REQUEST FOR PROPOSALS RFP LIFT STATION SCADA

NOTICE IF RECEIVING THIS RFP BY INTERNET, CALL (707) 543-3700 TO REGISTER AS A BIDDER. FAILURE TO REGISTER AS A BIDDER MAY RESULT IN YOUR FIRM NOT REC...
Author: Evan Walton
3 downloads 2 Views 7MB Size
NOTICE IF RECEIVING THIS RFP BY INTERNET, CALL (707) 543-3700 TO REGISTER AS A BIDDER. FAILURE TO REGISTER AS A BIDDER MAY RESULT IN YOUR FIRM NOT RECEIVING BID ADDENDUMS. FAILURE TO SUBMIT BID ADDENDUMS WITH BID MAY CAUSE YOUR BID TO BE CONSIDERED NON-RESPONSIVE.

REQUEST FOR PROPOSALS RFP 08-04 LIFT STATION SCADA Proposal Mailing Date January 9, 2008

Mandatory Site Visit RSVP January 16, 2008 by 12:00 p.m. RSVP to [email protected] with number of attendees H

Mandatory Pre-Bid Meeting January 30, 2008 Meeting 10:00 a.m. to 12:00 p.m. Geysers Operations Center (GOC) 35 Stony Point Road Santa Rosa, CA 95401

Mandatory Site Visits January 30, 2008 Site Visits - 1:00 p.m. to 5:00 p.m. January 31, 2008 Site Visits 7:00 a.m. to 4:00 p.m. (meet bus at GOC, 35 Stony Point Road, Santa Rosa, CA)

Proposal Submittal Due Date February 15, 2008 by 5:00 p.m.

To Caroline Gabriel, Senior Buyer City of Santa Rosa – Purchasing Office 630 Third Street, Second Floor Santa Rosa, CA 95404 707-543-3781

REQUEST FOR PROPOSALS RFP 08-04 TABLE OF CONTENTS

Pages BID INTRODUCTION, SCOPE OF WORK, SUBMITTAL PROCESS

1-4

EVALUATION PROCESS, ESTMATED SCHEDULE AND CONTACTS

4-6

SPECIAL PROVISIONS AND GENERAL PROVISIONS

ATTACHMENTS Attachment “A” – Sample Contract Agreement Attachment “B” – Cost Proposal Attachment “C” – General Specifications Section 01820-Operations and Maintenance Documentation Attachment “D” – General Specifications Section 01825-Operations and Maintenance Training Attachment “E” – General Specifications Section D5000 – Electrical Systems Attachment “F” – General Specifications Section F1050-Controls and Instrumentation Attachment “G” – Reference Wonderware Screens Attachment “H” – Reference Drawings

7-11

LIFT STATION SCADA

City of Santa Rosa

RFP 08-04 Page 1 of 11

REQUEST FOR PROPOSALS RFP 08-04 LIFT STATION SCADA INTRODUCTION The City of Santa Rosa Utilities Department desires to solicit qualified proposals to provide a Supervisory Control and Data Acquisition (SCADA) system for the City’s Sewage lift stations. This project will provide the components and programming for upgrading the lift station telemetry, including programmable logic controllers (PLCs), radios, antennas, enclosures, all other ancillary components, and human-machine interface (HMI) programming for a complete operating system at various locations within the City of Santa Rosa area in accordance with this Request for Proposals. Award resulting from this RFP is expected to result in a firm fixed price contract. This RFP outlines the information necessary to understand the selection process and the required documentation for submitting proposals. Please carefully read and follow the instructions.

BACKGROUND AND GENERAL INFORMATION Organization Overview The City of Santa Rosa, a charter city with a population of 156,300, was incorporated in 1868 and is located 55 miles north of San Francisco and is the county seat of Sonoma County. The area provides local residents one of the highest quality living environments in California and is the center of trade, government, commerce, and medical services for the North Bay and beyond. Regional, State and Federal offices and four general hospitals are located in the City. In addition, there are two centers for the arts, a museum, three libraries, 57 neighborhood and community parks and an ice arena. The City’s proximity to the Pacific Ocean, San Francisco and the wine country make it a popular tourist destination. The local economy is balanced, with a variety of industries providing employment and generating tax revenues to support local government. Lift Station SCADA Overview There are eighteen existing lift stations currently operating in the City of Santa Rosa’s collection system. Telemetry from each site is limited to a small number of alarms being transmitted to a central site via a telephone autodialer. The intent of this project is to integrate the lift stations into the City’s SCADA system, per the City’s SCADA System Master Plan. SCOPE OF WORK In this bid, The City of Santa Rosa Utilities Department intends to hire a contractor to: 1. 2.

Provide Programmable Logic Controller (PLC) at each lift station site Establishing radio communications to each site

LIFT STATION SCADA

3. 4. 5. 6. 7. 8.

City of Santa Rosa

RFP 08-04 Page 2 of 11

Provide wiring to interface the existing alarm signals (that currently connect to an autodialer) to the new PLC Provide wiring, field modification of existing controls, and PLC programming Provide programming of the City’s existing Wonderware HMI software to indicate the alarms and statuses Achieve full lift station control, at various locations within the City of Santa Rosa area Provide initial testing, calibration and integration with existing SCADA network upon completion of installation at each site O&M documentation and training

In addition to including all work listed above, include any additional wiring to accomplish full remote control of the existing lift station pumps and changing of level setpoints in the existing level controllers, and additional Wonderware programming to accomplish full supervisory control and monitoring of each lift station. PROPOSAL/SUBMITTAL PROCESS Proposals shall consist of technical and cost proposals, vendor qualifications/experience, and references. Proposals will not exceed twenty-one (21) pages. Original and nine copies of the complete proposal (technical and cost proposal, qualifications, experience and references) are required. Technical and cost proposals may be submitted together or separately. The original proposal must be clearly marked and contain original signatures and must be easily reproducible on a standard copying machine. Failure to clearly mark the original and provide original signatures may result in a proposal being found non-responsive and given no consideration. Tabs to be labeled and inserted for each section in original proposal and the nine (9) copies. Information must be furnished complete in compliance with the terms, conditions, provisions and specifications of the Request For Proposals. The information requested and the manner of submission are essential to permit prompt evaluation of all proposals on a fair and uniform basis. Accordingly, the City reserves the right to declare as non-responsive and reject any proposal in which material information requested is not furnished or where indirect or incomplete answers or information is provided. Faxed or e-mailed proposals will not be accepted. Late proposals will not be accepted. With regard to any proposal sent by mail to the City, the bidder will be solely responsible for its delivery to the City prior to the date an hour set forth herein. Any proposals received subsequent to the date and hour set forth herein, because of delayed mail delivery or any other reason, will not be considered by the City. The City reserves the right to reject any or all of the proposals received, to negotiate with qualified bidders, or to cancel the request for proposals in part or in its entirety without explanation to the bidders. The City may interview only a select number of bidders. The services provided by the successful bidder shall be governed by a Standard Services Agreement (see Attachment A). The City of Santa Rosa reserves the right to revise or amend the request for proposal up to the time set for opening of proposals. Such revisions and amendments, if any, shall be announced

LIFT STATION SCADA

City of Santa Rosa

RFP 08-04 Page 3 of 11

by amendments to this solicitation. Copies of such amendments shall be furnished to all prospective bidders. If the changes are material, the date set for opening of proposals may be postponed. In any case, the proposal opening shall be at least five working days after the last amendment; and the amendment shall include an announcement of the new date, if applicable, for the opening of proposals. TECHNICAL PROPOSALS Technical Proposals will contain, at a minimum, an executive summary, product literature, warranty terms & conditions and a statement that the product proposed meets the specifications or notation of exceptions and that the product proposed is suitable for the purpose intended. Proposals must fully address the SCOPE OF WORK and EVALUATION FACTORS described herein. Attachment ‘A’ is a draft contract. As part of the technical proposal, vendor must evaluate the City’s proposal terms and conditions, the contract and insurance requirements, and provide any exceptions. Any exceptions taken to the contract terms must be listed as a separate item. Attachment “B” should be used to prepare cost proposals as described below. The following attachments are the City’s technical requirements and should be used to prepare the technical proposals: Attachment “C” Attachment “D” Attachment “E” Attachment “F” Attachment “G” Attachment “H”

Section 1820 Operations and Maintenance Documentation Section 01825 Operations and Maintenance Training Section D5000 Electrical Systems Section F1050 Controls and Instrumentation (includes Special Warranty requirements) Local Water SCADA System Reference Drawings

NOTE: The technical portion of the proposals will be weighted more heavily than the cost portion of the proposals.

COST PROPOSALS Cost proposals are to fully divulge costs associated with providing the specified material and services and be provided on Attachment “B” or in the format of Attachment “B”. Attachment “B” consists of: 1. Initial cost of equipment, delivery FOB destination and applicable sales tax at 8%. 2. Testing and calibration of equipment after installation (non – taxable). 3. Integration with existing SCADA infrastructure. Contractor should also submit a fee schedule for various support services that may be accepted. NOTE: See Agreement (Attachment “A”) for payment terms.

