturing errors or omissions required to bo corrected in
the field shall be done by the ctanufacturer or his duly authorized
representative at the Contractor's expense.
• 1B.11 FACTORY ASSEMBLY. Equipment shall be shipped completely factory
assembled, except when the physical size, arrangement or configuration
of the equipment, or shipping and handling limitations make the shipment
of completely assembled equipment impracticable, in which case the
equipment shall be assembled and shipped as stated in the Contractor's
proposal.
* When proposals are submitted without statements describing sectional
shipments, it will be understood that no field assembly of the equipment
will be required and the Contractor shall be responsible for all costs
encountered in the field for assembly of sections, accessories or ap-
purtenances not listed in the Proposal as requiring field assembly.
All separately packaged accessory items and parts shall be ahipp2d with
the equipment. Containers for separately packaged items shall be marked
so that they are identified with the main equipment. An itemized pack-
ing slip, indicating what is in that carton only, shall be attached to
the outside of each container used for packaging. A similar list shall
be inside of each container. A master packing slip, covering all acces-
sory items for a given piece of equipment which are shipped in separate
containers, shall ue attached to one container.
1B.12 CONSOLIDATED SHIPMENTS. Except where mi0 on,.cd by "a Owner
-
iv~ -v +t7cng, the Owner will not accept, dire , sri.%men:a of .;ontoactor-
furnishtd materials and equipment fton s,bcontrac sz,, The Con ractor
shall assemble whipping unite ce:~r„ae: 4 those items oat.r'als a^d
equipment which obtains fror6 subcontractors. Shipping unit assembly
shall be at one ri tie Contractor's regular business addresses. Each
item shall be '.ab,P% with its individual identification used on the
drawings for this Contract and shipped as part of a shipping unit to the
construction site. All sl-l pments from the Contractor's shipping unit
assembly location shall be packaged and identified as indicated in this
section. The Contractor shall state in his proposal the minimum quantity
of materials and equipment he will assemble as a shipping unit, his
proposed tagging system for individual items of material and equipment
included as part of a shipping unit, and the assembly location for
shipping units.
1B.13 SHOP COATING. All metallic surfaces subject to corrosion shall
be protected by suitable coatings applied in the shop. Surfaces which
will be inaccessible after assembly shall be protected for the life of
* Refer to Item 1.4.7 of Contractor's Clarifications and Exceptions.
.
(DENTON, TEXAS - 6644)
(SCADA SIISTEH - F.-lhA) 1B-3
050775
the equipment. The surfaces shall be cleaned and ,?repnred in the shop.
All mill scale, oxides, and other coatings shall be removed. Shot
blasting of internal areas which will be exposed to steam or treated
feedwater will be required. Use of sand or grit on these surfaces is
not acceptable. Exposed surfaces shall be finished smooth, thoroughly
clean':d, and filled as necessary to provide a smooth uniform base for
painting. Surfaces to be finish painted after installation, or re-
quiring paint for corrosion protection until installation, shall be shop
painted with one or more coats of primer as hereinafter i;ecified.
1B.13.1 Painting. Electrical equipment shall be shop finished with one
or more coats of primer and two coats of high grade oil resistant
enamel. The finish color of all remote station enclosures shall be ANSI
61 grey.
The finish color of master station enclosures shall be manufacturer's
standards, to be selected specifically by the Owner at a later date.
The interior of all panels shall be finished with flat white enamel.
The Contractor shall furnish sufficient touchup paint for one complete
finish coat on all exterior faccory painted surfaces of each item of
equipment. The touchup paint shall be of the same type and color as the
factory applied paint and shall be car6fully packed to avoid damage
during shipment. Complete pal.nting instructions shall be furnish.d.
Shop primer for steel and iron surfaces shall be Mobil "13-R-50 Chromox
QD Primer", Koppers "622 Rust Penetrating Primer", or Tnemec "77 Chem-
Prime" unless otherwise specified.
*1B.14 PROTECTION. All equipment shall be boxed, crated, or otherwise
suitably protected during shipment, handling, and storr.ge.
Coated surfaces shall be protected against impact, abrasion, discolora-
I tion, And other damages. Surfaces which are damaged dl,Ting shipment
ahn11 he rpnnfrAd by ehp Contractor.
Electrical equipment, controls, and insulations shall be protected
against moisture and water damage.
Returnable containers and special shipping devices shall be returned by
the manufacturer's field representative at the Contractor's expense.
18.15 DESIGN COORDINATION. The Contractor shall be responsible for the
selection and design of all equipment, materials, and software which
will provide the bear coordinated performance of the entire system.
Where actual design Alaracteristics vary from those quoted in the Pro-
posal or specified, the Contractor shall take these into account in the
establishment of the system design criteria.
* R fer to Item 1.4.8 of Contractor's Clarifications and Exceptions.
(LiENTON, TEXAS - 6644)
(SCADA SYSTEM E-18A) 1B-4
050975
~
1B,16 CONTROL POWER. Electrical power for control of field devices
will be a noioinal 120 volt, single phase, 60 hertz, alternating current,
or a nominal 115 volt " rect current.
/ The Contractor shall provide 3r,v vE-vicen required for proper operation
and protection of the system when supplied by the power supplies de-
scribed in Section 2A.
1B.17 ELECTRICAL ENCLOSURES. Unless indicated otherwise in these
specifications, electrical enclosures shall be as follows:
Location Enclosure Type
Indoor (Nonhazardous)
Dry areas NEMA 12
Areas where moisture condi-
tions are more severe than
those for which NEMA 12 en-
closures are intended NEMA 4
Electrical panels and cabinets, except those of cast Total, shall be
constructed from steel plate reinforced as required to provide true
surface and adequate support for devices mounted thereon. Thickness of
the steel plate shall conform to the requirements of UL 50. Panels and
cabinets shall be of adequate strength to support mounted components
during shipment and to support a concentrated load of 200 pounds on
their top after erection.
1B.18 WIRING. In general, all devices furnished under these specifi-
cations and requiring electrical connections shall be designed for
wiring into junction boxes or enclosures with terminal blocks. Terminal
blocks shall tie provided for conductors requiring connection to circuits
external to the specified equipment, for internal circuits crossing
shipping splits, avd where equipment parts replacement and maintenance
will be facilitated.
Terminal blocks for external circuit wiring, shall be mounted in enclo-
sures suitable for the equipment location e.nd shall be arranged for
convenient connection of external circuit conductors.
Splices will not be permitted in control wiring or instrument leads.
All spare cr~ntacts on relays or similar devices shall bp wired to acces-
sible terminal blocks for the Owner's future connections.
(DENTON$ TEXAS - 6644) 1B-5
(SCADA SYSTEM - F-18A)
050975
Auxiliary equipment such as terminal blocks, auxiliary relays, or con-
tactors shall be readily accessible. Auxiliary equipment shall be
located in compartments, enclosures, or junction boxes in such arrange-
ment that a serviceman will have direct attest to the equipment without
removal of barriers, cover plates, or wiring. Grouped terminal blocks
for all external connections shall be provided.
Terminal blocks shall be grouped in the instrument and control compart-
ment for easy accessibility unrestricted by interference from structural
members and instruments. Sufficient space shall be provided on each
side of each terminal block to allow an orderly arrangement of all leads
to be terminated on the block.
All electrical cables shall 'je conservatively selected for the electrical
and environmental condition? of the installations and shall be of the
best conatr,iction for the service where unusual service conditions are
encountered Oil resistant and proper temperature application cable
shall be used throughout. Except where required to be otherwise to
perform satisfactorily in the servico, all electrical conductor shall be
Class 8, stranded copper, 14 AWG or larger. MI cable is not acceptable.
Control panel and cabinet wiring shall be stranded copper conductor with
NEC Type SIS cross-linked polyethylene insclation rated at 600 volts,
shall be designed for a maximum conductor temperature of 90 C, and shall
meet the vertical flame test requirements of IPCEA S-19-81, Paragraph
6.19.6. Type THHN cable is not acceptable.
Each terminal block, terminal, conductor, relay, breaker, fuse block,
and other auxiliary device, shall be permanently labeled to coincide
' with the identification indicated on the drawings. All terminals pre-
vided for termination of external circuits shall be identified by in-
scribing circuit designations acceptablo to the Engineer on the terminal
block marking strips with black paint. All other wiring terminations
shall be identified either by legible markings on the device terminals
or by printing on wire sleeves. Terminal and conductor identification
shall be by a permanent method unaffected by solventsm or plastic
and not easily dislodged, preferably by meang aPrinti on s
sleeves. Adhesive labels are not acceptable.
The arrangement of connections on terminal blocks shall be acceptable to
the Engineer.
All connections requiring disconnect plug and receptacle type devices
shall be provided with factory terminated conductors on each plug and
receptacle. Plugs and receptacles shall be factory wired into junction
boxes containing terminal blocks for the owner's external connections.
All conductors on the disconnect 1ortion of plug-receptacle ssseablies
shall be in a common jacket.
(DENTON, TEXAS - 6644) lA-6
(SCADA SYSTEM - E-LSA)
050915
l~
All temporary wiring installed in the factory for equipment testing
shall be removed prior to shipment of the equipment.
. 18.19 CABLE TERMINATION PROVISIONS. Electrical conductors supplying
the equipment provided under these specifications will be sized for
installation in covered electrical cable tray to a 6 rock, loading depth
and with 40 per cent random fill. Sizing will be in accordance with the
requirements of the following standards:
IPCEA-NEMA Standard for Ampaci a es of Cables in Trays, 1972
(NEMA Std. WC51-1972, IPCEA Pub. No. P-54-440)
IPCEA Short Circuit Characteristics of Insulated Cable,
Rub. P-32-382, 1969
Capacity of conduit entrances, terminal euelosures, and conductor ter-
minals shall be as required to accommodate either copper or aluminum
conductors which are sized as described in the previous paragraph.
1B.20 TERMINAL BLOCKS. Terminal blocks shall be provided with bar-
riers and white marking strips and, where permitted by the safety codes
and standards, shall be without covers. Not less than 25 per cent spare
unused terminals shall be provided.
Terminal blocks shall be sliding link States Type NT or acceptable
equal, for termination of 12 AWO and smaller 600 volt insulated conduc-
tors.
All equipment shall be shipped with all sliding links locked in the open
rosition.
18.21 ELECTRICAL ACCESSORY DEVICES. Electrical accessory devices shall
be furnished in accordance O th ;he requirements stated herein unless
other..,ise specified in the detailed specification sections.
13.21.1 Control Relays. Momentary interposing re?nys shall be Potter b
Brumfield Type PM or PR or acceptable equal. Interposing relay contacts
shall be rated for 25 amperes.
Latching relays shall be hotter 6 Brumfield Type KUL or acceptable
equal. JAI%..Ing relay contacts shall be rated for 10 amperes.
Relays shall be provided with clear plastic covers :o protect against
accidental operation.
1B.21.2 Push Buttons. Indicating pus: buttons shall be Master
Specialities Company Series 10 or acceptable equal. Push buttons shall
be furnished complete with grouped front plates, switches, lenses,
filters, and lens dividers as required to provide the specified
func- tions. Lens colors and inscriptions shall be acceptibl.e to the Engineer.
(DENTON, TEXAS 6644) 1B-7
(SCADA SYSTEM - E-18A)
050975
1B.21.3 Indicett L_lghte, Indicating lights shall be Master Special-
ties Company Series 1 or acceptable equal. Lens color and inscrip-
tions shall be acceptable to the Engineer.
The lamp type, lamp voltage, and circuit des.'.gn used shall provide long
lamp life. Indicating lights shall be visible in an ambient illumina-
tion level )f 75 foot-candles.
1B.22 NAMEPLATES. Nameplates shall be furnished when specified in the
detailed specification sections. Nameplates sball be made of laminated
black phenolic engraving stock with white core. The lettering shall be
square, bold engraved through the outside layer so that the letters
appear white. Nameplates shall be attached to the equipment with stain-
less steel panhead screws. The size of the lettering shall be accept-
able to the Engineer.
1B.23 FACTORY PREWIRED ELECTRONIC SYSTEMS CABINETS. Internal wiring in
factory prewired electronic systems cabinets may be installed according
to the Contractors standard as to wire size, insW ation, and method of
termination on internal equipment except that insulation for all wiring
(including circuit board wiring, back plane wiring, power supply g,
* and interconnecting cables between devices) shall pass the vertical
flame teat per IPCEA S-19-81. Identification of conductors may be done
by insulation color coding identified on drawings or by printed wiring
lists. Terminal blocks for connection of external circuits into factory
prewired electronic systems cabinets shall meet all the requirements of
the article TERMINAL BLOCKS in this section.
1P.24 SPECI/.L SHIPPING RE UIR~____EMENTS. Where gpeCiliedp tbl,inhtzuit<dturer
ahalx mount W ship impact vaterdors on each rail tar orr.trunk trat<s-
gprting the sp9ci( ied eluipments The Smpo4R recorders shall tie Hunted
At the fectory to provids q perswent record of the magnitude pf Wal,
Vilnavers it .%M vertical forces to which the equipment will: be; subjected l': j
.xhiU it tranait. 't'he custody of the impact recorders upott`, strival a.t
the ):''it site shall' be th9 tespohsibility of the tnaht~feotu;er'r field
re of toebtative. ihe' reco~cdlr impact. Cbsil'o shall be deii~toire3; to t).e
ne~.and ehbl"bocaae paxG of the fuxriahad aquipmrnt+
1B.25 NOISE LEVEL. The equivalent "A" weighted sound level, measured
at 3 feet horizontally from any of the master station equipment, ex-
pressed in decibels to a reference of 0.0002 microbar, shall not exceed
35 dBA.
* Refer to Item 1.4.10 of Contractor's Clarifications and Exceptions.
Deleted in accordance with Item 1.4.9 of Contractor's Clarifications
and Exceptions.
Refer to Item 1.4.11 of Contractures Clarifications and Exceptions.
