Loading...
HomeMy WebLinkAboutCC Resolution 9815 (Storm Water Pump Station Renovation)RESOLUTION NO. 9 815 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL TO ACCEPT PROPOSAL FROM SCADA SOLUTIONS FOR THE IMPLEMENTATION OF SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM FOR THE STORM WATER PUMP STATION RENOVATION PROJECT AND TO AUTHORIZE DIRECTOR OF PUBLIC WORKS TO EXECUTE AGREEMENT. BE IT RESOLVED by the Council of the City of San Rafael as follows: WHEREAS, the Public Works' Engineering Staff has determined that professional services are required to implement a Supervisory Control and Data Acquisition (SCADA) System for the San Rafael storm water pump stations; and WHEREAS, City Council, in Resolution 9607, authorized Staff to take measures to renovate the pump stations and apply $140,700 to the design and construction of new motor control centers, including a SCADA system; and WHEREAS, Staff has determined that the company, SCADA Solutions, has a unique background and expertise in the design and implementation of water industry SCADA systems; and WHEREAS, Staff has recommended that the City enter into a professional services agreement with SCADA Solutions to implement the SCADA system for the three new motor control centers; and WHEREAS, sufficient unencumbered, budgeted appropriations exist in the fimd account against which the recommended agreement will be changed as required by San Rafael Municipal Code Section 2.60.030. NOW, THEREFORE, IT IS HEREBY RESOLVED by the San Rafael City Council that the Scope of Services, from SCADA Solutions, to design, constrict and program a OREGl�Al as" complete SCADA system for this year's three motor control center installations is acceptable; Wl BE IT FURTHER RESOLVED that the City Council does hereby authorize the Director of Public Works to enter into a professional services agreement with SCADA Solutions for these services in an amount not to exceed $72,350 in the form approved by the City Attorney; and BE IT FURTHER RESOLVED that the Director of Public Works take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, JEANNE M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 7.. day of April, 1997, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Heller, Miller & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Phillips JEA E M. L ONCh°1(, ity Jerk AGREEMENT FOR PROFESSIONAL SERVICES SAN RAFAEL STORM WATER PUMP STATION RENOVATION SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM This Agreement is made and entered into this 7th day of April 1997, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Raymond A. Fiore, dba, SCADA SOLUTIONS (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that professional services are required to implement the Supervisory Control and Data Acquisition (SCADA) portion of the Storm Water Pump Station Renovation Project ; and WHEREAS, the CONTRACTOR has offered to render certain specialized professional services in connection with this Project. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION A. CITY. The Director shall be the representative of the CITY for all purposes under this Agreement. The Director of Public Works is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Raymond A. Fiore is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within two (2) business days of the substitution. 2. DUTIES OF CONTRACTOR A. CONTRACTOR shall perform the duties and/or provide services as follows; the CONTRACTOR agrees to mount and wire the Allen-Bradley PCLs and modem/radios, wire the Allen-Bradley SMCs to the PLCs, evaluate the modem/radios for data communication, program the PLCs and the SCADA master computer application, document the programs and wiring, and train City employees on the operation of the SCADA system. A detailed proposal from the CONTRACTOR for duties to be performed is attached to this agreement and marked as Exhibit "A". Agreement ;,l,y p y 3. DUTIES OF THE CITY A. CITY shall perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 4. COMPENSATION A. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR a lump sum price for services rendered in accordance with the rates shown on the current fee schedule as described in Exhibit "A" attached and incorporated herein. The total payment made for any individual work task will not exceed the amounts shown on the Proposal Budget, set out in Exhibit "A". Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. S. TERM OF AGREEMENT A. The term of this Agreement shall be from the date of execution until the Project is complete. 6. TERMINATION A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon ten (10) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination notice, to the reasonable satisfaction of the party giving such notice, within thirty (30) days of the receipt of said notice. C. Effect of Termination. Upon receipt of notice of termination, neither parry shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered toCITY as soon as possible, but not later than thirty (30) days after termination. 7. OWNERSHIP OF DOCUMENTS A. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property ofCITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT Agreement • 2 A. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILTY A. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE A. During the term of this Agreement, CONTRACTOR, shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage; 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by Section 1 OA., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution: 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractural liability and personal injury; 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, and employees as additionally named insureds under the policies; 4. CONTRACTOR shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents and employees, as additional insureds under the policies: Agreement • 3 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to CITY's PROJECT MANAGER; 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 1 I . INDEMNIFICATION A. CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgement, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR's officers, agents and employees in the performance of their duties and obligations under this Agreement. 