LIFT STATION SCADA

City of Santa Rosa

RFP 08-04 Page 4 of 11

QUALIFICATIONS/EXPERIENCE Offers will be accepted only from CONTRACTORS who are qualified to provide the equipment and services requested herein. A statement of qualification of the firm and a description of the company history and financial capability is required. If known, Contractors shall provide their Dun & Bradstreet number. RESOURCES AND CAPABILITIES The City has determined that service and response time will be a critical part of the resulting contract, therefore, bidders must have a full service facility located within 150-mile radius of Santa Rosa with a maximum of 4 hours response time. REFERENCES Provide a list of at least five references for which the CONTRACTOR has provided similar product and services in similar quantities. References are to include Firm Name, Address, Contact, Title, and Phone Number. EVALUATION OF PROPOSALS AND NEGOTIATIONS A panel selected by the City of Santa Rosa will review all proposals submitted and select the top proposals. These top CONTRACTORS may then be asked to provide additional information to the evaluation panel. The City may request Best and Final offers based upon improved understanding of the offers or changed scope of work. Based on the initial proposals, and Best and Final offers, if requested, the panel will select the proposal which best fulfills the requirements and is the best value to the City. The City will negotiate with that vendor to determine final pricing, and contract form. Because this proposal is negotiable, all pricing data will remain confidential until after award is made, and there will be no public opening and reading of bids. Overall responsiveness to the Request For Proposals is an important factor in the evaluation process. Evaluation of the proposals is expected to be completed within 90 days after their receipt. The lowest price proposal will not necessarily be selected, and technical proposals will be weighed more heavily than costs to insure that the City is procuring best value versus lowest price. Award will be by Board of Public Utilities action. Evaluation process may include, upon request by the City, a panel interview. The criteria upon which the evaluation of the proposals will be based are as follows: •

Record of Performance – Work experience and history of the firm successfully completing similar projects within originally allocated time frames and budget.



Qualifications – Experience and certifications of personnel completing projects of similar scope and the staff that will be doing the City’s project. Desired experience includes designing, installing and maintaining programmable logic controllers (PLCS), radio telemetry, and SCADA human-machine interface (HMI) packages.



References – Provide similar projects of this size and scope from different Cities or Agencies. Provide all contact information and projects completed.

LIFT STATION SCADA

City of Santa Rosa

RFP 08-04 Page 5 of 11



Resources and Capabilities – The firm’s resources, including number and description of personnel, years in operation and location of their full service facility located within 150-mile radius of Santa Rosa with a maximum of 4 hour response time.



Project Understanding and Approach – This category will be evaluated by review of technical submittals (including detailed description of hardware components for each lift station), description of project approach, understanding of project scope, and proposed project schedule, and responsiveness to RFP process.



Price proposal – Overall project costs to perform the work described in the Scope of Work, including, but not limited to, installation of newest and latest equipment, verification of radio connectivity, configuration of HMI and Industrial SQL database, and training. All equipment will be supported for a minimum of 10 years after notice of completion.

ESTIMATED SCHEDULE Proposal Mailing Date

January 9, 2008

Mandatory Site Visit RSVP

January 16, 2008 RSVP to [email protected] with number of attendees H

Mandatory Pre-Bid Meeting

January 30, 2008, 10:00 a.m. – 12:00 noon Geysers Operations Center (GOC) 35 Stony Point Road Santa Rosa, CA 95401

Mandatory Site Visits

January 30, 2008, 1:00 p.m. – 5:00 p.m. Meet bus at GOC January 31, 2008, 7:00 a.m. – 5:00 p.m. Meet bus at GOC

Proposal Submittal Due Date

February 15, 2008 by 5:00 p.m. General Service – Purchasing 630 Third Street, 2nd Floor Santa Rosa, CA 95404

Vendor Presentations

TBA.

Contract Award

April, 2008

LIFT STATION SCADA

City of Santa Rosa

RFP 08-04 Page 6 of 11

VENDOR INQUIRIES For information concerning RFP procedures and regulations (i.e., submission deadline, forms required, etc.) interested parties may contact: Caroline Gabriel Senior Buyer City of Santa Rosa - Purchasing 630 Third Street, Second Floor Santa Rosa, CA 95401 (707) 543-3781 FAX (707) 528-3624 [email protected] H

For technical information interested parties may contact Project Manager: Paul Doroff Technology Coordinator Utilities Engineering 69 Stony Circle Santa Rosa, CA, 95401 (707) 543-3353 FAX (707) 543-4281 [email protected] H

LIFT STATION SCADA

City of Santa Rosa

RFP 08-04 Page 7 of 11

SPECIAL PROVISIONS The Contractor must have a permanent full-time, completely qualified and trained staff, located full-time at their primary location (not a store front) which is within a 150-mile radius of Santa Rosa, CA with a maximum of a 4 hour response time. It is preferred that the Contractor has performed at least five (5) projects of the same caliber as this project. The Contractor must be certified in Wonderware SCADA Programming. The Contractor must have ISA Communications Certified Technicians. The Contractor’s company must be CSIA Certified in all aspects of Integration. The Contractor shall provide a statement indicating the number of people employed by the Contractor’s company, number of certified employees dedicated to this project, and a list of the sub-contractors that will work on this project. Contractor will supply a Project Schedule and Deployment Plan. Once this project begins, the City expects the Contractor to work on this project every day until completely operational. The Contractor is responsible for scheduling with the City any and all shut downs 24 hours in advance. Any spill costs, associated with the Contractor’s work, are the responsibility of the Contractor including property damage, cleanup and fines associated with the spill. All stations will be returned to normal operations by 3 PM every day and City staff is to be notified of return to operation. City employee and equipment cost could be billed to the Contractor if problems do occur.

GENERAL PROVISIONS Proposals Cash discount must be shown on proposal, otherwise prices will be considered net. Unless prices and all information requested are complete, proposal may be disregarded and given no consideration. This Request for Proposals shall result in a firm, fixed price contract to purchase. In case of default by the vendor, the City of Santa Rosa may procure the articles or services from other sources and may deduct from any monies due, or that may thereafter become due to the vendor, the difference between the price named in the contract or purchase order and actual cost thereof to the City of Santa Rosa. Prices paid by the City shall be considered the prevailing market price at the time such purchase is made. Periods of performance may be extended if the facts as to the cause of delay justify such extension in the opinion of the Purchasing Agent. All prices and proposals must be in ink or typewritten. No pencil figures or erasures are permitted. Mistakes may be crossed out and corrections inserted adjacent thereto and must be initialed in ink by person signing the proposal. All proposals must be signed with the firm's name and by a responsible officer or employee. Obligations assumed by such signature must be fulfilled.

LIFT STATION SCADA

City of Santa Rosa

RFP 08-04 Page 8 of 11

Submission of Proposals Each proposal must be submitted on the prescribed form in a sealed envelope with a proposal number, closing date and time on the outside. Each proposal must be signed as indicated above. Information must be furnished complete in compliance with the terms, conditions, provisions and specifications of the Request for Proposals. The information requested and the manner of submission is essential to permit prompt evaluation of all proposals on a fair and uniform basis. Accordingly, the City reserves the right to declare as non-responsive, and reject any proposal in which material information requested is not furnished or where indirect or incomplete answers or information is provided. Proposals shall be for the total net price including all applicable taxes and charges, delivered F.O.B., City of Santa Rosa. Proposals and modifications or corrections thereof received after the closing time specified will not be considered. No telegraphic, telephone or facsimile of proposals will be accepted. If a photo copy is to be submitted, it must be signed in original, in ink. If you do not bid, return this Request for Proposals and state reason, otherwise your name may be removed from our mailing list. Local Vendor Preference A one percent (1%) preference shall be granted to local bidders. A local bidder is defined as a business entity with its principal place of business located within the city limits of the City of Santa Rosa. To qualify for the preference, local bidders must submit proof of the address of its principal place of business and a copy of their current City Business Tax Certificate. Proof of address is normally the address to which Purchase Orders or contracts and payments will be sent. Copies of current City Business Tax Certificate must be submitted with each proposal for which a preference is claimed. The total amount of preference granted in a single proposal shall not exceed $5,000.00. Local preference only applies to the procurement of material, supplies, equipment, or services, and will not apply to proposals conducted cooperatively with other public agencies nor when prohibited by the terms of a Federal, State or private grant of funds. Delivery Charges Delivery charges to the City of Santa Rosa shall be listed as a separate line item, if applicable. Delivery Failure by the successful seller to notify the City of Santa Rosa immediately of any delivery beyond the stated date or terms is cause for him to be held responsible for damages incurred as a result of an extended delivery time. All equipment/material, spare parts and supplies shall be delivered F.O.B. destination, delivery charges prepaid and allowed, to the following location, unless otherwise indicated:

LIFT STATION SCADA

City of Santa Rosa

RFP 08-04 Page 9 of 11

City of Santa Rosa 55 Stony Point Road Santa Rosa, CA 95401 (707) 543-3725 Warranty The seller shall state the terms and conditions of the warranty being offered with their proposal. It is understood by the sellers, and a condition of these specifications to which all sellers agree, that the City will not issue complete acceptance until the above warranty is furnished the City by means of filing with the City Purchasing Agent. In all purchases by the City of Santa Rosa, availability and accessibility of warranty service, and service after warranty may be considered in determining the low seller. Material and Equipment Specified by Name Whenever any material or equipment is specified by patent or proprietary name or by the name of the manufacturer, unless stated differently, such specification shall be considered as if followed by the words "or acceptable equal", whether or not such words appear. The seller may offer material or equipment with equal or better qualities and performance in substitution for those specified which he considers would be in the City's interest to accept. No verbal offers for substitution will be acknowledged or considered from sellers, distributors, manufacturers or subcontractors. Any such offers shall be made in writing to the Purchasing Agent for his consideration with the submission of the proposal and the seller shall include sufficient data which, together with any other data the City may require, will enable the City to assess the acceptability of the material or equipment. Such acceptance by the City shall not relieve the seller from full responsibility from the efficiency and quality and performance of the substitute material or equipment, in the same manner and degree as the material and equipment specified by name. It should be understood that specifying a brand name, components and/or equipment in these specifications shall not relieve the seller from full responsibility to produce the products in accordance with the performance warranty and contractual requirements. The seller is responsible for notifying the City of any inappropriate brand name, component and/or equipment that may be called for in the specifications, and to propose a suitable substitute for consideration.