(DENTON, TEXAS - 6544)
(SCADA SYSTEM - E-18A) lb-8
050975
Section IC - ENGINEERING DATA
1C.1 GENERAL. Thi,, section covers manufacturer's drawings, instruction
manuals, and other engineering data which the Contractor shall submit to
the engineer for design ii,:ormation or review.
1C.2 CORRESPONDENCE. Correspondence forwarding drawings, instruction
manuals, and ether engineering data shall be addressed as follows:
The original and one c,.jpy to:
Black 6 Veatch, Consulting Engineers
P.O. Box 8405
Kansas City, Missouri 64114
Attentiont Mr. J. H. Templin
All correspondence shall be identified with the project name, specif+,ca•-
tion number, Owner's Work Order Numbert and manufacturer's order nwel,%er.
1C.3 DRAWINGS. Drawings shall be submitted for the Engineer's review
in accordance with the following procedures.
No work shall be performed in connection with the fabrication or ruKnu-
facture of materials and equipment until the drawings and data th_>.efor
have been reviewed except at the Contractor's own risk and responsibility.
1C.3.1 Procedures. Drawinga shall be in sufficient detail to inclicate
the kind, size, arrangement, weights of each component, breakdown for
shipment, and operation of component materials and devices; the external
connections, anchorages, and supports required; the dimensions nezded
for inatallation and correlation with other materials and equipment; and
the information specifically requested in Section lA under SCHEDULES.
Four copies of each drawing shall be submitted to the Engineer. These
drawings shall be complete and certified for this project. As part of
the certification each drawing shall be clearly marked on or near t}i~
drawing title block on the face of the drawing with the name of the
project, the Engineer's project number, the Owner's file number, the
Contractor's name, and the Contractor's filing system numbers including
general order, shop order, and requiaitiot; numbers. When catalog pages
are submitted, the applicable items shall be indicated.
Drawings will be reviewed by the Engineer and returned to the Contractor
marked RETURNED FOR CORRECTION, EXCFPTIONS NOTED, NO EXCEPTIONS NOTED,
or RECEIVED FOR DISTRIBUTION.
1
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) lC-1
060675
When the drawings are returned marked NO EXCEPTIONS NOTED or RECEIVED
FOR DISTRIBUTION, six additional copies shall be submitted to the Engi-
neer for distribution.
When the drawings are returned marked EXCEPTIONS NOTED, the changes
shall be made as noted thereon and 10 copies shall be submitted to the
Engineer for final review and distribution. Work may proceed on equip-
ment and materials when the drawings and data therfor have been returned
marked EXCEPTIONS NOTED, provided the work is performed in accordance
with the Engineer's notations.
When the drawings are returned marked RETURNED FOR CORRECTION, the
corrections shall be made thereon and as instructed by the Engineer and
four corrected copies shall be resubmitted for review.
The Engineer's review of drawings will cover only general conformity to
the specifications and the external connections and dimensions which af-
fect the arrangement. The Engineer's review of drawings returned marked
NO EXCEPTIONS NOTED or EXCEPTIONS NOTED does not indicate a thorough
review of all diwnsions, quantities, and details of the material,
equipment, device, or item shown and does not relieve the Contractor
from any responsibility for errors or deviations from the Specification
requirements.
All drawings, after final processing by the Engineer, shall become a
part of the contract documents and the work indicated or described
thereby shall be performed in conformity therewith unless otherwise
required by the Owner or the Engineer.
.
When changes in the wiring and equipment are made in the field to correct
design or shop construction errors or to adapt the equipment to the
Owner's requirements, the Contractor shall prepare and submit 10 copies
of record crawings to the Engineer to indicate the equipment as finally
installed in the Owner's facilities.
In addition to the above specified drawings, the Contractor shall fur-
nish one right :ending permanent stable-barge auto-positive, or photolith
mylar reproduction of each final electrical wiring and elementary dia-
gram for equipment furnished under these specifications, Each sheet
shall be 0.003 inch thick mylar having a maximum size of 34 inches by
44 inches. Sepias or other types of reproducibles will not be accept-
able.
1C.4 INSTRUCTION MAM ALS. Forty-five copies of instruction manuals
ahall be furnished in accordance with the requirements of the articlos
which follow and submitted as specified in Section lA under SCHEDULE,
(DENTON, TEXAS - 6644)
(SCADA SYSTUI - E-1$A) 1C-2
050975
1C.4.1 Sits Preparation Manuals. Three copies of site preparation
manuals pertaining to required and recommended provisions for the in-
stallation and operation of the master station shall be provided.
The site preparation manual shall include the following:
Table of Contents
Equipment organization
Equipment layout
Po%rer requirements
Cabling
Building and environmental requirements
Contractor engineering support
Each mane.al shall be bound in the Contractor's standard binding. A
highly contrasting permanent ink shall be used to identify the manuals
with the Owner's name, the name of the project, the Engineer's project
number, the Owner's file number, the Contractor's name, and the Contrac-
tor'u filing system numbers.
1C.4.2 Preliminary Instruction Manuals. A total of 12 copies of pre-
liminary instruction manuals shall be provided as follows:
Manual Title Number of Copies
Remote Station Equipment 3
Master Station Equipment 3
Operator's Manual 3
Programmer's Manual 3
The Remote Station and Master Station Equipment Manuale shall include the
following:
Table of Contents
Description of the equipment
Specifications, test data, and curves
Instructions in the methods of receiving, inspection,
storage, and handling
Methods of installation and trial operation of the
equipment
Assembly drawings
Terminal block drawings
Function tabulation for each remote station
Plug-in implementation for each remote station
Parts lists
r
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 1C-3
050975
The Operator's Manual shall include the following:
Table of Contents
Description of the system with block diagram
Description of the master station with block diagram
Operating instructions for the functional control
panel and CRT
Operating instructions for all loggers with and without
the CRT display
Remote station device and parameter identifications,
addresai;:g, functional type, and one-line diabrams.
Each remote station shall be separated from all others
with dividers.
System accesai.ng procedures and instructions
The Programmer's Manual shall include the following;
Table of Contents
Description of all operating and applications software
Coding of software
Device and parameter identifications and coding for the
remote and master stations
Flow charts
System and master station operating instructions
Each preliminary man+ial shall be bound with brown preseboard binders,
Accopress BF-2507-Ml or acceptable equal. The manuals shall be identi-
fied as specified for site preparation manuals.
• 1C.4.3 Final Instruction Manuals. A total of 30 copies of final Instruc-
tion manuals shall be provided after acceptance by the Owner of the
final and complete installation of the system. Final instruction manuals
shall be as follows:
Manual Title Number of Copies
Remote Station Equipment 6
(all remotes)
Remote Station Equipment 6
(individual remotes)
Master Station Equipment 6
Operator's Manual 6
Programmer's Manual 6
The final Operator's and Programmer's Manuals shall contain the informa-
tion specified above for preliminary manuals, amecded as required to
indicate the actual accurate information about the equipment as installed
and operating.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - F-18A) 1C-4
050975
i
The final Master Station Equipment Manuals shall contain the information
specified above for prWminary manuals, amended as required to indicate
the actual accurate information about the equipment as installed and
operating, and the following additional information:
Logic diagrams
Flow charts
Instruction manuals for individual major components such
as modems, power supplies, and analog-to-digital con-
verters
Printed circuit card data as follows;
1. Description of card
2. Logic diagram of curd
3. Schematic diagram of card
4. Physical layout drawing of card
5. Parts list
The final Remote Station Equipment Manuals for all remotes shall contain
the information specified above for preliminary manuals, amended as
required to indicate the actual accurate information about the equipment
as installed and operating, and the following additional information:
input/output schematic diagrams
Logic diagrams
Flow charts
Instruction manuals for individual major components such
as modems, power supplies, and analog-to-digital converters
Printed circuit card data as follows:
1. Description of card
2. Logic diagram of card-
Schematic diagram of card
4. Physical layout of card
5. Parts list
Each Remote Station Equipment Manual for individual remotes shall contain
the information specified above for final Remote Station Manuals for all
remotes, amended to include the following information applicable to one
unique remote station only:
Terminal block drawings
Function tabulation
Plug-in Implementation
In addition, the final instruction manuals shall include a list of recom-
mended spare parts and prices of each; a schedule of required lubricants
as recommended by the manufacturer; a list of maintenance tools furnished;
and all nameplate information and shop order numbers for each item of
equipment and component part thereof.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 1G•5
W)75
The manuals shall be assembled and bound in Buchan Type ORL (old style)
binders covered with pyroxylin impregnated buckram covers, manufactured
by Buchan Loose Leaf Records Company, Clifton Heights, Pennsylvania.
Binders shall not be greater than 3-1/2 inches thick and shall be ad-
justable to permit secure compact binding. Each binder cover shall be
stamped with the proper identification as shown on Drawing P6644-050975-1
bound at the end of this section. Binders shall be black with gold
lettering. A proof of the lettering for each cover shall be submitted
for the Engineer's acceptance before the manuals are assembled and
submitted.
One copy of each final instruction manual shall be submitted to the
Engineer for review, and upon acceptance thereof, the remaining copies
shr,il be sent to the Owner.
1C.5 SHOP PHOTOGRAPHS. Two sets of 8 inch by 10 inch glossy photo-
graphic prints shall be furnished. Prints shall include two views of
the master station equipment. One view shall include one remote station
and one view shall be a close-up of the console.
Photographs shall be made at the time of final assembly and printing.
Camera position and adjustments shall Le employed which result in as
nearly distortion free pictures as possible. They shall be submitted to
Black 5 Veatch, Consulting Engineers, P.O. Box 8405, Kansas City, Missouri
64114, attention of Mr. J. H. Templin.
' (DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 1C-6
060675
NAME CITY OF DENTON, TEXAS
MANUAL ELECTRICAL TRANSMISSION AND DISTRIBUTION SYSTEM
DEIITON WORK ORDER 5985
clri OF INSTRUCTION MANUAL
DENTON#
TEXAS _ FOR
PMO 6996
SCADA SYSTEM
ELECTRICAL
TRANSMISSION
AND NAME OF MANUAL
DISTRIBUTION
SYSTEM
SCADA MANUFACTURER'S NAME
SYSTEM MANUFACTURER'3 ADDRESS
VOLUME SLACK 1 VEATCH
NUNBEN' C411SKYONG ENGINEERS
KANSAS CITY, NIINVIIII
IB~Mbone! rcoverl
NOTE:
Cover Types Large - 36 point Alternate Gothic 02
I' Medium - 16 point Future M" Iwo
Snell - It point Futura W iue
I
rL lackbona Type! All suro point sire of Alternate Gothic 12
(Ellher 10 point, 12 point or 14 point)
as backbont width allEMs,
' Stamp cover with volueN number If Instructions art contained in more than one volueis
TYPICAL INSTRUCTION MANUAL COYER
`ENGINEERS CITY OF DENTON, TEXAS
CONSULTING 4Y-O6O976-I
xANSAS city, mo. ELECTRIC TRANSMISSION AND DISTRIBUTION SYSTEN
TwA rvix<~f ~ i°~+ + w< ~~yy ,p It Y
r 4j' i ~r.f q .y*r Y qU,7 n'r,. ..W yiY F,y .i k A 1t k •1 9
'G fA ~yy~fr C 1. 4 a r li^V .~F r q t: if~ ~k .Yd /1x "e ll ~
, r .,r , f r q w" • i e , ray v ° ~ Y'`' , .J , 1 n } i~,, T W ~z. `
~1 o k!', ~V „ r hL~ta ~ Ye j... ..IP L ~.rr I f;r ~r ~ 1~.~ .a. n k wl.g 4'. 4 lea ;
~S °r <a + fi
PAW4 r TZMO
„ y v e p
,la r p^ ~
i8 OFD' r
t f rri~` P,P it 11. , it
Section 2A - SUPERVISORY CONTROL M DATA
,2A 1 thl`u 2A-6
ACQUISITION 'SYSTEM
IN
2A.1 General 2A-1
,k 2A.2 Codes and Standards 2A-I
?A.3 gm►itousontal Requirements 2A-2
'R/1; Audibla Ala ?J1 3 j
2A,5 N,irtal2.a46WA squippeat &W Materis1s
.y + tt P N
Drai►in~ 020173-1 'sheet}w
DrwiaS 02Q1r5-2 1 sheet
dub«.c t iop J'',
s~tp AsquIrgo,"te'a6d Chereeterist s 2A1-1 tl~rb 2A1-3
IA2, woo or RtKtioa' it'insnts ' cad h t'iF~ tii tai - PAkqU Q
n N4 I. ~2
~ ~a 8tstiop? i.r+~awati~p fa~►d '~a~ 1 ~ ~ ` ' 2,A3~1~ kbr~u ~9 ~ Y ,
r Dytrti'
, ?~0ry~r5(-~~3, as+d b2i'~75-5rkXu Q,lbyl ~~r~'y P a
W ":a~a ~~1#lY--T' ` Y' .l • V t4N 4 14h !z!
;y L y/S Dl ~PG+~ =a,'~dgV~.liie y t1 *1, 71►5~ d
Tv a
~n h; '+t rljnF' t, ~ r J~J t; ~ (a ~ 1 Lei Y"
Vf+~t~ t~Y Cv. k +-E P i it v a y '7 fa ,v .!r
~Y la i t ~ 1 ~ Z I y ~
J i I ` e nA " L a •vt '~r•
4S►Y S ~YSTXM 21",
.
o s •
` "C K'~xA 664
i~
s
.
-16A)' TC2a 1
~A.
' r
~t~lo, ^.}~Rtrr
~w" x~M F ~ ~'R' ~ q nr !'a s. ;Y P~;~y ~ 4f, ~~C ~ t~ y ~r ^ 1e~1,e
~ 'a Y
Section 2A SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM
2A.1 GENERAL. These specifications cover furnishing a digital mini-
computer based solid state supervisory control and data acquisition
(SCADA) system for the control and monitoring of the Owner's electric
power transmission and distribution system.
The system shall consist of one digital minicomputer based master sta-
tion initially controlling six remote stations and ultimately control-
ling 15 remote stations on a radial communication basis using leased
telephone lines.