12. NONDISCRIMINATION A. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS A. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance Agreement • 4 with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinance, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES A. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES A. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: David M. Bernardi, Director of Public Works Ctiy of San Rafael 1400 Fifth Avenue Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR: Mr. Raymond A. Fiore, Owner SCADA Solutions P.O. Box 466 Geyserville, CA 95441 16. INDEPENDENT CONTRACTOR A. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT -- AMENDMENTS A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. Agreement • 5 B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACT and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS A. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS A. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY's FEES A. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 21. CITY BUSINESS LICENSE/OTHER TAXES A. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR's taxpayer Agreement • 6 identification number is 143-48-9459, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 22. APPLICABLE LAW A. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CIT7�I SAN RAFAEL Director of Public Works David M. Bernardi ATTEST: ini City Attorney v Gary T. Ragghianti A CONTRACTOR SCADA SOLUTIONS By: _L Title: oolv,! c7 Agreement • 7 �?n ety Clerk Jeanne M. Leo ini City Attorney v Gary T. Ragghianti A CONTRACTOR SCADA SOLUTIONS By: _L Title: oolv,! c7 Agreement • 7 D EXHIBIT "A" SOLUTIONS City of San Rafael, CA. Supervisory Control And Data Acquisition System (SCADA) For Storm Water Pumping Stations PART 1 1.01 GENERAL A. DESCRIPTION: The City of San Rafael (hereinafter "City" or "Owner" ) has ten (10) storm water pump stations located throughout the City for removal of storm water. The City has indicated it's intent to work with SCADA Solutions (hereinafter "Contractor") to both upgrade and automate each of these storm water pump stations. The first of three (3) stations planned for renovation in 1997 is scheduled to be delivered on June 1. Each of the other two stations are scheduled for delivery on July 1 and August 1, 1997. In is our intent to provide the following services in order that the City meets it's goal in both upgrading and automating each of the ten pumping station over the next several years. In order to achieve the City's goal in upgrading and automating the pump stations the following tasks will be required.: B. SCOPE: This section specifies requirements for programmable controller (PLC) systems to provide sequential and interlocking control, analog control, color -graphic video display operator interfaces, and alarm and event logging. The Contractor shall provide all hardware, software, applications programming, documentation, training, maintenance, and other materials and services and labor as required to provide complete, fully debugged, and operating systems as specified herein, in the control strategies, and on the drawings. The software required shall consist of those programs necessary for the systems to efficiently perform the functions specified herein, plus enable convenient and efficient preparation of new programs. The Contractor shall assume complete responsibility for the successful operation of all software and application programs provided as part of the systems. All programs shall be completely debugged and operable prior to delivery of the systems. The Owner shall not be required to expend any programming effort in order to achieve fully operational systems. The overall operating software package shall be modular, primarily comprised of an integrated group of proven, standard software modules. Individual standard modules shall be designed such that adaptation to this system's specific needs shall be accomplished through entry of definitive data in stored parameter tables. All of the programs are to be generalized in nature such that the Owner may later add new functions. The scheduling and initiation of future application programs and the servicing of their input and output requirements, including construction of printing formats and other system interfaces, shall be accomplished without recompiling of application software. Original program development shall be performed in a high level, process control oriented language. Original program will allow for addition of up to FIVE (5) Pumps per Pump Station. Changes in process parameters, addition and deletion of process schemes .or equipment, and addition or modifications of work station graphic displays and printed report formats shall be via the use of process operator and control engineer oriented statements and dedicated function keys in a conversational mode. Specifics for the systems are given as a guide, however manufacturer's standard offerings that can accomplish all of the specified functions will be considered. The systems shall be capable of accepting process control operational directives in a conversational mode. Data validation shall be performed on operator inputs and reject illegal entries. P.O. Box 466 • Geyserville, CA 95441 • (707) 857-41 1 1 System