Materials & Workmanship Materials used shall be of new and recent manufacture and best quality. The City requires that the Contractor install the newest and latest equipment. All equipment will be fully supported for a minimum of ten (10) years after notice of completion. Proposal Postponement and Amendment The City of Santa Rosa reserves the right to revise or amend the specifications up to the time set for opening the proposals. Such revisions and amendments, if any, shall be announced by

LIFT STATION SCADA

City of Santa Rosa

RFP 08-04 Page 10 of 11

amendments to this solicitation. Copies of such amendments shall be furnished to all prospective sellers. Prospective sellers are defined as those sellers listed on the City's Request for Proposals list for this material, or who have obtained proposal documents subsequent to the proposal advertisement. If the revisions and amendments require changes in quantities or prices proposed, or both, the date set for opening proposals may be postponed by such number of days as in the opinion of the City shall enable sellers to revise their proposals. In any case, the proposal opening shall be at least five (5) working days after the last amendment, and the amendment shall include an announcement of the new date, if applicable, for the opening of proposals. Single Proposal Response If only one proposal is received in response to the Request for Proposals, a detailed cost proposal may be requested of the single Seller. A cost/price analysis and evaluation and/or audit may be performed of the cost proposal in order to determine if the price is fair and reasonable. Proposal Withdrawal After the proposals are opened, proposals may not be withdrawn for ninety (90) calendar days. Prior to the date/time set for the proposal opening, however, proposals may be modified or withdrawn by the Seller's authorized representative in person, or by written telegraphic notice. If proposals are modified or withdrawn in person, the authorized representative shall make his identity known and shall sign a receipt for the proposal. Written or telegraphic notices shall be received in the office indicated on the Designated Contact Page of the Required Data Forms in This Request for Proposals no later than the exact date/time for the proposal opening. A telegraphic modification or withdrawal received in the designated office by telephone from the receiving telegraph office no later than the date/time set for the bid opening shall be considered if such message is confirmed by a copy of the telegram. Award The City of Santa Rosa reserves the right to accept proposals, award proposals and/or not award proposals on individual items listed, on group items, or on the proposal as a whole; to reject any and all proposals, to waive any informality in the proposals, and to accept the proposal that appears from all consideration to be for the best interest of the City of Santa Rosa. In determining and evaluating the best proposal, the prices will not necessarily be controlling, but quality, equality, efficiency, utility, general terms, delivery, suitability of the equipment/material offered, and the reputation of the equipment/material in general use will also be considered with any other relevant factors. The Purchasing Agent shall be the sole judge in the determination of these matters. Notice of proposal award, if proposal be awarded, will be made within ninety (90) days of opening of proposals to the lowest responsive and responsible seller, whose proposal complies with all the requirements in the Request For Proposals. Receipt of the official Purchase Order of the City of Santa Rosa covering the supplies, materials, equipment or services as described in the Proposal will indicate the award of the proposal and a contract to purchase.

LIFT STATION SCADA

City of Santa Rosa

RFP 08-04 Page 11 of 11

Contract Administration Except as otherwise specifically provided in this Request For Proposals, and the resulting Purchase Contract or Purchase Order, any notice, submittal or communication required or permitted to be served on a party hereto, may be served by personal delivery to the person or the office of the person identified. Service may also be made by mail, by placing a notice, submittal or communication in an envelope with the proper first-class postage affixed thereto and addressed as indicated, and depositing said envelope in the United States mail (see Required Data Section). Patents and Royalties All costs involved in fees, royalties or claims for any patented invention, article, process or method that may be used upon or in any manner connected with the supply of this material shall be paid by the seller. Should the seller, his agent or employees or any of them be enjoined from furnishing or using any invention, article, material or plans supplied or required to be supplied or used under the contract, the seller shall promptly substitute other articles, materials or appliances in lieu thereof equal finish, efficiency, quality, suitability and market value, and satisfactory in all respects to the City. Or in the event that the City elects, in lieu of such substitution, to have supplied and to retain and use any such inventions, articles, materials or plans as may be required to be supplied the seller shall pay such royalties and secure such valid licenses as may be requisite for the City, its officers, agents, and employees, or any of them to use such invention, article, materials or appliances without being disturbed or in any way interfered with by any proceeding in the law or equity on account thereof. Should the seller neglect or refuse to make the substitution promptly or to pay such royalties and secure such licenses as may be necessary, then in the event the City shall have the right to make such substitution or the City may pay such royalties and secure such licenses and charge the seller even though final payment under the contract may have been made. Federal and State Tax Prices quoted shall not include Federal Excise Tax. California Sales Tax of eight percent (8%) will be paid in accordance with the contract payment schedule. Legality If any provisions of this Request for Proposals shall be held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired thereby. California Law This Request for Proposals shall be governed according to the laws of the State of California. Proposal Contents This proposal consists of the Request for Proposals, Provisions, Specifications, Attachments and other terms and conditions as are attached or incorporated by reference in the schedule of the Request for Proposals.

LIFT STATION SCADA

RFP 08-04

ATTACHMENT “A” LIFT STATION SCADA Sample Agreement 08-XX

This Agreement is made this charter city ("CITY"), and

day of ________, 2008, between the City of Santa Rosa, a ("CONTRACTOR").

RECITALS

A. CITY desires to purchase SCADA (Supervisory Control and Data Acquisition) the components for upgrading the lift station telemetry, including antennas, enclosures, and all other ancillary components for a complete operations system to be installed by CONTRACTOR, at various locations within the City of Santa Rosa area and to provide initial testing, calibration and integration with existing SCADA network upon completion of installation. B. CONTRACTOR represents it is that it is a firm composed of highly trained certified, licensed professionals and is fully qualified to provide and install SCADA (Supervisory Control and Data Acquisition) the components for upgrading the lift station telemetry, including antennas, enclosures, and all other ancillary components for a complete operations system, at various locations within the City of Santa Rosa area and to provide initial testing, calibration and integration with existing SCADA network. C. The parties have negotiated upon the terms pursuant to which CONTRACTOR will provide such equipment and have herein reduced such terms to writing.

AGREEMENT

NOW, THEREFORE, CITY and CONTRACTOR do hereby agree as follows: 1.

Scope of Service a.

Base-Bid: CONTRACTOR shall provide the CITY with a Programmable Logic Controller (PLC) at each lift station site, establishing radio communications to each site, providing wiring to interface the existing alarm signals (that currently connect to an autodialer) to the new PLC, and providing programming of the City’s existing Wonderware HMI software to indicate the alarms and statuses to be installed by CONTRACTOR, at various locations within the City of Santa Rosa area and to

LIFT STATION SCADA

Attachment A

RFP 08-04 Page 2 of 7

provide initial testing, calibration and integration with existing SCADA network upon completion of installation of each meter. b.

Bid-Alternate: CONTRACTOR shall provide the CITY with SCADA wiring, field modification of existing controls, and PLC programming, and Wonderware programming as specified to achieve full lift station control.

The above services and activities are described with particularity in the City’s Request for Proposals 08-XX, dated ____ __, 2008, CONTRACTOR's proposal dated _______, 2008, Attachment “B” and all of which are attached hereto which are incorporated by reference as though fully set forth herein. In case of any conflict between the terms of these documents, the terms of this Agreement shall control and prevaiI. 2.

Entire Agreement

This Agreement consists of the following documents, in order of precedence, and shall be the entire agreement between parties:

3.

A.

This Agreement.

B.

Attachment “B” – Compensation Schedule.

C.

City’s Request for Proposals 08-04.

D.

CONTRACTOR’s Proposal dated _______, 2008 and all attachments thereto, by reference, included herein

Term a. The contract term shall be a _____ (__) month term commencing upon date of award and to continue through _________, 2008. b. The CONTRACTOR shall begin work within five (5) calendar days after receipt of City’s notice to begin. c. The CONTRACTOR shall complete the work described herein no later than __________ __, 2008.

4.

Compensation a. As compensation for all services of CONTRACTOR in performance of this Agreement, CITY shall pay CONTRACTOR as follows: 1. 60% of the total cost of each item described under Item 1. Attachment “B” when all Programmable Logic Controllers (PLCs) have been installed. 2. 30% of the total cost of each item described under Item 1. Attachment “B”’ when Programmable Logic Controllers (PLCs) have been calibrated and tested for

LIFT STATION SCADA

Attachment A

RFP 08-04 Page 3 of 7

operation and integration into City SCADA network per the contract documents and per CITY inspection. 3. 10% of the total due upon completion of project and final approval by the City. b. Total maximum compensation to be paid hereunder for the satisfactory accomplishment and completion of tasks set forth above shall in no event exceed the sum of $ . The City Director of Administrative Services is authorized to pay all proper claims from Account Number: ____. 5.

Payment to the Contractor

Payment will be made in accordance with Exhibit “A” and Contract Item 4. The CONTRACTOR shall submit his invoice to the City of Santa Rosa, Accounts Payable Department, P.O. Box 1678, Santa Rosa, CA. 95402. In connection with any cash discount specified on this proposal, time will be computed from the date correct invoices are received in the City Finance Office. For the purpose of earning the discount, payment is deemed to be made on the date of mailing of the City warrant or check. 6.

Retention of Records

The Contractor shall be required to retain any records necessary to document the charges for goods to be provided or services to be performed and make such records available to the City for inspection at the City's request for a period of four (4) years. 7.

Modification

This agreement shall not be modified, except in writing, by contract amendment, executed by all parties. Oral change orders are not permitted. No change in this agreement shall be made unless the City of Santa Rosa gives its prior written approval therefore. The CONTRACTOR shall be liable for all costs resulting from, and/or for satisfactorily correcting, any specification change not properly ordered by written modification to the contract and signed by the City of Santa Rosa. 8.