The system shall include the following equipment:
1 - Master station consisting of a minicomputer with asso-
ciated peripherals and software
6 - , Remote stations
1 - Station simulator (test set)
1 - Package spare parts
The system shall include provisions for and have expandable capacity for
the future addition of nine remote stations.
A conceptual system configuration is indicated an Drawing 021015-2
included at the end of this section,
. It is the intent of these specifications thst the Contractor furnish his
standard design except where his standard desigis is in conflict with
thane specifications.
Each bidder shall include, in his propob.l, a system configuration
drawing applicable to the equipment proposed. In addition, each
bidder's proposal shall clearly define his proposed system power re-
quirements and any restrictions such as equipment orientation, cable
lengths, and environmental parameters.
2A.2 CODES AND STANDARDS. Except where specifically stated otherwise,
all equipment furnished under these specifications shall conform to the
requirements of the latest applicable ANSI, IELE, and ISA standards as
to rating, tests, construction, and operation. Any conflicts between
referenced standards shall be referred to the Engineer who will deter-
mine which standard shall govern. All equipment and devices shall be in
accordance with the applicable requirements of the Federal "Occupational
Safety and Health Standards".
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A-1
050975
2A.3 ENVIRONMENTAL REQUIREMENTS. The environmental requirements for
the equipment shall be in accordance with the articles which follow.
2A.3.1 Environmental Conditions. The master station shall be capable
of continuous operation through a temperature range of +10 C to +50 C
accompanied by a relative humidity range of 0 to 90 per cent. All
master station equipment will be located indoors.
All remote stations shall be capable of continuous operation through a
temperature range of -10 C to +65 C accompanied by a relative humidity
range of 0 to 95 per cent. All remote stations will be located indoors.
2A.3.2 Equijment Enclosures. All equipment enclosures shall be in
accordance with the requirements of Section 1B and the paragraphs which
follow.
The master station and remote station equipment enclosures shall consist
of not less than 11 gage welded steel frames and not less than 14 grge
solid steel plate ride, top, and end panels and doors. Doors shall have
concealed hinges and three point latches.
Enclosures shall contain only those openings required for ventilation.
Ventilation openings shall be provided with dust filters and bug screens.
Any ventilating fans required shall be located at air inlets so that the
enclosure interior is pressurized.
The master station equipment s'aall be suitable for arrangement in the
Owner's dispatch center facilities as indicated on Drawing 021075-1
included at the end of this section.
All enclosures shall be arranged to provide full access to all devices
and equipment.
Master station and Spencer, Hickory, and King Substations remote station
equipment and devices shall be arranged within the enclosures for cable
entry from below. All other remote station equipment and devices shall
be arr.nged within the enclosures for cable entry from above.
Remote station enclosures shall be not greater than 90 inches high.
Enclosures shall be finish painted in accordance with the requirements
of Section 18.
A grounded 120 volt ac duplex convenience outlet shall be furnished
mounted and wired within each enclosure. A 120 volt, convenience
light shall be furnished mounted and wired, complete with switch,
on the underside of each enclosure top. Switches shall be mounted
near the enclosure front door. Branch circuit protection ohall
(DENTON, TEXAS - 6644)
(S"ADA SYSTEM - E-18A) 2A-2
091675
-1000000
be provided for the outlet and light in each enclosure. Each enclosure
shall have provisions for terminating an Ornc:-furnished 120 volt,
single phase, grounded power supply circuit for the outlet and the
light.
2A.3.3 Power Supply Characteristics. The master station shall be
designed to operate from a 120 volt, single phase, 60 hertz power source
with a switched alternate 120 volt, single phase, 60 hertz source. The
switching time between the normal and alternate source will be no greater
than three cycles. The master station equipment shall be designed to
operate without disruption when subjected to this power supply switching
time.
Remote stations shall be designed to operate from 125 volt do ungrounded
station batteries which are also used for powering substation switchgear.
Battery chargers will be used to equalize charge the batteries at
140 volts dc.
2A.3.4 Surge Protection. All equipment furnished will be installed in
the Owner's power generation and distri)ition facilities and shall meet
all Surge Withstand Capability (SWC) Teats of ANSI C37.902.
2A.4 AUDIBLE ALARM. One audible alarm, Sonalert or acceptable equal
with var,'able intensity control, shall to furnished as part of the
master station equipment. Provisions shall be included to test, silence,
and disable the audible alarm by operator action.
2A.5 MISCELLANEOUS EQUIPMENT AND MATERIALS. The Contractor shall
furnish a complete operable system, exclusive of instrument transformers,
communication circuits, transducers, and controlled field devices. All
equipment and materials not specifically called for elsewhere but required
to provide a complete system shall be furnished.
Each bidder shall include, in his proposal, a complete listing and
detailed descriptive literature of all equipment And materials proposed
but not specifically called for elsev.;here in these specifications.
2A.5,1 Power Sup2lies. All power supplies required to obtain voltages
other than those furnished by the Owner but required by the Contrector's
design uhall be furnished.
All power suppl'ea shall be current limiting and self-protecting. Power
supplies shall incorporate do-ac-dc isolation from battery supply tran-
sients.
Each power supply shall b furnished complete with an on-off switch,
indicating light, and input overcurrent protection.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A-3
091675
2A.5.2 Nameplates. Nameplates shall be furnished for each remote
station. Nameplates shall ;e in accordance with the requirements of
Section 1B. Nameplate inscriptions will be furnished later by the
Engineer.
2A.5.3 Push Buttons and Indicating Lights. Push buttons and indicating
lights required for proper system operation as specified shall be fur-
nished in accordance with the requirements of Section 1B.
2A.5.4 Relays. Interposing relays furnished shall be in accordance
with the requirements of Section 1B. Time delays shall be implemented
in a manner acceptable to the Engineer.
2A.5.5 Terminal Blocks. Terminal blocks shall be furnished for the
termination of external circuits. All communication circuits will be
18 AWG conductors, all analog parameter circuits will be 18 AWG twisted
pair shielded cable, and all other circuits will be 12 AWC conductors.
Terminal blocks shall be in accordance with the requirements of Sec-
tion 1B.
2A.5.6 Support Equipment. The Contractor's system and equipment design
shall be such that failures over the life of the equipment are mini-
mized. When failures do occur, the design shall be such that the time
required to restore the system or equipment to service is minimal.
Each bidder shall include, in his proposal, the following information
for each major item of equipment proposed:
Nssa time between failures (HTBF)
Mean time to repair (KTTR)
Description of built-in trouble shooting aids
2A.5.6.1 Teat Equipment and Tools. Each bidder shall include, in his
proposal, a list of recommended test equipment and tools required to
maintain his proposed equipment. In addition, each bidder shall in-
clude, in his proposal, an itemized price list for all special test
l equipment and tools which are not commercially available.
2A.5.6.2 Station Simulator. One station simulator, designed to simu-
late, exercise, And trouble shoot, both the master station and all
remote stations, shall be furnished. The station simulator shall. be
designed for both direct off-line interfacing to the station logic
during initial system checkout and during maintenance and for on-line
operation over the co,,munication lines as in emergency backup to the
master station.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A-4
030973
NEWON
Provisions shall be included at the master station and each remote
station for connection of the station simulator.
The station eimulator shall be complete with its own independent power
supply and shall be housed in a rugged portable carrying case.
2A.5.6.3 Spare Parts. The following space parts shall be furnished:
1. One hundred per cent replacement fuses
2. One hundred yer tent replacement lamps
3. One each of every unique printed circuit board in the
remote etatione, including power supplies
4. Five each of every type indicating light
5. Five each of every type push button
6. Five each of every type relsy used in the system
7. Three card extenders
8. One spare keyboard for the functional control panel
Each bidder shall include, in his proposal, a list of recommended spare
parts, exclusive of those specified above, for both the master station
and the remote stations.
2A.6 OPTIONS. Each bidder shall base his bid on the eupervitiry con-
trol and data acquisition system as specified herein. Each bidder shall
include, in the spaces provided in the Proposal, the price adjustment
for each .f the following optionst
1. Substitute limited graphic blacL and white CRT for the
specified limited graphic color CRT
2. Substitute alpha-numeric black and ,;hite CRT for the
specified limited graphic color CRT
3. Delete King Substation and Hickory Substation remote
stations and replace with master station interfaces
suitable for operation with existing Control Data
Corporation Super-Trol II three-state remote stations
located at King and Hickory Substations
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A-5
060675
4. Substitute moss storage for the specified core storage for
storage of off-line (background) software packages such as
compilers and assemblers, and occasionally used programs such
as one-line diagrams and logging formats
(Submit descriptive literature for •he mass memory device
proposed and definitive data for the computer proposed if
different from that proposed for the core-only base bid.)
5. Furnish future functions of Spencer and Denton North Inter-
change remote stations fully implemented rather than wired
only
6. Furnish one or more future remote stations prior to shipment
of the system, one year after the date of contract award, and
2 years after the date of contract award
7. Substitute mylar tape punch/reader for the specified paper
taps punch/reader on the ASR logger
018. Delete the requirements for heat testing as specified in
Subsection 2A6
logging
9. In teu of the data averaging as specified in Subsection 2A1:
(a) preform limit alarming on telemetered reldi:.gs obtained
ev y 30 seconds for all parameters except the net power
in erchange MW which are obtained every 5 minutes, and (b) for
, utilize the latest telemetered values.
10. Tha nonstandard software required for Subsection 2A4 to 'oe
designed by the Owner's programmer
I
I
i
I
Refer to Item 1.4.12 of Contractor's Clarifications and Exceptions.
Revised in accordance with Item 2 of Addendum 1.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A-6
091675
_ I
EXISTING SWITCHBOARD
t
EXISTING
SUPERVISORY
PANEL
(TO
REMO:D) b
\ N
16' • D'
EXISTING SWITCHBOARD
gLUK I i[MYCH CITY OF DENT S S1ttEM TEXAS E-18A
t~1#Irg1Mi tam" SCADA ® t~oim DISPATCH CENTER FACILITIES T020175-1
66" ARRANGEMENT
qc r M V lJ
• j ~I L
I ~k M R
AS N R
1 II 4
I N Y 1J
CPU
N R
RASE RID, CORE RO LOG L J
RESIDENT
M R
LARM AND
OPYIONs MASS KSR ONYERSA-
STORAGE TION "R]
;CRT S
C WITH rM01LR I
KEYBOARD
j'''
BASE BID: COLOR CRY WITH COASOR 4
CONTROL VIA ONE-LINE AV" +1
DIAGRAMS
O"IONs 1) DELETE ORE-4.101 _ r0-1
t) ;MACE COL14R CRT WITH M~- f""' "tR1
• 11
01- ' - - - -i.RJ
12
LO J
r~-+
14
ro m.- - - -jAY. - --tRi
d
BLACK I VEATCH CITY or DENTON, TEXAS E-18A
eftwT1M0 ["win SCADA SYSTEM
t►*olcat
511 6644 CONCEPTUAL SYSTEM CONI:IGURA71IONI021075-2
Subsection 2A1 - SYSiF.M NGi2UIHi',M1:NYti AND CUARAUF.RIS' Wt[
` 2A1.1 CENI?RAL. This subsection coverct the overall system design .till
performance requitements and the general cliaracteristicr of the super-
visory control and data acquisition hyctem.
2A1.2 OPERp.TINC CONCEPT. The system shill operate on the "master-
aave" conctpt whereby control actions or communication transmissions
shall not be initiated by the remote stations unless nn commanded by the
master station. All system operations shall be under the direct control
of the master station at all times.
The system and its equipments shall be designed to preclude any inad-
vertent operations due to component failures or message errors of two or
less.
The system shall be in accordance with the requirements of the arts^les
which fnllow.
2A1.3 COMPONENTS. With the exception of components such as switches,
indicating lights, and interposing relays, the system design shall
maximize the use of solid state components. The use of dielectric
capacitors shall be minimized.
All solid state devices shall be hermetically sealed silicon and shall
be soldered directly to printed circuit (PC) boards.
For ease of maintenance, modification, and future expansion, the system
hardware and software designs shall maximize modularity and commonality.
Designs not requiring the equipment to be removed from service for these
purposes are preferred.
Wiring within each cabinet shall be arranged to obtain maximum separa-
tion between internal logic leads and field connections. Cross wiring
over components will not be acceptable.
2A1.4 COMMUNICATION EEQU _iREMENTS_. The system shall utilize radial
communicationa but the design shall readily accommodate a combination of
radial and party line communications. In addition, the system shall be
readily convertible, in the field, to operate exclusively on a party
line basis.
The master station shall communicate with the remote stations on a
sequential continuous scan basis except when interrupted for control
functions. The remote stations shall be passive except when commanded
to respond by a correct message from the master station.
.
(DENTON, TEXAS - 6644) 2A1-1
(SCADA SYSTEM - E-18A)
091675
The communication interface and modems included in the master and remote
stations shall be designed to operate on nonconditioned AT&T Type 3002
channels. The modems shall utilize frequency shift or phase shift
keying. The transmit and receive levels shall be independently adjustable.
To permit off-line testing and calibration of the modems, a rotary 3-
position switch shall be furnished at the master station and each remote
station for each communication line. This switch shall permit open
circuiting and short circuiting of the remote station data channels.
Loading resistors shall be furnished as required to apply a load to the
communication modems when the switch is in the open and short circuited
position.
2A1.5 MESSAGE STRUCTURE AND SECURITY. The message structure shall
ensure highly secure transmissions and shall allow for a minimum of
14 remote stations per communication channel equivalent in size to the
six remote stations included in these specifications.
Each bidder shall include in his proposal a full description of the
proposed message security and structure.
2A1,5.1 Status Scan and Data Retrieval Messages. The message and
coding structure shall be designed for bulk data retrieval and shall
include security coding for all messages. The security coding shall
detect 99.6 per cent or more of all possible errors due to noise bursts
or random errors.
In addition to the security coding, all transmissions shall be checked
at the receiver bit-by-bit for errors. If any induced errors are
detected, the master station shall automatically reject the trans-
mission and request the remote station to repeat the data transmission.
