Loading...
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