Indemnity and Hold Harmless Agreement

CONTRACTOR agrees to accept responsibility for loss or damage to any person or entity, and to defend, indemnify, hold harmless and release the City, its officers, and employees, from actions, claims, damages, disabilities or the cost of litigation that are asserted by any person or entity to the extent arising out of the negligent acts or omissions or willful misconduct in the performance by the CONTRACTOR hereunder, whether or not there is concurrent negligence on the part of the City, but excluding liability due to the active negligence or willful misconduct of the City. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable to or for CONTRACTOR or its agents, under workers' compensation acts, disability benefits acts or other employees' benefits acts.

CONTRACTOR shall be liable to City for any loss of or damage to City property arising from CONTRACTOR's negligence or willful misconduct.

LIFT STATION SCADA

9.

Attachment A

RFP 08-04 Page 4 of 7

Assignment and Subcontracting

The CONTRACTOR shall not assign or subcontract the work, or any part thereof, without the previous written consent of the City, nor shall he assign, by power of attorney or otherwise, any of the money payable under this contract unless written consent of the City has been obtained. No right under this contract, not claim for money due or to become due hereunder shall be asserted against the City, or persons acting for the City, by reason of any so-called assignment of this contract or any part thereof, unless such assignment has been authorized by the written consent of the City. In case the seller is permitted to assign monies due or to become due under this contract, the instrument of assignment shall contain a clause subordinating the claim of the assignee to all prior liens for services rendered or materials supplied for the performance of work. Should any subContractor fail to perform in a satisfactory manner the work undertaken by him, his subcontract shall be immediately terminated by the seller upon notice from the City. The seller shall be fully responsible and accountable to the City for the acts and omissions of his subContractors, and of persons directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. Nothing contained in this contract shall create any contractual relation between any subcontract and the City. 10.

Termination of Contract for Cause

If at any time, in the opinion of the City Council, upon recommendation of the Purchasing Agent, 1) CONTRACTOR fails to conform to the requirements of this contract; 2) CONTRACTOR seeks relief under any law for the benefit of insolvents or is adjudicated bankrupt; 3) any legal proceedings are commenced against CONTRACTOR which may interfere with the performance of the contract; or 4) CONTRACTOR has failed to supply an adequate working force, or material of proper quality, or has failed in any other respect to prosecute the work with the diligence and force specified and intended in and by the terms of the contract, notice thereof in writing may be served upon him, and should he neglect or refuse to provide means for a satisfactory compliance with the contract as directed by the Purchasing Agent within fourteen (14) days from time specified in such notice the City Council in any such case shall have the right and power, at its option and without prejudice to any other right it may have, to terminate the contract. Any excess of the cost arising there from will be charged against the CONTRACTOR and his sureties, who will be liable thereof. In the event of such termination, all monies due the CONTRACTOR or retained under terms of the contract shall be forfeited to the CITY, but such forfeiture will not release the CONTRACTOR or his sureties from liability for failure to fulfill the contract. 11.

Notices

Except as otherwise specifically provided in this Agreement, any notice, submittal or communication required or permitted to be served on a party hereto, may be served by personal delivery to the person or the office of the person identified below. Service may also be made by mail, by placing first-class postage affixed thereto, and addressed as indicated below, and depositing said envelope in the United States mail to:

LIFT STATION SCADA

Attachment A

RFP 08-04 Page 5 of 7

CONTRACTOR CITY Caroline Gabriel Senior Buyer City of Santa Rosa 630 Third Street, Second Floor Santa Rosa, CA 95404 (707) 543-3781 Voice (707) 528-3624 Fax E-Mail: [email protected]

_________________________________________ _________________________________________ _________________________________________ _________________________________________

PROJECT MANAGER Paul Doroff Technology Coordinator Utilities Engineering 69 Stony Circle Santa Rosa, CA, 95401 (707) 543-3353 Fax – (707) 543-4281 [email protected]

13.

_________________________________________

Legal Requirements and Permits

The Contractor agrees to fully comply with all local, City, State and Federal laws, regulations and ordinances governing performance of contractual services required hereunder, and it will be the responsibility of the Contractor to obtain any and all necessary licenses, permits and/or clearances. Any costs incurred by the Contractor to obtain these licenses, permits or clearances, including the actual cost of licenses, permits or clearances are the responsibility of the Contractor. 14.

Independent Contractor

The parties contend that Contractor in performing the services herein specified, shall act as an independent Contractor and shall have control of its work and the manner in which it is performed. It shall be free to contract for similar services to be performed for other employers while it is under contract with the City. Contractor is not to be considered an agent or employee of the City and is not entitled to participate in any pension, medical or dental plan, or any other benefit provided by the City to its employees. Legality If any provisions of this agreement shall be held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired thereby. 16.

California Law

This agreement shall be governed according to the laws of the State of California.

LIFT STATION SCADA

18.

Attachment A

RFP 08-04 Page 6 of 7

Entire Agreement

This Agreement is the entire Agreement between the parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. 19.

Signatures Required for Corporations

If this agreement is entered into by a corporation, it shall be signed by two corporate officers, one from each of the following two groups: a) the chairman of the board, president or any vicepresident; b) the secretary, any assistant secretary, chief financial officer, or any assistant treasurer. The title of the corporate officer shall be listed under the signature. CITY OF SANTA ROSA A Charter City

Date:

CONTRACTOR

Date:

By:

By: Chairman of the Board

Signature

Title: Chairman of the Board, President, Vice President

Approved as to Form:

By: Signature

Title: Secretary, Assistant Secretary, Chief Financial Officer, Assistant Treasurer

Taxpayer ID #:

LIFT STATION SCADA

Attachment A

RFP 08-04 Page 7 of 7

ATTACHMENT ONE INSURANCE REQUIREMENTS FOR CONTRACTOR CONTRACTOR shall, at all times during the terms of this Agreement, maintain and keep in full force and effect, the following policies of insurance with minimum limits as indicated below and issued by insurers with AM Best ratings of no less than A-:VI or otherwise acceptable to the City. A

B

Commercial general liability at least as broad as ISO CG 0001 With an edition date prior to 2004 or its equivalent (per occurrence) (aggregate)1 Business auto coverage at least as broad as ICO CA 00012 (per accident)

C

$2,000,000 $4,000,000

Workers Compensation 3 Employer’s Liability

$1,000,000 Statutory $1,000,000

1

If insurance applies separately to this project/location, aggregate may be equal to per occurrence amount. Limits may be met by a combination of primary and excess insurance but excess shall provide coverage at least as broad as specified for underlying coverage.

2

Auto liability insurance shall cover owned, nonowned and hired autos. If CONTRACTOR owns no vehicles, auto liability coverage may be provided by means of a nonowned and hired auto endorsement to the general liability policy.

3

Sole Proprietors must provide representation of their exempt status

Endorsements: All policies shall contain or be endorsed to contain the following provisions: Coverage shall not be canceled by either party, except after thirty (30) days prior written notice has been provided to the entity unless canceled for non-payment, then ten (10) days notice shall be given. Commercial General Policies are to contain, or be endorsed to contain the following provisions: For any claims related to this project, the CONTRACTOR’s insurance coverage shall be primary and any insurance or self-insurance maintained by the CITY shall be excess of CONTRACTOR’S insurance and shall not contribute with it. The City of Santa Rosa, its officers, officials, employees and volunteers are to be named as additional insured on a form equivalent to CG20 10 with an edition date prior to 2004. Other Insurance Provisions No policy required by this section shall prohibit CONTRACTOR from waiving any right of recovery prior to loss. CONTRACTOR hereby waives such right with regard to the indemnitees. All insurance coverage and limits provided by CONTRACTOR and available or applicable to this Agreement are intended to apply to the full extent of the policies. Nothing contained in this Agreement limits the application of such insurance coverage. Self-insured retentions and/or deductibles above $5,000 must be approved by the CITY. At the CITY’s option, CONTRACTOR may be required to provide financial guarantees. Verification of Coverage and Certificates of Insurance CONTRACTOR shall furnish the CITY with original certificates and endorsements effecting coverage required above. Certificates and endorsements shall make reference to policy numbers. All certificates and endorsements are to be received and approve by the CITY before work commences and must be in effect for the duration of the Agreement. The CITY reserves the right to require complete, copies of all required policies and endorsements.

LIFT STATION SCADA

RFP 08-04

ATTACHMENT “B” COST PROPOSAL Item No.

Supplies or Services

Quantity

Unit Price

1.

Provide bid for SCADA (Supervisory Control and Data Acquisition) hardware with five (5) year warranty and PLC (Programmable Logic Controller) programming as specified to achieve basic lift station alarming and provide SCADA wiring, field modification of existing controls, and PLC programming as specified to achieve full lift station control.

$

$

a. SLS 01-STAGE COACH

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

Extended Price

100 Stage Coach Road b. SLS 02-SKYFARM SOUTH 3975 Skyfarm Drive c. SLS 03-CLEARBROOK 3979 Clearbrook Court d. SLS 04-SKYFARM NORTH 4020 Skyfarm Drive e. SLS 05-FAWNGLEN 3925 Fawnglen Place f. SLS 09-WILLOWSIDE 605 Piezzi Road g. SLS 10-COUNTRY MANOR 1426 Country Manor Drive h. SLS 11-WEST COLLEGE 1098 Fulton Road i. SLS 12-MOHAWK 2818 Mohawk Street j. SLS 13-PAWNEE 2541 Pawnee Street

LIFT STATION SCADA

Attachment B

RFP 08-04 Page 2 of 2

k. SLS 14-SOUTH PARK/TODD RD

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

135 Todd Road l. SLS 15-ALDERBROOK 111 Alderbrook Lane m. SLS 16-SPRING LAKE 5391 Montgomery Drive n. SLS 17-OAKMONT 8004 Oakmont Drive o. SLS 18-SHELTER GLEN 3975 Shelter Glen Way p. SLS 19-HADLEY HILL 3738 Hadley Hill Drive q. SLS 20-HANSFORD 3978 Hansford Court r. SLS 21-FLINTRIDGE 3919 Flintridge Drive Sub-total

$ _________

Sales Tax 8%

$ _________

TOTAL

$ _________

2

Hourly rate to provide on-call emergency site visit upon successful completion of project. Rate to include travel time.