Any message rejected after three successive retries Oiall cause a
communications alarm identifying the remote station in error to be
generated,
•"+"~'yf1.KE:`~~.~~ "~i~17'M!!'~E'urbw~'Mx`f►~s+wyan~,~
The number of successive retriep Allowed before generation of the alarm
shall be easily field changeable.
The system update time for alarms shall bye not greater than one second.
The use of a "station upset bit" (polling) will be acceptable providing
the update time of any and all alarms does not exceed one second, the
total system status update time does not exceed 5 seconds, and that the
total system (status and telemetered readings) is updated every 5 minutes.
2A1.5.1.1 Remote Station Memory Reset. Change detection memory for
reclosure and momentary alarm monitoring shall be provided as a part of
all remote stations. Positive retrieval of this data shall be accomplished
before the remote station memory is reset. Automatic resetting
.
(pENI-ON, TEXAS - 6044)
(SCADA SYSTEM - L-18Ai 2A1-2
091675
of a remote station memory after transmission of data is not acceptable.
After the data has been successfully retrieved by the master station, a
"CHANCE DETECTION MEMORY RESET" command transmission shall be automatically
generated by the master station to reset the remote station's memory.
2A1.5.2 Control Messages. All control operations shall incorporate
select-check-operate transmissions and single-point security. The
"pseudo select-check-operate" concept, where no transmissions occur
until an "operate" push button is actuated, shall ho used. The master
Station hardware shall lerify the proper point selection by means of a
"check back" transmission before the operate transmission is permitted.
After selection (point arming), the remote station shall automatically
reset (cancel) the point within one second if it has not received a
valid operate transmission.
Point address re-encoding at the remote station for check back trans-
mission shall be generated by the selected point end-element device.
Point address re-encoding by reading the received address from a "select"
storage register is not acceptable.
Any message which fails a bit-by-hit check or selects more than one
point shall initiate a "CONTROL FAILURE" alarm and shall abort the
control actions.
Each bidder shall include, in his proposal, a complete and detailed
description of the control operations of hie proposed equipment.
4
~ l
(DENTO14, TEXAS - 6644) 2A1-3
(SCADA SYSTEM L-1P;A)
060675
Subsection 2A2 - MASTER STATION REQUIREMENTS AND FUNCTIONS
2A2.1 GENERAL. This subsection covers the general requirements of the
master station and the functions the master station F-hall be capable of
performing.
In addition to the base bid, alternate proposals for s system which will
fulfill the Owner's operating requirements, as defined by this specifi-
cation, will be considered. The alternate proposal Nhall clearly stipu-
late the alternate proposed and the specific exceptions to the specifica-
tion.
2A2.2 MASTER STATION GENERAL REQUIREMENTS. The master station shall be
minicomputer based and shall direct all system actions. Man/machine
interfacing shall include, as a minimum, the following:
1 - Functional control panel (keyboard)
1 - Limited graphic color cathode ray tube (CRT)
1 - Automatic send/receive logger (ASR)
1 - Keyed send/receive logger (KSR)
1 - Read only logger (RO)
The master station shall utilize core storage memory for the storage of
all operating and application software packages and programs. The core
memory provided with the system shall be sized to include the amount
required for system operation, the amount required for the specified six
remote stations,and the unused capacity equal to 40 per cent of the
amount required for the specified six remote stations.
The master station software design concept shah. utilize modularity for
ease in modifying, deleting, and adding software and data base features
and size. a:,r!i.,.s," r~$1~ir`cYi~`:i°}r°y~;TM~r-•~, r.
The master station design shall be such that when future rcrote stations
are added to tha system, the expansion of the date base to include the
added remote stations, the addition of memory if required, and the addi-
tion of modems, shall be the only requirements for rendering the added
remote stations fully operational.
The Contractor shall furnish two printed copies of all software for the
system. In addition, two sets of punched mylar tapes containing all
system software shall be furnished with the final instruction manuals.
All operating programs and data bases, except those requiring operator
input for limit setting or other purposes, shall be protected and shall
be accessible only by authorized personnel. All authorized accessing
shall be logged. Access logs shall include the following information:
Features of the changed program or data base prior to access
(Di:NTON, TEXAS - 6644) 2A2-1
(SCADA SYSTEM - E-18A)
091675
Changes to the program or data base after access
Identification of accessing terminal
Identification of person accessing the program or data base
All unauthorized accessing attempts shall be logged, including the ac-
cessing terminal identification, and shall initiate the audible alarm.
All logging shall indicate the month, day, year, and time, to the nearest
second, of access.
All operator entries which would result in the performance of a control
function, the changing of limits, or changes to nonprotected data bases
shall be displayed on the CRT or printed out for confirmation and acknowl-
edgment. 'fhe entry shall be processed only after being confirmed and
acknowledged. The function performed and the description of the affected
parameter before and after entry shall be logged.
All detected alarms and status changes shall cause a flashing reference
on the CRT, sound the audible alarm, and be logged. One dry, Type "c"
alarm contact rated 120 volts ac, 2 amperes, which is actuated when the
audible 91arm operates, shall be provided for the tae of the Owner.
2A2.3 INPUT/OUTPUT DEVICE FUNCTIONS. The normal functional asoignments
of the input output devices shall be as follows:
Device Function
Functional control panel Operator's primary system input
device
CRT Operator's primary system output
device
ASR logger Engineer`s/Programmer's input/output
terminal for operating in the back-
ground mode, loading/unloading of
memory, modifying programs and data
bases, and running diagnostic routines
RO logger Logger for routine and demand logs
KSR logger Logger for alarm and operation logs
and operator's conversational input
device
Each of the loggers shall function as backups to the other loggers, to
the CRT, and to the functional control panel. If the ASR, while at its
normal location, must be used as the primary control accessing device,
the functional control panel shall be automatically blocked to prevent
blind operations. If any one logger must be used for both data logging
and alarm/operation logging, the alarm/operation logging shall take
precedence. Data logging shall continue after the alarm/operation
logging has been completed.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A2-2
091675
The primary method of system control shall be by cursor control as
follows:
1. The operator will position the CRT cursor.
2. The operator will depress a "SELECT" push button.
3. The computer shall verify the selection by identifying
the selected point. Identification shall be accom-
plished either by CRT enhancement or CRT blinking.
4. The operator will depress a computer backlighted
valid "operate" push button.
5. The computer shall perform the commanded action and
shall update and restore the CRT display to its normal
steady-state condition.
Motor operated disconnect switch (MODS) CRT displays shall blink dual or
alternate colors to signify in-transit conditions.
A secondary method of system control, by selecting a device by manually
+:ntering the device identification number, shall be provided. The dis-
play for this method of control shall function in the same manner spec-
ified for cursor control.
Coding books shall be furnished with both the KSR and ASR loggers.
Coding books shall clearly define all operator entries and procedures to
be followed when either the KSR or ASR logger is used to access the
system.
2A2.3.1 Functional Control Panel. The functional control panel shall
be designed to minimize operator tasks and to ensure that all operator
tasks are logical and direct. All push buttons and indicators shall
have a specific functional as3ign,nent except for a numeric keyset and
its associated inline digital readout which shall be dedicated to device
identification and limit setting entries. A universal type of ;~,*''-Y:= - -
such as a typewriter keyboard, will not be acceptable. All push buttons
and indicators shall be grouped by functional category in well defined
segregated areas of the panel.
An illuminated "SELECT" push button shall be provided on the functional
control panel for each remote station. When manually selected by the
operator, a remote station's "SELECT" push button shall be illuminated
steady and shall remain illuminated steady until canceled by the oper-
ator. Upon initial selection, the remote station's one-line diar "
shall be displayed on the CRT. The CRT display information shall be
continuously updated. When an alarm condition or status change is de-
tected, a remote station's "SELECT" push button, whethar selected or
not, shall be illuminated flashing and the appropriate portion or alarm
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - 1;-18A) 2A2-3
050975
message portion of the CRT display shall flash. Depressing a "FLASH
RESET" push button, which shall be provided on the control panel, shall
cause the "SELEC°" push buttons of all remote stations having unac)nowl~
edged alarms to be illuminated steady. The occurrenre of a new alarm
shall cause the affected remote station's "SELECT" push button to again
be illuminated flashing. Actuation of the "FLASH HEW` push button
shall not cause the CRT display to cease flashing. Provisions shall be
furnished whereby alarms may be acknowledged individually and all alarms
on the current CRT display may be acknowledged simultaneously, at the
option of the operator. When alarms are acknowledged the acknowledged
alarms of the displayed CRT page shall cease flashing. When all alarms
at a remote station have been acknowledged, the remote station's "SELECT"
push button illumination shall be automatically extinguished lnless that
remote station has been selected by the operator.
The functional control panel shall be furnished with all push buttons,
indicators, logic, and wiring required for system operation with the
anticipated total of 15 remote stations.
Each bidder shall include, in his proposal, pictorial illustrations and
detailed descriptions of his proposed functional control panel.
2A2.3.2 Limited Graphic Color Cathode !IX Tube. One high qualify,
19 inch nominal diagonal, seven color, operator interactive limited
graphic color cathode ray tube (CRT) shall be provided. The character
size, generation techniq•+e, horizontal spacing, and line spacing shall
be such that the total display is fully legible at a viewing distance of
nog less than 4 feet. The refresh rate shall be such that flicker free
displays are obtained. The character generation technique shall be such
' that each symbol and character is highly readable. The display intensity
shall be operator adjustable. J
The maximum number of displayable character positions shall be provided,
commensurate with the readability, viewing distance, and flicker free
requirements. .,ti„
Both one-line diagrams with alpha-numerics and tabular alpha-numeric
displays shall be provided. The one-line diagrams shall be color coded
for voltage levels and device status. The alpha-numerics for both _.'bu-
lar displays and one-line diagrams shall be white except that inhibited
devices, devices in an abnormal state, unacknowledged alarms, and out of
limit conditions shall be color coded.
An identical specific portion of every CRT display, such as time of day,
shall be distinctively updated a minimum of once every second to ensure
that the computer is continuously updating the display.
Each bidder shall include, in his proposal, a detailed description of
his proposed CRT, including photographs of typical one-line diagrams and
tabular listings displayed on that CRT.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A2-4
091675
2A2.3.3 Loggers. The automatic send/receive (ASR), keyed send/receive
(KSR), and read only (RO) loggers shall be printing devices of the same
model series.
The printing speed of the loggers shall be such that total system logging
does not overlap 15 minute operating logging when the system has its
full complement of 15 remote stations. Logging requirements are speci-
fied in Subsection 2A5 of these specifications.
The RO logger shall be capable only of printing out received information.
The KSR logger shall be the same as the RO logger with the addition of a
full alpha-numeric keyboard for direct typing and system accessing by
the operator. In addition to receiving information from the computer,
the KSR logger shall be capable of keyboard entry into the computer.
The ASR logger shall be the same as the K,iR logger with the addition of
a paper tape punch/read unit for automatic send/receive communications
with the computer.
The loggers shall be designed to minimize mechanical movement and the
number of moving parts. The printing operation of the loggers shall be
"noiseless". The loggers shall be of rugged construction to minimize
maintenance and failures.
The loggers shall be capable of utilizing both roll and fan-fold paper.
Form generation for all logs shall be computer controlled. Alarms shall
be provided to indicate that the paper supply is nearing the end and has
reached the end of the paper. Paper takeup provisions shall be provided.
The line being printed shall be fully visible and each printed character
shall be highly legible.
Each logger shall be mounted on an independent pedestal. The RO and KSR
loggers will be placed side-by-side. The ASR logger will normally be
located in a separate room but, in an emergency, may be moved to replace
either the RO or KSR logger. In this event, the ASR logger shall operate
satisf,ictorily :Nine tic 00 Cr MOT 'logger ante, ^onnect cables. One
spare KSR logger interconnect cable shall be furnished for alternate or
emergency use.
2A2.4 MAST U STATION FUNCTIONS. The master station functions, and sys-
tem functions referenced to the master station, shall be to accordance
with the articles which follow.
The two categories of master station functions are operator initiated
functions and computer initiated functions. With the exception of
remote station timed resets, all system functions shall originate with
the master station.
Control transmissions shall have priority over all other transmissions.
(OENTON, TEXAS - 6644)
(SCALA SYSTEM E-18A) 2A2-5
06(',75
M .4.1 orator Initiated Functions. Operator initiated functions
shall consist of controlling field Devices, changing llmits, selectiun
of displays, demand logging, and miscellaneous tasks. All operator
initiated functions shall oe accomplished by functional control panel or
logger keyboard entries.
2A2,4,1.1 Control of Field Devices. The control of all field devices
shall be by the "pseudo select-check-operate" concept as previously
defined in Subsection 2A1 under CONTROL MESSAGES.
The following table defines the function types, as used in these speci-
fications, which are applicable to controllable field devices:
Function Type Function Description
A Control and indication with change
detection
8 Deleted
C Control and indication with change
detection and reclosure blocking
D Control and indication
E Control only (tap position)
The following procedure shall apply to control of all field devices:
1. Selection of the device to be controlled by n;pr-
ator. This shall be accomplished either by positioning
the CRT cursor, with the desired remote station selected,
or by entering the device identification at the functional
control panel or logger keyboard.
2. Entry of the selected device into the computer by the
operator
3. Acknowledgment of entry by the computer. This shall
be accomplished by distinctively ldentiiying the
selected point on the CRT display or by printing out
the acknowledgment if entry was achieved through a
logger keyboard.
4. Enabling and back illumination of the appropriate
"operate" push button(s) by the computer
(DENTON, TEXAS - 6644)
(BCADA SYSTEM 2A2-6
09167.
5. Verification of the proper device selection and selection
and actuation of the chosen "operate" push button by
the open for
6. Printout of velected point and commanded control action
by the computer
7. Transmission of the point select address, receipt of
the point end-element generated check-back transmission
from the remote station, verification of proper point
selection, transmission of the operate command, trans-
mission of a status scan request after allowing for
field device operation time, receipt of status scan
transmission, update of data bank and CRT display,
and printout of the updated status of the field
device, all by the computer
if the check-back transmission received from the remote station indi-
cates that the incorrect point has been armed, the master station shall
automatically reset the remote station, thereby cancelling (disarming)
the point, and generate a "CONTROL FAILURE" indication and printout.