parameters such as: date, time, set points, alarm limits, loop tuning constants, etc., shall be entered or modified via a PC / work station. Any input which modifies the system shall be logged on the work station report printer with date, new value, previous value, and operator's password. C. SCOPE OF WORK: Mounting and wiring of Owner famished PLC's and modem/radios in newly purchased MCC sections purchased for each pump station. Work to INCLUDE mounting of equipment such as PLC hardware, power source wiring, Panduit, Terminal blocks, fuses or circuit breakers, wiring, laminated nameplates, and termination of all field wiring as it pertains to PLC I/O's. NOT INCLUDED, the mounting, wiring, and calibration of the Owner furnished Milltronic level controller including the mounting and wiring of the Milltronic level sensor at each pump station. Installation of signal wires to allow SMC's to upload and download data and information to and from PLC's and the SCADA master station computer(s). This task will INCLUDE programming the PLC's to both transmit and receive data to and from the SMC's. Once in the PLC the SCADA master computer will have access to this data at a remote location. Evaluation of several manufacturers that provide spread -spectrum modem/radios for the purpose of qualifying only those manufacturers that can communicate between each of the anticipated ten project sites and the SCADA master computer. This task INCLUDES Field testing and After actual field testing of each of the modem/radios to determine if the manufacturer is successful then price, functionality and support will determine the successful supplier. We have NOT INCLUDE the mounting of the outdoor antenna's nor the wiring from them to the modem: radio mounted inside the MCC section. Programming of the Owner furnished PLC's. Programming to INCLUDE both application and communication software. 5. Programming of SCADA master computer application software as defined in section 2.05. Programming to INCLUDE both application and communications software development. We have INCLUDED the cost of the application software but have NOT INCLUDED the Owner furnished SCADA master computer hardware. 6. Documentation and Training are INCLUDED as part of our bid. All drawings will be done using AutoCad and both a hard copy and diskette will be provided. Training will include three (3) topics to be discussed: PLC programming, SCADA master station software, and SMC pump controller procedures. 1.02 REFERENCE DOCUMENTS This section contains references to the following documents. They are a part of this section as specified and modified. In case of a conflict between the requirements of this section and those of the listed documents. the requirements of this section shall prevail. Reference EIA TIA232E-1991 ANSI X3.4-86 IEEE 802.3-90 Title Interface Between Data Terminal Equipment and Data Circuit Terminating Equipment Employing Serial Binary Data Interchange American National Standard Code for Information Interchange Information Processing Systems -Local Area Networks ANSI/ISA 551.1-79 Process Instrumentation Terminology 1.03 SUBMITTALS A. GENERAL: The following information shall be submitted: 1. Preliminary 2. Hardware 3. Preliminary software B. PRELIMINARY: Within 30 days of the Notice to Proceed, the Owner shall provide to the Contractor a submittal on the computer system hardware which will be Owner furnished. Within 30 days after Notice to Proceed, the Contractor will provide a complete list of deliverables showing items to be purchased by the Contractor, items to be built by the Contractor, and items which require design by the Contractor, product literature for all components and a block diagram showing the interconnection of all proposed hardware. All software items to be delivered, including software, manuals, and training shall be either separately listed, or identified as a subsystem whose deliverables list will be provided later. As a part of the preliminary submittal, the Contractor shall submit a list of all software that is to be supplied as computer manufacturer supplied software, standard -Contractor software, and customized or new Contractor -supplied software. C. HARDWARE SUBMITTAL: Within 30 days following return of the preliminary submittal marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED", the Owner shall provide a detailed submittal for all control system computer hardware to be purchased. The Contractor shall within 30 days after the preliminary submittal provide a detailed submittal for all PLC hardware, control cabinet hardware, modem/radios and control system software. The Contractor shall recommend along with the modem/radio manufacturer the recommended antennas and cables to be used for this project. The submittal shall include, but not necessarily be limited to, complete bill of materials for all hardware components, interconnection diagrams, specification sheets, recommended spare parts list. In addition, all site preparation data shall be included in this submittal. This data shall include floor plans detailing equipment location, environmental requirements for all equipment, power requirements, and detailed raceway and cable requirements for all interconnections. The Contractor shall specifically note any required alterations to the layout information provided in the Project manual for satisfactory installation, operation, and maintenance of the system. D. SOFTWARE SUBMITTAL: Following return of the hardware submittal marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED", the Contractor shall provide a detailed submittal for all system software. The submittal shall include Pseudo - code, specifications, test results, and supporting information as necessary to ascertain the sufficiency of the software to meet the functional requirements of this specification. 