$ _________

3

Hourly rate for telephone support if applicable.

$ _________

4.

Bidder to attach Rate Sheet

LIFT STATION SCADA

Attachment C

RFP 08-04

SECTION 01820 OPERATIONS AND MAINTENANCE DOCUMENTATION PART 1 GENERAL 1.1

SUMMARY A.

1.2

1.3

RELATED SECTIONS A.

Section D5000 – Electrical Systems

B.

Section F1050 – Controls and Instrumentation

SUBMITTALS A.

1.4

This section specifies the requirements for the operations and maintenance (O&M) documentation for all hardware, software and equipment provided.

Furnish the following information and materials in the submittal for this section: 1. A complete list of the manuals to be provided, indicating title, content, and specifications section and/or equipment covered. 2. Formats and samples of representative pages of manuals. 3. One copy of all materials for review sixty (60) days prior to submitting final copies. Final manual copies shall be updated with as-built data.

DOCUMENTATION A.

The following documentation is required in the quantities noted: 1. SCADA System hardware (equipment) documentation - 4 sets. 2. SCADA System software documentation - 4 sets. 3. SCADA System point-to-point wiring/cabling diagrams (as-built) - 4 sets.

B.

Manuals shall be furnished as published by the manufacturer of the equipment.

C.

All SCADA hardware, software, and installation documentation shall be also provided in electronic format. Provide the electronic data in a format that is compatible with the City’s existing software used to access this type of data. Provide four (4) CD-ROM’s containing the electronic documentation.

PART 2 PRODUCTS 2.1

GENERAL MANUAL/DOCUMENTATION REQUIREMENTS A.

The O&M manuals shall contain, but not necessarily be limited to, the following: 1. Description of equipment and software. 2. Theory of operation. 3. Applicable circuit diagrams and schematics. 4. Calibration/setup procedures.

LIFT STATION SCADA

5. 6. 7.

2.2

Attachment C

RFP 08-04 Page 2 of 3

Preventive maintenance schedule. Corrective maintenance procedures. As-built parts list, with manufacturer’s part numbers, applicable to equipment provided in the contract. Include supplier contact information, including address and telephone number.

HARDWARE MANUALS A.

The hardware instruction manuals shall cover all equipment comprising the communications system. These manuals shall provide instructions for operation and maintenance of the installed, as-built system.

B.

The level of comprehension for the manuals shall be such that an experienced electronics technician can understand them. The instruction manuals shall convey the theory of operation and procedures for operation and maintenance. Abbreviated tabular data such as charts, tables, checklists and diagrams shall be employed, whenever practical, in lieu of written text. All drawings, tables, etc. shall be an integral part of the manuals.

C.

Standard equipment manuals will be acceptable, provided that errata sheets are included to reflect the specific as-built equipment provided.

D.

A Physical Description Section shall identify equipment dimensions and any special environmental (cooling, exhausting, or noise) or installation constraints.

E.

A Functional Description Section shall explain how the various functions operate together to cause the desired results. Block diagrams and flow diagrams shall be included for clarification and understanding. The text and diagrams shall mutually support each other.

F.

An Operating Procedures Section shall include operating procedures for the equipment provided in the contract. These procedures will be used to verify proper operation.

G.

Each equipment unit and assembly shall be described in detail with regard to technical or theoretical operation. Explanation shall include information to the component level. Each circuit and mechanical device shall be described. The descriptions shall be crossreferenced for all functions of each piece of equipment covered. Schematic diagrams, sketches, equivalent diagrams, tables, and graphs shall be used to supplement the text.

H.

The manuals shall contain the applicable checkout, troubleshooting, servicing, removal and replacement, and in-place repair procedures. Written procedures shall be provided for each and every adjustment point of the equipment.

I.

A tabular listing shall be provided of all special tools, equipment, and test equipment applicable to the test, adjustment and fault isolation procedures contained in the manual. All maintenance instructions shall be written to enable the Owner’s maintenance staff to validate the system’s performance using the test equipment provide in the contract.

J.

The manuals shall include checkout procedures required to verify the satisfactory operation of the system, subsystem, or unit.

LIFT STATION SCADA

2.3

Attachment C

RFP 08-04 Page 3 of 3

K.

Troubleshooting procedures shall serve as a guide in isolating faulty components, subsystems or modules. The troubleshooting procedures shall be sequenced in logical progression from the malfunction indication to the location of the faulty component(s). Any special connections or test equipment required for the troubleshooting shall be indicated at the appropriate point within the procedure. 1. A Wiring Schematic shall include schematic diagrams, logic diagrams, and associated data necessary for maintenance personnel to trace circuits, make continuity checks, and accomplish troubleshooting on inoperative or malfunctioning circuits. 2. Pin wiring diagrams and cabling and plug tables shall be provided, showing toand-from wiring information. 3. Reduced size drawings shall maintain legibility equal to the original drawing. 4. A symbol chart shall be provided where necessary to explain graphic symbols that appear on the diagrams.

L.

The manuals shall contain parts lists for all equipment supplied. Each part shall be identified with the original manufacturer's name and part number.

SOFTWARE MANUALS A.

Software documentation shall be furnished for all equipment whose operation is programmed and/or software configured.

B.

Provide complete, organized and standardized documentation on all aspects of the SCADA system equipment software.

C.

The documentation shall include all programming guides/manuals and material. This information shall document the programming software and configured parameters for the equipment furnished in the contract.

D.

The level of detail of the software documentation shall be such that operations and maintenance personnel, having completed the appropriate training specified in Section 01825 O&M TRAINING, will be capable of troubleshooting and changing programmed/software configured parameters.

PART 3 EXECUTION Not used. END OF SECTION

LIFT STATION SCADA

Attachment D

RFP 08-04

SECTION 01825 OPERATIONS AND MAINTENANCE TRAINING PART 1 GENERAL 1.1

SUMMARY A.

1.2

RELATED SECTIONS A.

1.3

Section 01820 – Operations and Maintenance Documentation

SUBMITTALS A.

1.4

This section specifies the requirements for the training of the City’s staff in the operation and maintenance of the equipment furnished and installed under this Contract.

Furnish the following material in the training submittal for this section. The training submittal is due a minimum of four (4) weeks prior to conducting the training. 1. A course syllabus for each course in the program. This shall include where the training is to occur. 2. A training schedule for each course. 3. Detailed course outline, list of handouts, daily training schedule, and daily training objectives shall be included in the training submittal. 4. Names, qualifications, and resumes of training instructors. 5. A list of required space, catalog tools, audio/visual and other classroom equipment needed for courses held on the premises of the City shall be submitted with the course syllabus.

TRAINING PROVISIONS A.

Equipment operation and equipment maintenance training shall be provided. Training shall be provided for all equipment furnished and installed under this Contract. An authorized agent of the equipment manufacturer shall conduct training.

PART 2 PRODUCTS 2.1

TRAINING PROGRAM A.

All instructors and instructional material, including trainees' workbooks, instructor's guides, training aids, equipment, and system technical manuals shall be provided. The training shall be competency (objective) based.

B.

The instructor for each course shall be assigned to the training full time, and shall not perform other duties, which will conflict with instruction during this period. Instructors shall be knowledgeable and experienced in the maintenance of the system, subsystem, and equipment.

LIFT STATION SCADA

2.2

2.3

Attachment D

RFP 08-04 Page 2 of 3

C.

Arrangements will be made to use the City’s facilities for courses held on-site. Equipment and software furnished may be utilized for training, provided the equipment or software is not adversely affected. Maintenance, repair, and/or replacement of failed or damaged equipment used for training shall be corrected at no additional cost to the City or increase in Contract Time. All software modified for training shall be restored to its original condition.

D.

For on-site training, the costs for the instructor's travel, meals and lodging shall be included in the Contract price. Course lengths specified for on-site training are based on actual instruction time. Any additional time required for travel, meals, etc., shall be included in the Contract price.

E.

Use industry-standard test equipment in demonstrating system operation and maintenance functions. Specialized or automated test equipment used for manufacturing quality assurance shall not be used.

F.

The City shall maintain the right to videotape any or all of the on-site training sessions.

TRAINING COURSES A.

Maintenance Training: This training will be conducted for personnel qualified as electronic/instrument/network technicians. Train up to eight (8) students for each course. All maintenance training shall be consistent with the City’s intent to perform system maintenance and troubleshooting.

B.

Each training course shall have a set of clearly defined objectives.

C.

Coordinate the schedule for each class with the City.

D.

Initial training shall be for a total of 40 hours of instruction. Provide up to 40 hours of additional follow-up training, within one calendar year of the date of Substantial Completion, at a mutually acceptable date and time.

E.

All trainings must be local to Santa Rosa.

MAINTENANCE TRAINING A.

The courses shall include formal classroom instruction and practical hands-on training.

B.

The courses shall provide instruction and experience to enable the student to perform the maintenance required to maintain the furnished equipment.

C.

Maintenance courses shall be scheduled for completion before the start of on-site testing.

D.

All test procedures, adjustment and calibration procedures, as well as any troubleshooting routines, shall be taught using only equipment supplied in this Contract. The actual experience gained by the students should enable the technician to quickly diagnose and correct faulty conditions, and perform routine maintenance work of all equipment supplied in this Contract.