"CONTROL FAILURE" shall also be indicated and printed out if the field
device fails to operate within a preassigned time period after transmis-
sion of the operate command and if the armed point is canceled by a
remote station tired ,Control function type time periods shall be
as follows:
Time Period After Transmission
Function Type of the Operate Command
A 1 second
B Deleted
r 1 second
D l second for circuit brt2aker control
D 10 seconds for motor operated discon-
nect switch control
E 10 seconds
Master station Type 1: functions, when selected, shall remain selected
for 60 seconds after each operate c mmand transmission for jogging con-
trol. Type E selections shall be canceled when anotrier point is selected.
In lieu of a status scan, a telemeter scan shall by automatically gen-
erated for Typr E functions to obtain the associated analog readings.
(DENTON, TEXAS - 6644)
(SCADA SYSTFli - E-18A) W-7
091675
2A2.4.1.2 Point Cancel. Cumputet vrtries shall nornally be canceled at
the master statton by a "CANCEL SELECTION" function. If a control point
has been selected, but not executed, and a second point is selected, the
previously selected point shall automatically bc, canceled. The selec-
tion of a point at the master station shall be automatically canceled
after transmission of the operate command for all function types except
Type E. Type E functions shall be canceled as sperlfled above.
Control points that have been armed at a remote station shall be can-
celed by a "CONT1,101. CANCEL" command transmission y,enerated by the master
station and by a timed reset at the remote station. The "CONTRGI. CANCEL"
command transmission shall be generated by direct operator action,
check-back transmission verification failure, or failure of 0e field
device to operate within the Lime specified above. Timed rraet at the
remote station st :tl be by failurt of the remote station to receive a
valid operate transmission within one second after arming the point, as
specified in Subsection 2A1 under CONTROL MESSAGES. When a "CONTROL
CANCEL" is commanded, the master station shall cause the remote station
to reset (cancel) the selected (armed) point.
Any attempt to cancel remote: station armed points by the "CANCEL SELEC-
TION" function shall have no effect on the point and shall generate a
"CONTROL MOR" alarm.
2A2.4.1.3 Inhibiting. Provisions shall be included for inhibiting the
control of a point, inhibiting alarms, and deleting telemeteting and
remote stations from system scans and computations by operator entry.
Operator entry shall be required to reinstate inhibited points, alarms,
telemeteting and remote stations.
Control access and alarming of field devices (points) and 11mit alarms
shall be inhibited by use of the "CONTROL INHIBIT", "ALARM INHIBIT", or
"INHIBIT CONTROL AND ALARM" functions. When the "CONTROL INHIBIT" func-
tion has been imposed, any attempt to control the inhibited device shall
be blocked and a "CONTROL ERROR" alarm shall be generated. The status
of de,r, mac 4nl,41.1#-^A 1 u ~L ~ "AT AD161 TR11TOTTa f.~w~ti~n n1 ~1 7 1 e :Cali ^1T
updated, but alarms shall not be generated. All inhibited states of
devices shall be distinctively identified on all displays and printouts.
Provisions shall be included for removing telemetered data from all
computations and limit alarming and for replacing telemetered data with
operator entered valves. When telemetered data is removed, updating
shall not be interrupted. When telemetered data Is replaced, updating
of those points shall Le discontinued and all computations shall utilize
Lite fixed Valued en[eted by the operator. The status of telemetered
data shall be distinctly identified on all displays and printouts.
(DENTON, TEXAS - 6644)
(SCADA SYS UM - E-18A) 2A2-8
091675
Mien a remote station is deleted, all accessing and inpr.ging of that
remote station shall be discontin'ied. Deleted rce.ote statlon data shall
be removed from all computations except for data points replaced with
operator entered values. All atter,pts to control rli4v~.s a deleted
remote station ,,hall be blocked and c "CONTROL LkHjN" alarm shall be
generated. Deleted remote station displays and li i•, r: :hall rcelaln zit -
cessible but shall be distinctivel identific,l a,. 1,1hig deleted from the
system.
All inhibited duvices, deleted or i _pLi4 ed to lcr,~tr.,' 0atu and
deleted rewrote stations shall be tabulated in a syntru, inhiuit summary
available for display and logging.
2A2.4.1.4 Selective TelemeteriU. Provisions shall be included for
continuous updating of operator composed tables of relectcd telemetered
data. The data shall be available for operator selective display and
printout for trending purposes. The master station equipment shall be
easily adapted to accommodate the future addition of analog trend re-
corders.
2A2.4.1.5 Miscellaneous Tasks. MI:xellanen,ic taakA, anrh As flash
resetting, acknowledging alarms, silencing the audible alarm, entering
the correct time of day, entering operator identification at shift
changes, comment additions to logs, limit setting, and similar opera-
tions, shall be capable of being performed by the use of both dedicated
functional control panel functions and the logger keyboard.
2A2.4.2 Computer Initiated Functions. The computer shall be furnished
with a "watch dog" timer to monitor proper operation of the computer.
If the computer should fail to prevent this timer from timing ovt, an
audible alarm shall be generated signifying that the computer has failed.
Specific system computer initiated functions shall be in accordance with
the articles which follow.
/ 2AZ.4.2.1 Data Retrieval. The master station shall generate Interro-
gation rommands to poll the rewrote stations on a continuous scan basi&
to retrieve system data. The interrogation command coding structure
shall be designed for bulk data transmission and sh:jll provide for a
minimum of three types of data retrieval gre-pings as follows:
Data_Grouping Descri Lion
Status Scan Includes all status and alarm
data
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E•-18A) 2A2-5
091675
Data Grouping Description
Status Scan with Includes all status and alarm
Continuous Tele- data plus a minimum of eight
metering analog readings
Status Scan with Includes all status and alarm
Continuous and data, all continuous analog
Selective Tele- readings, and a minimum of
metering ifs selective analog; readings
The data message structure shall be such that noise affecting a portion
of a data stream will not cause rejection of the total transmission.
Only that portion of the data stream, not to exceed eight point readings,
affected by noise on the transmission line shall be rejected,
2A2.4.2.2 Remote Station Memory Reset, The master station shall, after
the data transmitted from a remote station has been accepted, automati-
cally generate a CHANGE DETECTION MEMORY RESET" command to reset the
remote station's memory as specified in Subsection 2A1 under MEMORY
RESET.
2A2.4.2.3 Freeze~Command Broadcast. The master station shall automati-
cally transmit a 'FREEZE" command to all remote stations at predeter-
mined times and on operator demand to obtain instantaneous data on the
total electric system power flow. Each remote station commanded to
freeze shall transfer all kWh accumulator readings into storage resis-
tors for master station retrieval. The system wide time deviation of
this data shall not exceed 1/2 second. The time of day identification
. shall be included at the master station and shall be based on the time
of the freeze command transmission.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 20-10
091675
Subsection 2A3 - REMOTE STATION REQUIREMENTS AND FUh(1IONS
2A3.1 GENERAL. This subsection covers the general requirements of the
remote stations and the functions the remote statism, ;,hall be capable
of performing.
In addition to the base bid, alternate proposals f.,i a system which will
fulfill the Owner's operating requirements, as defined by this specifi-
cation, will be considered. The olternate prop~snl nluill clearly :stipu-
late the alternate proposed and the specific excL-ptiruir; to the specifi-
cation.
2A3.2 REMOTE STATION REQUIREMENTS. All remote stations shall be iden-
tical in appearance and physical size. The physical size of all remote
stations shall be the size required to accommodate the single remote
station requiring the greatest number of functions.
Individual remote station designs shall. be based upon a single basic de-
sign. The basic design shall be the remote station requiring the fewest j
functions. All other remote stations shall be the basic design or the
basic design with additional plug-in components, interposing relays, ind
terminal blocks as required to obtain the specified functions. With the
exception of interposing relays and terminal blocks, all functions shall
be implemented by the use of plug-in components or cards, as required by
the Contractor's design.
Remote station change detection memory, when specified, shall be reset
as specified in Subsection 2A1 under REMOTE STATION MEMORY RESET.
The cancellation (resetting) of points armed by remote stations shall be
accomplished as specified in Subsection 2A2 under POINT CA.4CEL.
2A3.3 REMOTE STATION FUNCTIONS. Table I Included at the end of this
subsection indicates the quantity and types of functions required for
each remote station. Quantities enclosed in parentheses indicate an-
ticipated future requirements. These anticipated future requirements
are included to give the Contractor an indication of required core size,
ultimate data base required, software packages required, ultimate mes-
sage structure required, logging requirements, and other requirements
specified vo be furnished with the full complement of the anticipated
15 rerate stations.
The Spencer and Dentun North Interchange remote stations shall be de-
signed to include a13 future functions indicated on Table I except that
the plug-in components affecting these future functions shall not be
furnished. The implementation of these future functions shall require
r
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-1.8A) 2A3-1
091675
the insertion of the proper plu-!n components only. Proper operation
of the Spencer and Denton North Interchange remote station functions
included under these specilicatlun.w shall not be affected by the absence
of future function plug-in components.
In addition to the tabulated function types indicated in 'able I, each
remote station shall include one "dummy" control output. The "dummy"
control output shall include a latching output interposing relay which
shall feed back into a status input. Not less than once every 4 hc.cs,
the master station shall "set-read-reset-read" this "dummy" control
point to verify that trip and close control operations can be performed
and to verify that the status scan common circuitry is operating satis-
factorily, Inability to obtain the proper fe,dback from this "dummy"
control point shall result in the generation acid logging of a "REMOTE
FAILURE" alarm.
The tabulation which follows defines the function types indicated in
Table I:
Function Type Description
A Control and indication with
change detection
a Deleted
C Control and indication with
change detection and reclosure
blocking
D Control and Indication
E Control only (tap position)
F Indication with time delay
(door alarm)
C Indication only
11 Indication with change detection
I Watt analog telemetering
J VAR analog telemetering
K Ampere analog telemetering
Voltage analog telemetering
M kWh digital telemetering
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A3-2
091675
The following articles and referenced drawings are included to illus-
trate the basic requirements for the input/output function operations,
Relay logic is utilized to present the basic requirements in a univer-
Rally accepted manner end to avoid creating restraints on the use of
solid state components and software to implement the functions.
It is not intended that a relay system be furnished and the use of solid
state logic is encouraged.
It is intended that each bidder propose his standard function designs,
providing such designs do not degrade the conceptual intent indicated on
the drawings and clarified in the articles which follow.
A listing of abbreviations is included at the end of this subsection to
define the abbreviations used on the referenced drawings.
If not specifically described in the Contractor's propoaal, it will be
assumed that each function proposed fully duplicates the function con-
cepts indicated on the drawings and explained in the articles which fol-
low.
2A3.3.1 Function Type A. Drawing 021075-3 indicates the use of Func-
tion Type A for control of transmission line oil circuit breakers.
Control operations shall be select-check-operate The selected element
(KS) shall be armed on the "select" transmission from the master station.
The armed selected element shall re-encode its unique address and shall
transmit the "check back" transmiesion to the master station which shall
then transmit the "operate" command to the remote station. After the
"operate" transmission has been received from the master station, the
proper "operate enable" element (master trip - MT; master close - MC)
shall be activated, thereby activating the proper interposing relay
(trip - KIT; close - KIC). yy ~~q y. Y A•
,unR~ R. ~eY 4t Y!O:O {Y~I Tw.'R
Closure of the oil circuit breaker shall result in activation of thp., 1
change detection enable relay (KCDE) and shall disable the close output
(KIC) to prevent pumping.
If the oil circuit breaker trips after a successful close operation and
then recloses, the change detection relay (KCD) shall be activated.
Change detection shall occur for a noncommended transition of the o±l
circuit breaker from the tripped to the closed position only. A "XEMOR1
RESET" transmission from the ma:+ter station, a trip control conrand, or
a close control coirrand shall be required to reset the change detection
relay (KCD).
(DENTON, TEXAS - 6644)
(.SCADA SYSTEM - £-18A) 2A3-3
091675
The outputs of the close and trip interposing relays (KIC and KIT) shall
be maintained only for an adjustable time interval of 150 milliseconds
to 500 milliseconds.
Oil circuit breaker status, reclosure operated, reclosure blocked, and
local/remote control status indications shall be provided with Function
Type A, as indicated on Drawing 021075-3.
2A3.3.2 Function Type B. Deleted.
2A3.3.3 Function Type C. Drawing 021075-5 indicates the use of Func-
tion Type C for control of 13.2 kV feeder air circuit breakers.
The close, trip, reclosure enable, and reclosure blocking control ac-
tions shall follow the normal select-check-operate sequence modified as
specified in the paragraphs which follow.
For successful air circuit breaker close operations, the reclosure
control interposing relay (KIRB) shall automatically enable the reclosure
circuitry. During trip operations, energizing the trip output inter-
posing'relay (KIT) shall follow resetting of the reclosure control in-
terposing relay NTOn• to Eiisute reclosure blocking.
* Raaloauxe enablalbxoclcfan a?alX b~1; a aepar+tte ribtttko?~ Font ate l+f~en
addxesasd, pr quo t bf tSle air !airc+J#t ~teakor #atwarpo#ag rs
#nys~ ''lsa enable don* act#oi~.ahsl bs ~6ucces~aal oay #C0e.:aix .
cf>•a4 bV" ley ie c9vaed when the'rscloauxe a~aub elb~brking e4ntro
point is addTeeeed,:,lhe blocking, contxul aettot sha21'a2aeys he aiccnas»
fu.l. when the'circu#t brio'kar 16-c outrtolled cally the reclosure
control blocking relay shall to ant=ti16.elly .rettet and not bi settable
except by dispatcher coed atier'x00ate;co.tro# haa,;:baen Yoetored.
Function Type C air circuit breaker change detection shall be imple-
mented in the same manner as specified for Function Type A.