E.

The training is designed to gain experience/competency in the following general areas:

LIFT STATION SCADA

1. 2.

3. 4.

Attachment D

RFP 08-04 Page 3 of 3

Test procedures to check performance or to isolate faults to a functional area and perform corrective action. Diagnostic procedures, using all special and general-purpose test equipment furnished in this Contract. Theory, testing, and troubleshooting procedures shall be given for all special test equipment. Configuration of software for both intrusive and non-intrusive diagnostics. Software interface training shall be provided for the diagnostic’s OPC configuration, installation, and link testing.

PART 3 EXECUTION Not used. END OF SECTION

LIFT STATION SCADA

Attachment E

RFP 08-04

SECTION D5000 ELECTRICAL SYSTEMS PART 1 GENERAL 1.1

SYSTEM DESCRIPTION A.

1.2

RELATED SECTIONS A.

1.3

Electrical Systems shall be in accordance with the required and advisory portions of: 1. NFPA 70, National Electrical Code 2. NECA 1, Standard Practices for Good Workmanship in Electrical Contracting 3. NETA, Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems

COMPLIANCE VERIFICATION A.

1.6

The electrical system shall be designed after a thorough site investigation and meetings with Utilities staff. Arrange components logically for easy maintenance.

CRITERIA A.

1.5

Section F1050 – Controls and Instrumentation

SYSTEM REQUIREMENTS A.

1.4

Provide 120 VAC power from the pump stations’ existing power distribution system, via existing 120V circuit breaker panel. Provide power to new SCADA PLC panels and future magnetic flow meters.

Compliance with the requirements will be determined by a review of the design and construction submittals and by field inspection.

DESIGN SUBMITTALS A.

1.

2.

Provide a complete submittal package for review and approval prior to ordering materials, fabrication, or installation. The following items shall be submitted to the Owner for approval: Design Analyses and Drawings Provide the following drawings and any other drawings and documents necessary to construct the project: a. Electrical plans b. Equipment and panelboard schedules c. Concrete pad details Product Data a. Conduit b. Wire c. Circuit breakers

LIFT STATION SCADA

1.7

Attachment E

RFP 08-04 Page 2 of 3

CLOSEOUT SUBMITTALS A.

The following items shall be submitted to the Owner for approval: Test Reports a. Submit electrical test plan that conforms to the NETA Acceptance Testing Specifications for Electrical Distribution Equipment and Systems. b. c. Submit a field test report to the Owner for approval, showing field test results verifying all systems conform to specification. As a minimum, the field test report shall include the following: description of equipment tested, description of test, test data (see NETA ATS), analysis of data, and recommendations.

PART 2 SYSTEM COMPONENTS 2.1

ELECTRICAL POWER - SERVICE AND DISTRIBUTION (D5010) A.

Provide power to the new PLC panel by installing a circuit breaker in an existing circuit breaker distribution panel or load center. Circuit breakers shall be per UL 489 and shall be intended by their manufacturer, as indicated in by the manufacturer’s product crossreference, to be compatible with the existing breaker panels.

B.

Provide power to future magnetic flow meter from a circuit breaker or supplementary protector in the PLC cabinet.

PART 3 EXECUTION 3.1

GENERAL A.

Installation Requirements 1. Provide NEMA 3RX enclosures for all equipment. Enclosures shall be constructed of hot-dipped galvanized steel with electrostatically-applied polyurethane powder coating. Non-metallic enclosures are not acceptable. 2. Exposed low voltage circuits shall be run in galvanized metallic raceways. Electrical metallic tubing, metallic cable assemblies, type MI cable, type AC cable and type MC cable are not acceptable. 3. Use Schedule 80 PVC conduit in all locations. Support conduit per the NEC. 4. All wiring shall use stranded copper conductors with insulation suitable for dry and wet locations. Power wiring insulation shall be rated for 600V. Instrumentation cable insulation shall be rated for 300V or 600V. 5. Identify each wire with a numbered label corresponding to the wire numbers appearing on the as-built wiring diagrams. Provide labels at 4” intervals along the length of each wire. 6. Design circuits and components to be loaded to no more than 80% of rated ampacity. 7. Coordinate power requirements of all equipment. Provide branch circuits and final connections for all equipment. 8. Identify the limits of all areas requiring explosion-proof wiring and devices. Provide conduit sealing fittings where required. 9. Test the installation per the recommendations of NETA ATS.

LIFT STATION SCADA

10.

Attachment E

RFP 08-04 Page 3 of 3

Provide a label on the PLC cabinet to indicate arc flash hazard. Label data shall include flash hazard boundary, flash hazard incident energy at 18 inches, limited approach boundary, restricted approach boundary, and prohibited approach boundary. END OF SECTION

LIFT STATION SCADA

Attachment F

RFP 08-04

SECTION F1050 CONTROLS AND INSTRUMENTATION PART 1 GENERAL 1.1

1.2

SUMMARY A.

Provide the latest Programmable Logic Controller (PLC) at each pump station, including input/output (I/O) and communication modules, power supply, radio, enclosure, accessories, and programming.

B.

Connect existing alarms to the PLC and verify radio communications to the central site.

C.

Provide wiring from the PLC to the existing pump controls to effect full remote control of the lift station pumps.

D.

Provide pressure transmitters to measure pressure in existing bubbler level control system.

E.

Provide programming for existing Wonderware and Industrial SQL at central site.

RELATED SECTIONS A.

1.3

1.4

Section D5000 – Electrical Systems

REFERENCES A.

City of Santa Rosa SCADA Master Plan, July 2000

B.

City of Santa Rosa Utilities SCADA Radio System Design Report, January 2002

C.

City of Santa Rosa Sewer System Design Standards, September 10, 2002

D.

IEC 61131-3, Programmable Controllers- Part 3: Programming Languages

SYSTEM REQUIREMENTS A.

The intent of this section is to provide a PLC at each site, to build a SCADA system to annunciate existing alarms, and to provide a SCADA system with full remote control. Refer to the Reference Drawings in Attachment H for locations of existing components on each site and for preferred locations for new components.

B.

The PLC shall be designed to acquire elapsed pump run times, existing pump station alarms, pump station instantaneous discharge flow (from a future magnetic flow meter installed in the pump station discharge piping), and wet well level (either from pressure signal obtained from tapping the existing bubbler level system at each pump station, or by independent means). The PLC shall also be capable of being programmed to provide remote control of each lift station pump.

LIFT STATION SCADA

Attachment F

RFP 08-04 Page 2 of 13

C.

Replace existing level controller as required. The Tesco controllers may be retained if interfacing is satisfactory to accomplish monitoring and control of the points specified herein.

D.

Use existing enclosure, or provide an enclosure for the PLC panel per Section D5000. Equip the enclosure with a fluorescent light and a 15A duplex receptacle. Provide an anti-condensation space heater where the panel is mounted in an exterior location. Provide a ventilation fan or other appropriate means to cool the enclosure where the panel is mounted in an exterior location directly subject to solar gain.

E.

Provide a dedicated circuit to power the PLC from the existing power source on each site. Provide circuit breaker compatible with existing breaker panel on each site if a spare is not available.

F.

Arrange components logically for easy maintenance.

G.

The PLC shall use Modbus protocol for communication.

H.

The PLC program shall be a common program used for all sites. The program shall provide for user inputs for PLC address and pump quantity for each individual site. PLC programming shall be IEC 61131-3 compliant.

I.

Communication to the existing SCADA master shall be via licensed VHF-band data radio per the City of Santa Rosa Utilities SCADA Radio System Design Report. The PLC’s shall utilize the City’s existing radio frequencies that are also used by the City’s water system facilities. 1. Provide a Yagi antenna on a mast for all fenced sites. 2. Provide a mobile-style antenna for unfenced sites: a. Mohawk b. Pawnee c. Alderbrook.

J.

Provide the PLC with RS-232 communication ports for the following purposes, as required to provide the specified functionality: 1. Configure one port as a Modbus slave, to communicate with the radio modem. 2. Configure one port for connection to a laptop computer or other programming tool. 3. Configure one port for connection to the Operator Interface panel.

K.

Provide each PLC with hardware modules, terminal strips, and associated wire management accessories to accommodate the following minimum quantity of input/output (I/O) points: 1. Digital inputs: 32 2. Digital outputs: 16 3. Analog inputs: 12 4. Analog outputs: 4

L.

Connect I/O to the following points (as existing) at the individual lift stations: 1.

Digital Inputs: a. Low Water

LIFT STATION SCADA

Attachment F

b. c. d. e. f. g. h. i. j. k. l. m. n. o. p. q. r. s. t. u. v.

RFP 08-04 Page 3 of 13

High Water High-High Water Flood Pump 1 Running Pump 2 Running Pump 3 Running Pump 4 Running Pump 1 Fail Pump 2 Fail Pump 3 Fail Pump 4 Fail Power Fail Generator Running Generator Fail Pump #1 Overtemperature Pump #2 Overtemperature Pump #3 Overtemperature Pump #4 Overtemperature Intrusion Sump pump running Sump pump fail

2.

Analog Inputs: a. Flow b. Wet Well Level c. Discharge Pressure d. Kilowatts

3.

Digital Outputs: a. Pump #1 Run b. Pump #2 Run c. Pump #3 Run d. Pump #4 Run

4.

Analog Outputs: a. None required

M.

Provide data block registers for the following PLC and pump station parameters: 1. PLC temperature 2. Battery voltage 3. Pump runtimes

N.

Provide operator interface to show levels, alarms, lift station equipment statuses, setpoints, and PLC/communication status.

O.

Each pump station has an existing Microtel Series 1000 autodialer with eight individual input/output channel modules. The autodialers shall remain in place and serve as a redundant alarm notification device when the PLCs become operational. Provide a relay and associated wiring to interface each existing Microtel input to the PLC I/O, maintaining existing functionality of the autodialer. Existing I/O points are as follows:

X X X X X

X X X X X X X X

X

X X X X X X X

Bubbler Fail

Phase Loss

Door Switch

Control Power

Overtemp

PLC Fail

Gen Run

X X X X X X X X X X X X X X X X X X

Pump Fail

X X X X X X X X X X X X X X X X X X

RFP 08-04 Page 4 of 13

Pump 3 Run

Pump 2 Run

X X X

X X X X X X X X X X X

X X X X X X X X

Pump 1 Run

X X X X X

Flood

X X X X X X X X

High-high water

High Water

Stagecoach Sky Farm A Clearbrook Sky Farm B Fawnglen Flintridge Willowside Country Manor West College Mohawk Pawnee South Park Alderbrook Spring Lake Oakmont Shelter Glen Hadley Hill SummitHansford

Attachment F

Low Water

LIFT STATION SCADA

X X

X

X X X X

X

X

X X X X X X

X X

X

P.

Program the following HMI screens (total of 116 screens, refer examples in Attachment G): 1. Main menu 2. Menu of wastewater lift stations 3. Pop up alarms (screen for each lift station) 4. Pop up station log 5. Lift station status (screen for each lift station) 6. Trend runtime overview 7. Trends (4 screens for each lift station) 8. Tabular overview for lift stations 9. Communications network 10. Communications status

Q.

Provide wiring from the PLC I/O to provide full control of the respective lift station pumps. Wiring may consist of a serial data circuit to communicate Modbus commands, or may consist of discrete digital control circuits.

LIFT STATION SCADA

1.5

Attachment F

RFP 08-04 Page 5 of 13

LOOP DESCRIPTIONS A.

LOOP 100: Display the station wet well level (LE-100) in scaled units, to one tenth of a foot. Scale to engineering units using operator entered range values. When the station sump level (LE-100) reaches a level greater than the Start Lead Pump setpoint AND the pump HOA switch is in Auto position, AND the Pump ON delay timer has expired start the Lead selected pump. When the sump level (LE-100) has reached a level less than the Stop Lead Pump setpoint AND the pump off delay timer has expired, stop the Lead Pump. When the station sump level (LE-100) reaches a level greater than the Start Lag Pump setpoint AND the pump HOA switch is in Auto position, AND the pump ON delay timer has expired start the Lag selected pump. When the sump level (LE-100) has reached a level less than the Stop Lag Pump setpoint AND the pump off delay timer has expired, stop the Lag Pump. When the station sump level (LE-100) reaches a level greater than the Start Lag1 Pump setpoint AND the pump HOA switch is in Auto position, AND the pump ON delay timer has expired start the Lag1 selected pump. When the sump level (LE-100) has reached a level less than the Stop Lag1 Pump setpoint AND the pump off delay timer has expired, stop the Lag1 Pump. When the station sump level (LE-100) reaches a level greater than the Start Lag2 Pump setpoint AND the pump HOA switch is in Auto position, AND the pump ON delay timer has expired start the Lag2 selected pump. When the sump level (LE-100) has reached a level less than the Stop Lag2 Pump setpoint AND the pump off delay timer has expired, stop the Lag2 Pump. Sequence selection: 1. P1 Lead, P2Lag, 2. P2 Lead, P3Lag, 3. P3 Lead, P4Lag, 4. P4 Lead, P1Lag,

P3Lag1, P4Lag2 P4Lag1, P1Lag2 P1Lag1, P2Lag2 P2Lag1, P3Lag2

An automatic circuit will alternate the lead pump; lag pump, lag1, lag2 sequence on every pump down cycle. If there is never a shutdown of all pumps due to low level then the controller will force the lead pump to change and the sequence to continue as if a shutdown for low level had occurred. The sequence will change on a timed, set point basis. If the pump is called to run AND the PLC does not receive a run feedback signal in X seconds, set the pump failed to run alarm (QA-161) and call the next pump in the Lead, Lag, Lag1, Lag2 sequence. Reset the pump fail to run alarm by taking out of service using the HOA selector switch (HS-160). When the HOA switch is placed in the Hand position, run the selected pump until turned off by the operator, regardless of the sump float positions. The HI (LSH-151) and the HI-HI(LSHH-150) level floats will start the pump if the HOA switch (HS160) is in the Auto position, regardless of the setpoint values.

LIFT STATION SCADA

Attachment F

RFP 08-04 Page 6 of 13

Provide time delay circuit to prevent any lead, lag, lag1, lag2, and pumps from starting at the same time. In all cases the pumps shall stagger-start, avoiding shock loading of the generator. B.

LOOP 110: Display the station flow value in gallons per minute. Scale to engineering units using operator-entered range values.

C.

LOOP 120: When the relay is made, display the Phase Loss alarm. Reset when condition clears.

D.

LOOP 121: When the relay is made, display the Control Voltage Failure alarm. Reset when condition clears.

E.

LOOP 130: When the relay is made, display the station Generator is Running alarm. Reset when condition clears.

F.

Loop 131: When the relay is made, display the station Generator Failure alarm. Reset when condition clears.

G.

LOOP 140: When the temperature switch is made and debounce timer has expired, set the station Overtemperature alarm. Reset when condition clears.

H.

LOOP 141: When the door switch is made and debounce timer has expired, set the station Intrusion alarm. Reset when condition clears.

I.

LOOP 150: When the float switch is made and debounce timer has expired, set the station Wet Well Hi Hi alarm. Reset when condition clears.

J.

LOOP 151: When the float switch is made and debounce timer has expired, set the station Wet Well Hi alarm. Reset when condition clears.

K.

LOOP 152: When the float switch is made and debounce timer has expired, set the station Wet Well Low alarm. Reset when condition clears.

L.

LOOP 153: When the float switch is made and debounce timer has expired, set the station Flood alarm. Reset when condition clears.

M.

LOOP 154: When the float switch is made and debounce timer has expired, set the Station Overflow alarm. Reset when condition clears.

N.

LOOP 160: Display the Pump Running status.

O.

LOOP 161: Display the Pump Failure alarm.

P.

LOOP 162: Display the Pump Overtemperature alarm.

Q.

LOOP 163: When the relay is made, display the Sump Pump Running status.

R.

LOOP 164: When the relay is made, display the Sump Pump Failure alarm.

S.

LOOP 170: When the air pressure switch is made and debounce timer has expired, set the Bubbler Failure alarm. Reset when condition clears.

LIFT STATION SCADA

1.6

LOOP 180: When the relay is made and debounce timer has expired, set the station PLC Failure alarm. Reset when condition clears.

U.

LOOP 181: When the heartbeat timer has expired, set the station Comm Failure alarm.

V.

LOOP 190: Display the station kilowatt-hour demand in scaled units, to one tenth of a kilowatt-hour. Scale to engineering units using operator entered range values.

W.

General Programming: 1. Use an operator-selectable input parameter value for the setting of the PLC Modbus address. 2. Range check all operator input values. 3. All analog inputs shall use operator-entered engineering values for on-the-fly scaling. 4. All setpoint changes will have the ability to be set concurrently by the local operator interface OR by the SCADA HMI. 5. Use a programmer-selectable input parameter value for setting the quantity of pumps being controlled. 6. All debounce and pump control timers shall be operator-adjustable.

CRITERIA Electrical Systems shall be in accordance with the required and advisory portions of: 1. NFPA 70, National Electrical Code

COMPLIANCE VERIFICATION A.

1.8

RFP 08-04 Page 7 of 13

T.

A. 1.7

Attachment F

Compliance with the requirements will be determined by a review of the design and construction submittals and by field inspection.

DESIGN SUBMITTALS A.

Provide a complete submittal package for review and approval prior to ordering materials, fabrication, or installation. The following items shall be submitted to the Owner for approval: Design Analyses and Drawings Provide the following drawings and any other drawings and documents necessary to construct the project: Electrical plans, identifying the location of the PLC, antenna, and associated conduit routing. Control wiring schematics. Equipment and panelboard schedules. Antenna mast foundation details Antenna mounting bracket details CONSTRUCTION SUBMITTALS The following items shall be submitted to the Owner for approval: Proposed Products List

LIFT STATION SCADA

Attachment F

RFP 08-04 Page 8 of 13

Product Data Central Processing Unit (CPU) Input/Output (I/O) modules Communications interfaces Power supply Uninterruptible power supply Radio modem Lightning arrestor Antenna Antenna cable Enclosure Circuit breakers/supplementary protectors Relays Hookup wire Twisted shielded pair cable Pressure transmitter

Shop Drawings

PLC panel layouts Schematic and wiring connection diagrams Enclosure dimensions, including weight and support points Programming Data Submit a complete list of data tags for approval, for data tags to be added to the City’s existing Industrial SQL database. Submit screen designs for approval, representative of all screens to be created in the City’s existing Wonderware HMI. Test Plans Submit a testing plan for approval, for verifying radio communications, proper functionality of I/O, and transmission of data registers. 1.9

CLOSEOUT SUBMITTALS A.

The following items shall be submitted to the Owner for approval: Test Reports Submit a factory test report to the City, showing factory test results verifying all systems conform to specification. As a minimum, the field test report shall include the following: description of equipment tested, description of test, test data, analysis of data, and recommendations.

LIFT STATION SCADA

Attachment F

RFP 08-04 Page 9 of 13

Submit a field test report to the City for approval, showing field test results verifying all systems conform to specification. As a minimum, the field test report shall include the following: description of equipment tested, description of test, test data, analysis of data, and recommendations. 1.10

QUALIFICATIONS A.