Air circuit breaker status, reclosure operated, reclosure enabled/
blocked, and local/remote control status indications shall be provided
with Function Type C, as indicated on Drawing 021075-5.
2A3.3.4 Function T
ype D, Drawing 021075-6 indicates the use of Func-
tion Type D for both control of motor operated disconnect switches
(MODS), transformer oil circuit breakers, and distribution bus He
breakers.
Function Type D control actions shall follow the select-check-operate
sequence with timed contact outputb adjustable from 150 milliseconds to
500 milliseconds.
.
* Refer to Item 3 of Addendum 1.
i
(DENTS}N, TEXAS - 66414)
(SCADA SYSTEM - E-18A)
091675 2A 3.4
*Full open and full closed end of travel ;COptrOh monitoring contacts
shall be provided with Function Type D when used for control of motor
operated disconnect switches. 011 circuit breaker stntus and local/
remote control monitoring contacts shall be provided with Function
Type D when used for control of oil circuit breakers. These control
monitoring contacts are indicated on Drawing 021075-6 with oil circuit
breaker items enclosed in parentheses.
2A3.3.5 Function Tie E. Drawing 021075-7 indicates; Function Type E
which will be used for transformer tap position false/lower jogging
control.
Function Type E shall be the some as specified for Function Type D ex-
cept that indication. associate.i with Function Type F shall be obtained
from analog telemetered readings automatically requested by the master
station and, once selected by the operator, reselection at the master
station shall not be required unless the operator has not canceled the
point or has not initiated a jog within 60 seconds.
2A3.3.6 Function T e F. Drawing 021075-8 indicates the use of Func-
tion Type F for substation door alarming.
Function Type F shall include a 10 second time delay before the illegal
entry alarm. is transmitted. Authorized personnel entering the substa-
tion will be aware of the alarm and will inhibit the alarm by operating
the Owner-Yurnishod local blocking/reset switch. Illegal entry alarm
and alarm blocked Indication shall be provided and shall be included in
the alarm summary listing at the master station.
2A3.3.7 Function Type G. Drawing 021075-9 indicates Function 'ype C
which, at the remote station, shall be an indication point only. AlI!m
and statu3 treatments of Function Type G specific indications shall be a
function of the master station.
?AI.I.P F„nrtion Type H. Drawing 021075-10 indicates the conceptual
scheme of Function Type -H which shall consist of true sia-ius' and change
detection indication.
Any momentary or maintained change of the field contact being monitored
shall rt-sult in the appropriate, or both, change detect relays (KCIA and
KCIB) generating an alarm. The change detect relays shall be reset by a
command from the master station. The true status of the field contact
shall be generated by the monitor relay (KMI),
2A3.3.4 Function 72pe 1. Drawing 021075-11 indicates the scheme for
Function Type I for watt analog telemetcring. The Owner-furnished
transducer will provide a 0-1 milliamp signal which shall be input
* Revised in accordance with Item 4 of Addendum 1.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-lEA) 2A3-5
091675
s,~r
into the remote station analog-to-digital converter (ADC) multiplexer.
Funcrt un Type I shall have a resolution of three decimal digits.
The following features shall be provided with function Type I:
1. Twisted pairs of wires with individual shields will
be used between the field device and the remote sta-
tion. All three leads (high, low, and shield) of
these cablag shall be multiplexed to prc1j(-nt inter-
connection: of the transducer output terwitwis and to
eliminate, atray circulating currents encountered with
"array antennas" formed by terminating all shields on
a permanent fixed point.
2. Flying capacitor inputs are preferred for isolation
purposes and for constant transducer loading consid-
erations.
3. Input signal conditioning shall provide a minimum of
one second of smoothing integration and shall be such
that, for normal input levels, the analog-to-digital
converter operates near its full scale input level.
4. The analog-to-digital converter shall have the follow-
ing minimum characteristics over the temperature and
humidity range specified for the remote station:
a. Recalibration required not mare than
once every 12 months
b. Full scale accuracy of ±0.1 per cent,
+1/2 LSB
c. Linearity of 0.05 per cent - and
* d. Eleven bit binary resolution ':y th;sign
e. Repeatability of 0.01 per cent
f. Overrange of 20 per cent
5. Three remotely selectable, preset, precision analog-
to-digital converter calibration points of 10 per cent
full scale, 50 per cent full scale, and 100 per cent
full scale shall be provided.
Revised in accordance with Item 5 of Addendum 1.
(DENTON$ TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A3-6
091675
2A3.3.10 Function Type J. Function Type 3, for vat analog telemeter-
ing, shall be implemented in the same manner and shall have the same
features specified for Function Type I.
2A3.3.11 Function Type K. Function Type K, for 4mpere analog rele-
metaring, shall be implemented in the same manner and shall have the
same features specified for Function Type I except Function Type K shall
have four digit resolution.
2A3.3.12 Function Type L. Function Type L, for volt analog telemeter-
ing, shall be implemented in the same manner and ehall have the same
features specified for Function Type I except Function Type L shall have
four digit resolution.
2A3.3.13 Function Type M. Function Type M, Yor watthour digital tele-
metering, shall totalize-pulses received from watthour meter dry con-
tacts. The maximum input pulse rate will be approximately one pulse per
second. An accumulator shall be provided to totalize the equivalent of
a minimum of five decimal digits and shall be suitable for either two or
three wire inputs.
When a "freeze" command transmission is received from the master sta-
tion, the value in the accumulator shall be transferred to a storage
register for retrieval by the master station. Pulses shall not be lost
during transfer to storage or when being interrogated.
Self-contained power sources shall be furnished with Function Type M and
shall be capable of providing a minimum of 8 hours of uninterruptible
accumulator operation in the event of loss of normal power.
.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A3-7
091675
MOVIE
TABLE I
REMOTE FUNCTION TYPE
STATION
' A C D E G H I J K L M
SPEHtER J-(2) 2 1 6 - 11 22 41 b 9
(3) - (2) - (a) - (o) (6) (4) (4) (6)
DENTON NORTH 3 - - 2 1 f 5 1 3 3 3 3 6
INTERCHANGE (7) - (3) (1) - - - (6) - (4) (5) -
KING 2 - 8 8 - 1 4 3 2 10 29 4 -
HICKORY 2 - 8 8 - 1 4 3 2 10 29 4 -
LOCUST 2 - 8 8 - 1 4 3 2 10 29 a
TALIFERRO 2 - 8 B - 1 4 3 2 10 29 4
FUTURE
(RYAN) (2) (8) (8) - (1) '4) (3) (2) (10) (29) (4)
FUTURE
(AIRPORT) (2) (8) (8) - (1) (4) (3) (2) (10) (29) (4)
FUTURE* (2) (8) - (1) (4) (3) (2) (10) (29) (4) -
TOTAL 15 - 42 43 3 6 27 13 22 65 160 25 15
(28) (72) (77) (3) (9) (40) (27) (30) (96) 269 (45) (6)
Seven future remote stations anticipated, each with quantities of
o function types Indicated. One remote station or future remote station
required or anticipated for all others listed.
a Note: Quantities enclosed in parenthesis indicate anticipated future
requirements.
.
BLACK I M CH CITY OF D TONG TEXAS E-18A
CONli1LTN8 Eifm"n SCADA SYSTEM
64 TABLE t
6644 REMOTE STATION FUNCTIONS 2A3-8
W 11YM/00W
ASR - Automatic SEND/RECEIVE logger w/keyboard and paper tape PUNCH/READER
KSR - Keyed SEND/RECEIVE logger w/keyboard
RO - Read only logger
CPU - Central processing unit (computer mainframe and core)
CRT - Cathode ray tube
K.B, - Keyboard
M - MODEM
R - Remote station (remote terr',,al unit)
MT - Master trip relay
EMT - Deleted
MC - Master close relay
KIT - Trip output interposing relay
KIC - Close output interposing relay
KICA - Deleted
KM - Status/alarm Input Interposing relay
KS - Point select relay
KCP - Deleted
TOC - Deleted
i
TO - Time delay relay
TOE - Time delay on energi:atlun
TDD - Time delay on de-energization
KCD - Change detection relay
KCDE - Change detection enable relay
KPT - Deleted
(D) - Deleted
KIAB - Reclosure blocking output interposing relay
Kill - Raise output interposing relay
KIL - lower output Interposing relay
KAX - Auxiliary relay
KST - Telemetering select relay
n
r1
0
i
BLACK I VEATCH CITY OF DENTON, TEXAS E-18A
COMT1i10 EIr01NIER/ SCADA SYSTEM
®Rf 6644 ABBREVIATIONS 2A3-9
~ n
W ~
u
Y
031"NO UnS0133V a
x
w a
---~F-- 10V1H00 1V301 i a
r- a z~ r
w 03)13018 3anSoiM I z0 z
oa
f-- Sn1V1S UNY34e LL 4c u
CS -b L 0 M
v+ f ~ ~
V
I
~ Q I
uw u
K -T L
1353v Yu,
V31SVW
T_
~ Y
Yw
_ -T
Y'
a w
fy u
N
r YV W
I s
z N
~o
I
a
• ^ P dV 0A~! B .
MT
MC ~
KM KM
- 1 2 STATUS
CI T SE1 RESET KC KC
K IRB OE D ~M11 J KC JKI
MASTER
Uj RESET CI OE DE T T T T
M °
W c
RE -ENCODED KS RE-E Cp DE T? KC
_1 D ul) ADDRESS-ADDRSS a 0 G J
15 2 K1 5 K I
T T2 T Ln i uj w
o w oc
ui u >
W N N
Q QJ J O
46V MIN
m ° ww owc
C T RB KM KM
f 1 2
- - - - - - AT K1 KI KI
$CADA
4 N 4 N FIELD
52a 43- BUCK & VEATCH CITY OF DENTON TEXAS
CO*MTIMO IEMtimAs SCADA SYSYEM E-18A
PROJECT
OAT( RfY13l04 OR ISSUE N0. BY I 6644 FUNCTION TYPE C
021075-5
STATUS
AMT
- 1KM 1KM
Mc T, T 2
C
W
K1 KI w o
C T a ~n
o~ ua
r¢ mac
J F- J N
RE-ENCODF
ADDRESS
W
~(5 u X S J
11 u ¢ u¢
W Hu
CC Q
H co Nv
48V MIN
KI KI
c I KM KM
1 2
SCADA
7-L~ 1 I f 1 I - - - - - - -
LIS LIS FIELD
0 C
(52a) (43s)
4
BLACK & VEATCH CITY OF DENTON, TEXAS
E-18A
COO MTEI EINEER SCADA SYSTEM
Rd sRatcr
6644 FUNCTION TYPE D 021075-6
a
~R
K I K I
R L
-low RE-ENCODE
ADDRESS
KI KI
R L
SCADA
FIELD
d
BLACK & VEATCH CITY OF DENTON, TEXAS E-18A
COMS<YLTIN• UmmiRs SCADA SYSTEM
a 6
6644 FUNCTION TYPE E 021015-7
STATUS
T 2 TD
fKM KAX 1 KM
' ODSEC
}M 1 W
KM Y
KM T 2 a
1 2 KA~ m ~
ds H
z
TO g J
a a
OC W
T
O J
D
48V MIN
t KM 3 KM
2
M KM1~
. I
1M 2 3 AX 2
TD 3 2
X KM
3
SCADA
LPNE
' I 4 r~ 0 ~ FIELD
I ~
I I
DS PULL TO BLOCK G R
PUSH FOR FALSE RESET
PULL-PUSH FOR RESET
d
BLACK a VEATCH CITY OF DENTON, TEXAS
CO"IA1us EMWMEEn SCADA SYSTEM E-18A
j~ ►RatcT
~~~/Jf 6644 i JNCTION TYPE F 021075-8
48V MIN
r`1 STATUS
KH
T
a
0
y SCADA
4A I
FIELD
m
Q
<i
0.
BLACK VEATCN CITY OF DENTON, TEXAS
C0RW111 0 o"VERS SCADA S' ITEM E-18A
P*MOT
6644 FUNCTION TYPE G 011015-9
~r
INDICATION
1
E-~
KM Of
KCD KC O K, D 1 Y'
1 p T
f E -
ICE
E-~
KCD KCD ° KCD 1
T 1 T 2 v) 2 I X1
Y N o
X RESET
JKM 1 W
D
4t
l~
Z
Q
S
u
48V MIN
KM
1
SCADA
I E FIELD
LA
TO DETECT CLOSING OF NORMALLY OPEN A - INSTALL X b X' JUMPERS
TO DETECT OPENING OF NORMALLY CLOSED A - INSTALL Y 6 Y' JUMPERS
TO DETECT ANY CHANGE - INSTALL BOTH X AND Y JUMPERS ONLY
t
3
4
BLACK a VEATCH CITY OF DENTON, TEXA5
CONSULTIZI ENNNURS SCAAA SYSTEM E-18A
NtWtCt
G644 FUNCTION TYPE H y 021075-!O
KS
T
RE-ENCODE
ADDRESS
KS
b-KS TO AID CONVERTER
KS
T T
F - KST
TO NEXT
POINT
SCADA
~ II . +
l`FIELD
r
f TRANSDUCER j
R,
b
e
BLACK & VEATCH CITY OF DENTON, TEXAS E-18A
COM=ULTIMO EMOIMfEM SCAL-0 SYSTEM
rRatcY
6644 10CiI0N TYPES I, J, K. AND L 021075-11
Subsecti^-n 2A4 - DATA MANIPULATION
2A4.1 GENERAL. This subsection covers the system requirements for
manipulation of analog data received from remote stations and entered by
the operator.
2A4.2 TELEMETERED DATA PROCESSING. All telemetered data, except kWh
readings, shall be averaged over various specified time periods. Aver-
aged telemetered data shall be used foc logging and limit checking
purposes. Dynamic substation one-line diagrams and displays shall
utilize the one second filtered telemetered data.
All one second filtered and all averaged telemetered data shall be
available for continuous analog recording on future analog strip chart
recorders on an operator selective basis.