1.11

1.12

The integrator shall be a certified Wonderware Systems Integrator, with facilities within a 150-mile radius of Santa Rosa, CA.

PROJECT CONDITIONS A.

Reference drawings in Attachment H are provided for information only. Actual conditions of the existing facility may vary from those depicted on the reference documentation. The Contractor and the Contractor’s Designer of Record shall field verify reference documentation and data prior to use in the design.

B.

Field verification of information and data provided by the Owner is the responsibility of the Contractor and his Designer of Record. The Owner will provide coordination of access, but all tests, observations, examinations, recording of data, equipment, supplies, materials and associated labor needed by the Contractor in order to field verify Owner furnished data must be provided by the Contractor and his Designer of Record at Contractor’s expense.

SPECIAL WARRANTY A.

All work, including hardware, software, and programming, shall be warranted for parts and labor for one year from the date of final acceptance.

B.

The PLCs and radios shall be warranted (parts only) for an additional four (4) years after the initial one (1) year warranty period. Replacement parts shall be provided directly by the manufacturer or through an authorized distributor.

C.

Technical support for the PLC shall be available 365 days / year, 24 hours / day, with 24hour turnaround for all parts and supplies.

PART 2 SYSTEM COMPONENTS 2.1

PROGRAMMABLE LOGIC CONTROLLER A.

Manufacturers 1. Tesco 2. Modicon 3. Allen-Bradley 4. Siemens 5. Substitutions: Not permitted.

B.

Product Description: The PLC shall be an intelligent, modular unit, capable of both data acquisition and local data processing. It shall be capable of monitoring and controlling local equipment in a stand-alone mode, as well as being an intelligent node in a

LIFT STATION SCADA

Attachment F

RFP 08-04 Page 10 of 13

distributed system. It shall be suitable for installation in outdoor environments. Programs shall be capable of being downloaded either directly to the unit using an RS232 interface cable, or remotely through the communication network. C. 2.2

150 MHz RADIO SUBSYSTEM A.

2.3

The operator interface shall be a sealed membrane keypad suitable for corrosive atmospheres with eight character alpha-numeric display.

Provide new radio system components at each lift station site, including radio, antenna, antenna mast, antenna cable, system grounding, lightning protection, and physical connections, for a complete operating system. 1. Provide a 150MHz band radio for each PLC. Select specific frequencies to match the City’s existing radio system. The radios shall be the Dataradio Integra –TR 242-4018-610 wireless data modem. 2. Provide antenna appropriate to the site. a. Yagi antenna with 9db gain. Antenna shall be cut at the factory for the assigned frequencies. SCALA CA5-150/URM or equal. b. Low-profile transit-style antenna. Field-tunable, 150-168MHz, unity gain. Antenex TRAT1500 or equal. 3. Antenna mast: Polyester powder-coated steel or anodized aluminum, with 2-3/8” diameter tenon, rated for 80MPH wind, Valmont DS200 or equal. Provide weatherhead on top of tenon. 4. Antenna cable: ½” foam-filled 50-ohm heliax, Times Microwave Systems LMR600-DB. 5. Antenna cable grounding kit: Andrew SGPL4-06B2 Sure Ground Plus. 6. Crimp-style lug: Andrew 244456 or equal. 7. Cold shrink weatherproof tubing: Andrew 241474-4 or equal. 8. Antenna down conductor: #6 AWG bare tinned solid copper, Microflect B1961 or equal. 9. Lightning arrestor: bulk-head style, Polyphasor IS-B50HN-C2-ME or equal. 10. Hardware: Stainless steel.

PRESSURE TRANSMITTER

A.

Pressure measuring systems shall be of the two-wire, differential pressure cell type and produce a signal directly proportional to, and linear with, input pressure. The pressure transmitter shall be a Yokogawa model EJA 110A-EMS3B97ED/FF1/D1.

B.

The microprocessor-based signal converter/transmitter shall have the following attributes: 1. 2. 3. 4. 5.

C.

Convert signal from the d/p cell to a standardized 4-20mA signal into a minimum of 700 ohms. A 2-line LCD display for value on top line and units on the bottom line. NEMA 4X aluminum housing sealed with O-rings. Self diagnostics and automatic data checking. Tolerate ambient temperature operating limits of -20 to +140 degrees F.

Process connection: ¼ NPT.

LIFT STATION SCADA

D.

RFP 08-04 Page 11 of 13

Performance: The pressure metering system shall conform to the following requirements: 1. 2.

2.4

Attachment F

Accuracy: 0.20% of calibrated span. Ambient temperature effect: less than +/- 0.5 of calibrated span at maximum span, for 100 degree F change.

SOURCE QUALITY CONTROL A.

The City will witness Factory Testing. Notify the City of testing schedules 28 calendar days in advance scheduled test date. Notify the City 14 calendar days in advance of changes to scheduled date.

PART 3 EXECUTION 3.1

GENERAL A.

PLC Installation Requirements 1. Provide enclosures per Section D5000. 2. Construct enclosures in a neat and workman-like manner. Cut wireways square and deburr the cut edges. Mount wireways securely, running parallel to enclosure sides. Route wires neatly and exit at right angles to wireways. 3. Install all wires in plastic wireways, except (1) field wiring, (2) wiring between mating blocks in adjacent sections, (3) wiring from components on a swing-out panel to components on the fixed structure, and (4) wiring to panel-mounted components. Wiring from components on a swing-out panel to other components on fixed panels shall be tied into bundles with nylon wire ties, and shall be secured to panels at both sides of the hinge loop so that conductors are not strained at the terminals. Run signal and low voltage wiring separately from power and 120V control wiring. 4. Tie together wiring to control devices on the front panels at short intervals with nylon wire ties and secure to the inside face of the panel using adhesive mounts. 5. Designate each signal, control, alarm, and indicating circuit conductor connected to a given electrical point by a single unique number, which shall be shown on all shop drawings. Mark these numbers on all conductors at every terminal using numbered white plastic-coated wire markers, or permanently marked heat-shrink plastic. 6. Seal and weatherproof antenna connections and openings. 7. Provide a mast at each site for mounting an antenna. Adjust antenna orientation for optimum radio performance.

B.

Radio Subsystem Installation Requirements 1. Install the radio in the same enclosure as the PLC. 2. Select the appropriate communications repeater (R-7 or R-17) for each site per the City of Santa Rosa Utilities SCADA Radio System Design Report. Coordinate final antenna location with the City of Santa Rosa. Mount the antennas with an appropriate mounting base for the antenna mast. Mast height shall not exceed 12 feet above surrounding finished grade. Orient the antenna for vertical polarization, and mount the antenna below the top of the mast. 3. Run antenna cables from radio to antenna continuously with no splices. Seal antenna connections with cold shrink weatherproof tubing. Secure antenna cable

LIFT STATION SCADA

4.

5. 6.

7.

C.

3.2

3.3

Attachment F

RFP 08-04 Page 12 of 13

with stainless steel clamps at three-foot intervals along the antenna mast. Secure antenna cable at three-foot intervals along building walls, using Unistrut bases bolted to the wall. Run the antenna grounding down conductor from the top of the antenna mast to a ground rod at the base of the mast. Cadweld the down conductor to the ground rod. Attach ground lead to antenna with a crimp-style lug. Cadweld other end of antenna ground lead to the grounding system down conductor. Install antenna cable grounding kit within six inches of the cable connection to the antenna. Install grounding kit at the entrance to the building (or to the PLC enclosure, if the enclosure is outdoors). Cadweld grounding kit leads to the grounding system down conductor. Mount lightning arrestor at the bottom of the PLC enclosure. Provide a #6 AWG stranded copper drain wire with green insulated jacket, and attach to the arrestor with a crimp-on lug.

Pressure Transmitter Installation Requirements 1. Provide means to tap existing bubbler system tubing/piping and to provide a process connection to the pressure transmitter. 2. Connect the transmitter’s output to the PLC and verify that the transmitter’s level measurement is properly calibrated and scaled to match the level measurement displayed on the existing pump station level controller. 3. Perform work to ensure that level measurement by the existing level controller is not impaired or made otherwise unreliable. 4. Contain and clean all sewage spills resulting from actions associated with the installation in a manner acceptable to the City of Santa Rosa, and pay all cleanup costs and associated fines.

TESTING REQUIREMENTS A.

Factory Testing 1. Verify proper operation of each PLC’s components, programming, and radio communications. Correct all problems discovered during factory testing before proceeding with field installation of any PLCs.

B.

Field Testing 1. Demonstrate proper operation of each PLC’s components, programming, and communications. Simulate all annunciated alarm conditions at each site and verify that each alarm condition is detected by the PLC and the existing autodialer. 2. Cooperate with the City in troubleshooting radio communications problems, if required, to determine cause of communications problems.

PROGRAMMING REQUIREMENTS A.

Modify the existing Wonderware SCADA Master to create screens for each lift station. Expand the existing Industrial SQL database to accommodate the addition of the lift stations I/O. Coordinate data tag and variable names to conform to City of Santa Rosa programming standards and existing Wonderware system.

B.

Modify the existing screen of a City-wide map to show the location of each lift station.

LIFT STATION SCADA

Attachment F

RFP 08-04 Page 13 of 13

C.

Configure screens for each site to show real-time pump flows, measurements and statuses, to show individual site alarms, and communication link status. Display wet well levels and all alarms transmitted by the PLC. Provide display of all analog points in numeric and graphic form. Program control icons to remotely control each lift station pump. Allow display of trends through a user-selected timeframe.

D.

Implement Wonderware screens as submitted and approved.

E.

Provide alarm notification through the SCADA system to notify City personnel. END OF SECTION

FIGURE 20 SLS 20 HANSFORD