2A4.2.1 Alarm Limit Checking. Telemetered data used for alarm limit
checking shall hav, averaging time periods as follows:
Averaging Time
Data Limit Check Period
Generator MVA Greater than or equal to 1 minute
generator maximum capability
Total generated Greater than or equal to 1 minute
MVA u.,ximum total generation
capability
Generator ul,' t:;reater than 94 per cent 1 minute
of generator capability
otal generated Greater than 94 per cent 1 minute
MW of total generation capa-
bility
Generator power Greater than maximum on 1 ninute
factor less than minimum
Total system Greater than maximum on 1 minute
power factor less than minimum
Net power Set MW interchange deviation 5 minute
interchange MW greater than 5% of set accumulations
schedule
(DENTON, TEXAS - 6644)
(SCADA .YSTEM - E-18A) 1A4-1
091675
k1!~rr
Averaging Time
Data Limit Check Period
Transformer MVA Maximum 15 minutes
Line current Maximum 15 minutes
Phase-to-phase Maximum 15 minutes
current unbalance
Volts 138,000 minimum 1 minute
volts 69,000 minimum 1 minute
Volts 13,200 maximum 1 minute
Volts Five per cent change of 1 minute
13,200 over 24 hours
All averaging time periods shall be easily changeable by operator entry.
2A4.2,1.1 Generator MVA Limit Alarms. The individual and total net ''A'A
output of five existing and two future generators shall be limit checked
against operator entered unit capabilities. The actual MVA output of
each generator shall be calculated by averaging telemetered readings
from one watt and one var transducer for each generator. Any value
equal to or exceeding the operator entered unit and net capabilities
shall be alarmed and logged.
• 2A4.2.1.2 Generator MW Limit Alarms. The individual and total net Mb!
output of five existing and two future generators shall be limit checked
against operato* entered unit capabilities. The actual MY output of
each generator shall be calculated by averaging the telemetered readings
from one watt transducer for each generator. Any value exceeding 94 per
cent of the operator entered capabilities shall be alarmed and logged.
2A4.2.1.3 Generator Power Factor Limit Alarms. The individual power
factor of each of the five existing and two future generators and the
power factor of the suc. of all generators shall be calculated from
averaged tot-metered readings from one watt and one var transdti-.cer for
each generator. These power factors shall be lim?.t checked against
operator entered minisaum and maximum limits. Any power factor lower
than minimum and higher than maximum shall be alarmed and logged.
2A4.2.1.4 Net Real Power Interchange Limit Alarm. The net power inter-
change shall be limit checked against an operator entered schedule of
interchange power. The entered interchange schedule will be based on
t
(DENTON, TEXAS - 6644)
(SCADA SYSCEM - E-18A) 2A4-2
091675
15 minute increments. The actual power interchanged shall oe obtained
every 5 minutes by transmitting a "freeze" command to store the readings
of 10 existing and four future kWh accumulators. The 14 kWh accumulator
readings represent seven "in" readings and seven "out" readings. These
readings shall be algebraically summed and compared to the operator
entered interchange schedule. Actual MW interchanges deviating from the
scheduled interchanges by more than 5 per cent shall be alarmed and
logged.
2A4.2.1.5 Transformer MVA Limit Alarms. The individual MVA loading of
11 existing and 21 future transformers shall be calculated by averaging
telemetered readings from one watt and one var transducer for each
transformer. These loadings shall be limit checked against one of four
system wide operator entered transformer nameplate ratings. Any trans-
former loading wL.:ch exceeds its respective operator catered limit shall
be alarmed and logged. The maximum daily MVA loading of each transformer
shall be retained for logging.
2A4.2.1.6 Line Current Limit Alarms. Actual individual line current
shall be limit checked against one of four system wide operator entered
line current capabilities. Any line current exceeding the operator
entered limit for that line shall be alarmed ani logged. The individual
line currents for 160 existing and 269 future lines shall be determined
by averaging telemetered current readings. The total of 429 lines
represents 367 three phase current readings and 42 single phase current
readings. The maximum daily current for each line shall be retained for
logging.
2A4.2.1.7 Phase-to-Phase Current Unbalance Limit Alarms. The 387 three
phase curren'L readings, described in the previous article, shall be
checked for a maximum phase-to-phase current unbalance of 60 amperes.
Any unbalance exceeding 60 amperes shall be alarmed aitd logged.
2A4.2.1.8 Voltage Limit Alarms. Power system voltages shall be limit
checked against the limits indicated in the following table:
Nominal Voltage Rating Limit
13.2 kV 13,925 volts maximum
13.2 kV 11,880 volts minimum
13.2 kV 5 per cent maximum
deviation over 24 hours
69 kV 66,000 volts minimum
138 kV 114,000 volts minimum
(DENTON, TFXAS - 6644)
(SCADA SYSTEM - E-18A) 2A4-3
060675
Any voltage level not satisfying the above tabulated limits shall be
alarmed and logged.
The quantity of voltage readings requiring limit checking are as follows:
Nominal Voltage Rating Existing Readings Future Readings
13.2 kV 10 18
69 kV 14 21
138 kV 1 6
:he daily maximum and minimum voltage for each voltage reading shall be
retained for logging.
2A4.2.2 Data Processing for Logging. Telemetered analog data shall be
averaged over the time periods indicated in the following table:
Quantity of Readings Averaging Tire
Data Existing Future Period (minutes)
All vars 65 96 15
Transformer
watts 11 21 15
• All amperes 160 269 15
Feeder volts 10 18 1
Bus volts 25 45 See note
kWh accumulators 15 6 "Freeze" at 15 min-
ute intervals
Note: Bus voltage readings are not to be averaged.
Averaged telemetered analog data shall be p•ncessed as specified in the
articles which follow to obtain data for the logs specified In Subsec-
tion 2A5.
2A4.2.2.1 Total Net Ccneration. The 15 mimjte value of total ML
generated shall be determined by summing the telemetered values of the
kWh accumulators for each of the five existing and two future generators.
The 15 minute value of total watts generated shall be determined from
this 15 minute value of total kWh generated. The 15 minute value cf
total vars generated shall be determined by summing the averaged tele-
metered values of the var transducers for each generator. The 15 minute
value of the total generation power factor shall be determined from the
15 minute values of total watts and total vars generated.
(DEMON, 1EXAS - 6644)
(SOMA SYS?'EM - K-leA) 2A4-4
091675
The 15 minute values of total watts generated, total vars venerated, and
total generation power factor shall be retained until logged.
Each 15 minute value of total kWh generated shall be compared to all
other 15 minute values of total UWh generated to determine the daily
maximum and daily minimum 15 Minute values of total kk'h generated. The
daily maximum and the daily winimuz 15 minute values of total kWh gen-
erated so determined shall be compared to all ether daily maximum and
daily minimum 15 minute va'.ues if total ;-.%Nh generated for each day of
the month to determine the monthly maximum and monthly minimum 15 minute
values of total kkh generated.
The daily and monthly maximum and minimum 15 minute values of total kk'h
generated and :tie 15 minute value of total generation power factor cor-
responding to each maximum and minimum shall be retained until logged.
All system analog data, except feeder data, occurring at the time of the
daily maximum and inimum 15 minute values of total kWh generated shall
be retained until logged.
The cumulative 24 hour total kWh generated for each day shall be deter-
mined by sui=ing the 24 hou.• kWh generated by each generator. The cu-
mulative total kWh generated for ek:ch calendar month shall be determined
by summing the monthly kWh generated by each generator. The cumulative
24 hour and monthly kMh generated shall be retained until logged.
There will be one kWh accumulator and one var transducer for each gen-
erator.
2A4.2,2.2 Net Real and Ruac!.ive Power Interchange. The net real aa:
reactive power interchange of the Denton North lnterchi,nge Substatic
and the Spencer Substation sb.all be determined individually.
The net real power interchange shall be determined by algebraically _,um-
ming the watt values of each tie-line telemetered from the appropriate
substatioc. individual tie-line watt values shall to obtained from ti;,
averaged telemetered readings of one "in" and one "out" kWh accu-ulator
for each tie-line. The net real power interchange shall be retained
with its algebraic sign.
The net reactive power interchange shall be determined by algebraically
summing the averaged telemetered readings of one var transducer for each
tia-line telemetered from the appropriate substation. The net reactive
power interchange shall be retained with its algebraic sign.
Algebraic signs shall be }ositive for real and reactive power %-i" and
• negative for real and reactive power "out".
(DENTON, TEXAS - 6644)
(Sr.ADA SYSTEM - E-18A) 2A4-5
091675
The net real and reactive power interchange north shall be the net real
power interchange and the net reactive power interchange values, as
determined above, for the three tie-lines telemetered from the Denton
North Interchange Substation. The net real and reactive power inter-
change south shall be the net real power interchange and the net re-
active power interchange values, as determined above, for the four tie-
lines telemetered from the Spencer Substation.
The daily minimum power factor for each of the seven tie-lines shall be
calculated from the averaged telemetered readings of the kWh accumula-
tors and var transducer for that particular tie-line.
.y
2A4.2.2.3 Real and Reactive Wheeling, Power. Wheeling power is defined
as that real/reactive power, received by the Owner from another utility,
which moves through the Owner's power system, without being used or
added to, and then delivered to the same or a third utility.
The magnitude and direction of flow of the real and reactive wheeling,
power shall be separately calculated from the net real and reactive
power interchange north and south, as determined under NET REAL AND
REACTIVE POWER INTERCHANGE.
If the net real power interchange north and the net real power inter-
change south have the same algebraic sign, the real wheeling power is
zero. If tLe algebraic signs are opposite, the magnitude of the real
wheeling prwer is equal to the net real power interchange having the
smaller magnitude. The direction of real wheeling power flow shall be
as determined as follows:
Real Wheeling Algebraic Sign of Net Direction of Real
Power Magnitude Real Power Interchange Wheeling Power Flow
Net Real Power + ("in") North-to-South
Interchange North - ("ou_") South-to-?:orth
Net Real Power + {„in") South-to-North
Interchange South - "out") North-to-South
The magnitude and direction of flow of the reactive wheeling power shall
be calculated in the same manner specified for the real wheeling power.
2A4.2.2.4 Total Real r:na Reactive Pow;:r Interchange Flow. The magni-
tude and direction of flow of the to.1l real and reactive power inter-
change shall be determined by algebraically summing the net real and
reactive power interchange north and the net real and reactive power
interchange south, as determined under NET REAL AND REACTIVE POWER
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A4_6
00675
INTERCHANGE. If the result has a negative algebraic signs the. direction
of flow is to the Texas Municipal Power Pool (TMPP). if the result has
a positive algebraic sign, the direction of flow is from the T'MPF.
The 15 minute values of total real and reactive power interchange flow
shall be determined and retained. In addition, the daily 24 hobs total
real and reactive power interchange flow shall be determined and re-
tained.
2A4.2.2.5 Total Net Cie Load. The total net city load shall to deter-
mined by algebraically summing the total system watts and vacs generated
and the
determined under TOTAL
reactive (vats) power
AND REACTIVE POWER INTERCHANGE FLOW.
The summed watt and var results so obtained shall be used to calculate
the net power factor.
Each 15 minute watt result shall be compared to al), other 15 minute watt
results such that the daily maximum and minimum watts are determined.
All system analog data, except feeder data, occurring, at the time of the
daily maximum and minimum watts shall be retained. The hour of each
month durin; which the maximum and minimum watts for the month occurred
shall be determined. The value of the monthly maximum and minimum watts
shall be retained.
The cumulative 24 hour kWh shall be determined and retained each day.
2A4.2.2.6 Feeder Minimum Po-Jre factor. The daily minimum power factor
of each feeder shall be cale,ilated from the averaged telemetered current
values of the three phases of the feeder, the averaged telemetered
values of the feeder var transducer, and the averaged telemetered
voltage values of one phase of the fes:der bus.
The quantities of the teeders and the associated quantities of current,
var, and voltage readings will be as follows:
_ Quantity _
Item £xistin Future
Feeders 43 72
Current readings 129 216
Var readings 43 72
Voltage readings 10 18
!DENTON, TEXAS - 6644) 2A4-7
(SCADA SYSTFM - E-18A)
091675
Subsection 2A5 - DISPLAY AND LOGGING REQUIREMENTS
2A5.1 GENERAL. This subsection covers the system requirements for data
logging and CRT displays.
2A5.2 LOGS REQUIRED. System logs shall be grouped in one of four basic
classifications as follows:
Lot Description Primary Logger
Normal operating log KSR
Daily summary log RO
Alarm and operations log KSR
Demand logs RO
2A5.2.1 Normal Operating Log. The normal operating log shall be printed
every 15 minutes 2nd shall include the following:
Referenced Article
Data of Subsection 2A4
Watts, vacs, and power
factor for total net
generation TOTAL NET GENERATION
Net real and reactive NET REAL AND REACTIVE
power interchange POWER INTERCHANGE
north
Net real and reactive NET REAL AND REACTIVE
power interchange POWER INTERCHANGE
south
Real and reactive wheeling REAL A14D REACTIVE
power (magnitude and WHEELING POWER
direction)
Total rep! and reactive TOTAL REAL AND REACTIVE
power interchange flow POWER INTERCHANGE FLOW
(magnitude and direction)
'total net city load; watts,
vars, and power factor TOTAL NET CITY LOAD
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A5-1
060675
The last normal operating log printed Lich day shall include the follow-
ing 24 hour cummulative data in addition to the data specified above:
Referenced Article
Data
of Subsection 2A4
Generated kWh TOTAL NET GENERATION
Total real and reactive TOTAL REAL AND REACTIVE
power interchange flow POWER INTERCHANGE FLOW
(magnitude and direction)
City load TOTAL NET CITY LOAD
The last normal operating log printed each calendar month shall include
the following total monthly data in addition to the specified 15 minute
averaged data and the 24 hour cummulative data specified above:
I
Referenced Article
Data of Subsection 2A4
Maximum and minim+im TOTAL NET GENERATION
generated kWh
hlaximw and minimum TOTAL NET CITY LOAD
load (watts) of city
2A5.21.2 Dai~r Summary Lops, The daily sumr,:ary log shall be painted at
the end of each day at 12:01 a.m., and Shall include the following data:
keftit~nccd Article
Title Data of Subsection .A4
System Generation All system analog TOTAL NET GENERATION
Profile data, except feeder
data, occurring at
the time of the daily
maximum and minimum
watts generated
City Load Profile All system analo; TOTAL NET CITY LOAD
data, except feeder
data, occurring at
the time of the daily
maximum and minimum
city load
(DENTON, TEXAS - 6644)
(SCADA SYST04 - E-18A) 2A5-2
091675
Referenced ArticlE
Data of S___ _ubsection 2A4
Title
Maximum daily ANA TRANSFORMER MVA
Substation Data loading of each LIMIT ALARMS
transformer
Maximum daily cur- LINE CURRENT
rent for each ;ine LIMIT ALARMS
Maximum and min [mum VOLTAGE LIMIT
daily voltages
Minimum daily power NET REAL AND _'_rACTIVE
factor of each tie- POWER INTERCHANGE
line
Minimum daily power FEEDER MINIMUM
factor of each feeder POWER FACTOR
In addition to the data specified above, the daily summary alo shall in-
clude conditions and events summaries, for that day, such summary, inhibit summary, abnormal summary, and operation summary.
2A5.2.3 Alarm Operations Lam. The alarm and operations log shall be a
continuous log of the events of each day, printed in chronological
• order. Each event shall be printed out as it occurs.
The alarm ind operations log shall include all events, such a alarTns,
software atd data base changes, changes of status, controls, inhibiting
and limit changing, and all operator conversational additions, such as
shift changes, notes, and cowents.
2A5.2.4 Demand Logs. All normal operating logs, normal CRT displays,
data oases, operator composed tables, as specified in Subsection 2A2
under SELECTIVE TELEMETERING, and similar data shall be printed out upon
operator demand. Demand logs shall be available for output on a one
time printout basis and on a trending printout basis, at the option of
the operator.
2A5.3 CRT DISPLAYS RE UIRED. The following information and data shall
be available for display on the CRT, at the command of the operator:
1. The normal operating log
2. The daily summary log
3. All operator composed tables
4. Substation status, alarm, and data listings, includinf
+ parameter limits
(CENTON, TEXAS - 6644) 2A5-3
(SCADA SYSTEM - E--18A)
060675
5. Substation one-line diagrams indicating device status and al)
dynamic data
6. Four system one-line ciagrams indicating device status to the
feeder bus level, and the following data:
a, All dynamic data (excluding individual
feeders)
b. The latest 15 minute averaged data
c. All specified analog da.a occurring at
the latest maximum and minimum total
net ganeration
d. All specified analog data occurring at
the latest maximum and minimum net
city load
In addition to the above listed information and data, summaries of
system conditions and events, such as the alarm summary, the abnormal
summary, and the inhibit summary, shall be available for display on the
CRT at the corzmand of the operator. These summaries shall include only
those conditions and events occurring or existing at the time of dis-
play.
A Typical Substation Onc-Line Diagram and a Typical Substation Data
Display are included at the end of this subsection and indicate the
arrangement of these displays.
I
I
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A5-4
091675
HICKORY SUBSTATION
STATUS 01; ALARM 02; DATA 03 09-29-75 21;15;59
M330 H300 H340
_ Y Y R Y q1 Y
459AMPS A 363 MPS x310 AMPS
67489 VOLTS 67556 VOLTS
H312 R H322 R
Y Y
TRANSFORMER #1 TRANSFORMER h2
LT, BLUE LT, BLUE
2960 VAR 4500 VAR
H210 R 15307 VA H220 R 14873 VA
12824 VOLTS H200 12911 VOLTS
G -
6664KVA 2406KVA 6664KVA 4502KVA N1319KYA 4249KVA 8982KVA 470KVA
+,998Pf -.995PF +,984PF +.934PF 15PF~ +.999PF +.943PF -.905PF
H224
R M211 R H212 R H213 R H214 R H221 R H222 R M223 T
6A
206A 406A 7 08A 26A 26A 08A 206A 5
ALARM MESSAGE
m
d
BLACK & VE-ii N CITY OF DENTON, TEXAS E-18A
C~W111N1 ENOIMEEBt SCADA SYSTEM
►cvccr
6644 TYPICAL SUBSTATION 2A5-5
ONE-LINE DIAGRAM
HICKORY SUBSTATION
STATE'S 01, ALARM 02, DIA 04 09-29-75 21;15;59
~ AMPS KYAR KYA PF VOLTS
A B C 8
01. H211 ACB FE.'CR I BU: 1 300 310 290 20 + 400 6664 +.998 12824
02, H212 ACB FEEDER . 90 130 105 40 - 250 2406 -,995
03. H213 ACB FEEDER 3 340 270 290 0~ +1200 6664 +,984
04. H214 ACS FEEDER 4 200 205 203 2 +1610 4502 +.934
05 \ K221 ACt FEEDER 1 BUS 60 59 58 2 +1200 1319 +,41511 12911
i
06. K222 ACB FEEDER 2 190 190 190 0 + 50 4249 +.999
07. H223 ACS FEEDER 3 410 390 405 20 +3000 8982 +.943
08. M224 ACB FEEDER 4 30 15 18 15 - 200 470 -,905
09. M200 ACB BUS TIE OPEN
10. TRANSFORMER #1 2960 15307
11. TRANSFORMER 02 4500 14873
12, N330 NORTH LINE 459 67489
13. H340 SOUTH LINE 310 S/556
14. H300 8" TIE 383
FALARM MESSAGE
Q
0
BLACK VUTCH CITY OF DENTON, TEXAS
COMM "16"m SCADA SYSTEM E-18A
q1= TYPICAL SUBSTATION
6644 DATA DISPLAY 2A5-6
Subsection 2A6 - TESTING AND TRAINING REQUIREMENTS IV
2A6.1 GENERAL. This subsection covers requirements for equipment and
system testing, syrl.em acceptance criterion, and training of the Owner's
operating and mainL:nance personnel.
2A6.2 EQUIPMENT AND SYSTDI TESTS. The equipment and the total system
shall be factory tested prior to shipment. In addition, tests shall be
performed in the field after installation of the system.
Equipment and system tests shall include the following:
Heat test
Preshipment performance test
Post installation checkout
Initial operation
Acceptance operation
The Contractor shall notify the Owner, in writing, not less than 15 days
prior to the performance of any test. The Garner reserves the right to
witness and to participate in all tests.
* 2A6.2.1 Heat Testing. After final assembly and checkout, all system
equipment, except the computer and its peripherals, shall be subjected
to An elevated ambient temperature of not less than 120 F. During the
heat test, the equipment shall be operating, under the control of the
ouster station, as expected to operate in service. The test duration
shall be not less than 10 hours. Any design or component failures
experienced during the test shall be corrected and the test shall then
be continued for a minimum of 3 hours of continuous noninterrupted
operation without any additional failures. Each failure experienced
during this 3 hour period shall be corrected and the 3 hour test period
shall, be -minstateds
Certified test data and a record of all failures shall lie submittei to
the Itngineer.
2A6.2.2 Preshipment Performance Test. After successful completion of
the heat test, the Contractor shall demonstrate, at the factory, that
the system is capable of performing all specified functions uti'
simulated field devices, input signals, and communication link~,.
test shall fully demonstrate compliance with the specifications.
Contractor shall cooperate fully in complying wit% Gie specific dciioi
stration requests of the Owner's representative co verify compliant,
with the specifications.
* Deleted in accordance with Item 1.4.12 of Contractor's Clarifications
and Exceptions.
(DENTON, TEYAS - 6644)
(SCADA SYSTEM - E-18A) 2A6-1
060675
All malfunctions and d,iviations from the specifications shall be cor-
rected by the Contractor. All corrections shall be demonstrated to be
in compliance with the specifications and to verify correction of the
malfunction or deviation.
After successful completion of this test, the Owner will provide the
Contractor with a written release for shipment. This release shall not
constitute acceptance and shall not relieve the Contractor from the
requirements of the specifications. No equipment shall be shipped
without receipt of written notice of release from the Owner.
2A6.2.3 Post Installation Checkout. The Owner will install the equip-
ment and terminate all field and power supply circuits to the system.
The equipment shall be shipped with all terminal block sliding links
locked in the open position. After installation but before closing the
termLial block sliding links, the Owner will notify the Contractor in
writing that the system is installed and ready for checkout by the
Contractor.
The Contractor shall load all software and shall perform a complete
diagnostic and point-by-point cheekoit of the total system. In addi-
tion, the Contractor shall operate the system with simulated field
devices, if required, to demonstrate that the system is capable of
performing all specified functions utilizing actual inputs and com-
munication links. The Owner will provide operating and maintenance
personnel to assist the Contractor in the performance of this checkout
and demonstration.
Upon completion of the system checkout, the Contractor shall provide
written certification to the Owner that the System is in compliance with
the specifications and is ready for operation.
2A6.2.4 Initial Operation. System initial operation will be performed
jointly by the Owner and the Contractor. The Contractor shall provide
personnel to assist the owner's operating and maintenance personnel in
the initial operation and any maintenance required during initial opera-
tion.
The Owner will close all terminal block sliding links, with the Contrac-
tor's personnel obser-ring, to correct the system to the field devices.
All system operations during initial operation shall be as determined by
the Owner. No Eydtem adjustments, modificationa, or other changes
be made by the Contractor except as directed by or with the permissici,
of the owner.
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A6-2
rcn,t 5
The: initial operation period shall terminate upon written mutual agree-
ment between the Owner and the Contractor. Termination will be based
upon the time required for the Owner's personnel to become conversant in
the operation of the system. The initial operation period will not
exceed 30 days.
2A6.2.5 Acceptance Operation. Upon termination of the initial opera-
tion period, the Owner wiil assume full operation and normal maintenance
of the system without direct assistance from the Contractor.
Owner acceptance of the system will be based on 30 days of continuous
system operation without the occurrence of faults, errors, interrup-
tions, or down time except for normal expected maintenance or for in-
terruptions or errors beyond the control of the Contractor such as fire,
loss of Owner-furnished power, and incorrect operation by the Owner.
All faults, design errors, or design deficiencies of system hardware or
software experienced during acceptance operation shall be corrected by
the Contractor. Upon completion of all necessary corrections, the 30
day continuous acceptance operating period shall be reinstated.
'hen the acceptance criteria have been satisfactorily fulfilled, the
Owner will provide written acceptance of the system to the Contractor.
2A6.3 TRAINING REQUIREMENTS. The Contractor shall train the Owner's
personnel in the operation and maintenance of the system and in software
generation.
Each bidder shall include, in his proposal, a description of the training
included in his bid and shall list, with prices, any additional training
offered by the bidder.
2A6.3.1 Operator Training. Training in Cie operation of the total
system shall be provided for three of the Owner's dispatchers. The
dispatchers are familiar with plant control and hardwired superviso y
control systems with dedicated control panels.
Training at the Owner's facility is preferred.
2A6.3.2 Maintenance Training. Training in the maintenance of all
systcri equipment shall be provided, prior to any system testing, for two
of the Owner's maintenance technicians. The technicians have a minimum
of 2 years experience with electronic digital equipment.
It is anticipated that one of the technicians, fully trained by the Con-
tractor, will participate in the factor checkout and the preshipment
performance tests of the system in order to become familiar with the
equipment.
. I
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A) 2A6-3
050975
Each bidder shall ircl ude, in his proposal, a description and price for
a yearly maintenance agreemew. for the computer and its peripherals.
2A6.3.3 Programmer Training. Training in the system operating and ap-
plication software shall be providcd, prior to development of tt.e final
software, for one of the Owner's programmers. In addition, the pro-
grammer sheil receive training in the operation of the system. The
programmer to be trained is familiar with the electrical transmission
and distribution system and is familiar with FORTRAN.
It is desired that the programmer participate in the software develop-
ment for the system so as co be fully familiar with the beneration
technique and diagnoatice.
r
(DENTON, TEXAS - 6644)
(SCAUA SYSTEM - E-18A) 2A6-4
050975
;M
1
APPENDIX
I
t
SPECIFICATIONS
AND
DOCUMENTS
ELECTRIC TRANSMISSION
AND DISTRIBUTION SYSTEM
CITY OF DENTON, TEXAS
SUPERVISORY CONTROL AND
DATA ACQUISITION SYSTEM
SPECIFICATION 6644 - E-18A
DENTON WORK ORDER 5985
ADDENDUM 1
October 15, 1975
Fach bidder shall note these revisions to the contract documents and
incorporate these revisions in his proposal. Each bidder shall attach
a signed acknowledged copy of this entire addendum in the front of the
specifications submitted with his proposal.
This addendum consists of two pages and revised Pages A-1 and A-2.
1. Pages AA1 and A-2. Delete these pages mild substitute revised
Pages A-1 and A-2 attached to this addendum.
2. Page 2?~-6. In the last line of option 9 change the word "lagging"
to "loggit,g".
3. Page 2A3-4, Article 2A3.3.3. Change the fourth paragraph of this
article to read:
" "Reclosure enable/blocking shall be a separate con-
trol point. The reclosure enable control action
shall be successful only if the air circuit breaker
is closed. The reclosure blocking control action
shall always be successful. When the circuit breaker
is controlled locally the reclosure control blocking
relay shall be automatically reset and not be set-
table except by dispatcher command after remote
control has been restored."
4. Pag, 2A3-5. In the first line of this page delete the word
"control",
(DENTON, TEXAS - 6644)
(SCADA SYSTEM - E-18A)
(ADDENDUM 1 ) 1
101.575
5. Page 2A3-6. In feature number 4 characteristics d change the word
"with" to "and".
Consulting Engineers
ACKNOWLEDGMENT
The undersigned bidder hereby certifies that the revisions set forth in
this addendum have been incorporated in his bid and are a part of the
contract documents.
Signed
Date _ /V c V /Y , 1 /i /5
(UNTON, TEXAS - 6644)
(SCADA SY MN - E-18A)
(ADDENDUIX 1 ) 2
101575
t
1