1.04 DOCUMENTATION A. GENERAL: The Contractor shall provide documentation as specified in this section. Documentation shall consist of drawings, technical descriptions, specification. explanatory information, theory of operation. test plans, hardware manuals, software manuals, flow charts, block diagrams, parts lists manuals. etc. 3 The documents will be used by the Owner for the operation and maintenance of the system after acceptance. One set of documentation shall be delivered prior to the Start of the Field Test. Following successful completion of the Field Test, the Construction Manager will again return this material to the Contractor, who shall make further corrections and/or additions, as necessary, and return said material as specified. Documentation shall be provided in a format to facilitate updating. Text shall be provided on 8 -1/2 -by 11 -inch sheets, and drawings shall be reduced to 11 -by 17 -inch sheets. Each sheet shall bear the project title, revision date, and a unique serial number designed to facilitate replacement of individual sheets as required. B. HARDWARE OPERATION AND MAINTENANCE MANUALS: The Owner shall provide documentation for all computer hardware associated with the system. Each subassembly, and assembly shall have a unique City number assigned. The Contractor shall provide all other documentation i.e. PLC, control hardware, software, modem/radios and antennas. This number shall appear on each piece of equipment, and shall be referenced on all documentation wherever the hardware element is referenced. O&M manuals shall, as a minimum requirement, include the following information: Bill of Material with tag number, manufacturer, model number, design level number, generic description, and replacement source, any part that must be replaced with parts identical to the original as opposed to generic parts shall be so noted. 2. Function and theory of operation of each part. 3. Exploded views of all assemblies identifying each subassembly. 4. Suggested Preventative maintenance Procedures and recommended frequencies with illustrated instructions. 5. Corrective maintenance Procedures for common failure modes. 6. Logic descriptions, wiring diagrams, and timing diagrams for all digital logic. 7. Normal voltage levels and/or oscilloscope patterns for all test points. Detailed step-by-step instructions for running and interpreting diagnostic Programs. C. SOFTWARE OPERATION AND MAINTENANCE MANUALS: The Contractor shall provide complete documentation for all System software. As a minimum, it shall include the following: Reference, user, and Programming manuals for all applications software; and reference and user manuals for all system software. A design description of how each application program functions, including the general logic, hardware requirements and constraints, subroutines employed, storage maps, interfaces with other Programs, and special features. 3. File, input and output specifications for each program. These specifications shall include definitions, identi- fication, description, data formats, and structures. The Contractor shall also provide a list of all "common., data areas and variable names used by the system. 4 4. Two copies of source and object files for all application software; and two copies of all object files for all system software. This material shall be provided on removable bulk storage media compatible with the system hardware. 5. Clean, well -annotated program application program listings with label and symbol tables which accurately reflect the logic and data contents of main and auxiliary memory. 6. One copy of a linked, loadable, and executable object image of the running system software on removable bulk storage media compatible with the specified work station hardware. 7. Custom System operator's manual shall include routine and emergency procedures, safety precautions, and quantitative and qualitative limits to be observed in starting, operating, and stopping the system. The operator's manual shall be profusely illustrated to identify and locate all operating, control, and indicating devices. Operating instructions shall describe procedures to be followed when normal operation is not possible because of power failure, partial hardware failure, and related emergency conditions. Necessary instructions shall also be provided for simple computer related tasks that the operator may be expected to perform, e.g., change paper on printers, removable storage media handling, etc. 8. The Owner reserves the right to require the contractor to rewrite or amend software manuals written by the contractor if they are found by the Owner to be unclear, incomplete, or inaccurate. All rewrites or amendments shall be at the expense of the contractor. D. RIGHTS, LICENSES, AND RESIDUALS: LICENSES: The Contractor shall secure and provide all licenses, patent -rights, copyrights, and other permission to provide the rights specified herein. In the event that a judgment awards damages, royalties, or fees from the Owner, insofar as the same are based on a claim of infringement of a patent -right, copyright, or license agreement, the Contractor shall reimburse the Owner for said damages, royalties, and/or fees. 2. OWNERSHIP RIGHTS: Ownership of all work products shall be delivered with the system. The rights to use, copy, and revise software, hardware, and documentation shall be at the sole discretion of the Owner. The owner shall have the right to deliver copies of any documentation to any party the Owner deems necessary for the maintenance, operation, and expansion of the System provided under this contact. The Contractor is hereby informed that all work products produced under this Contract may be subject to restrictions imposed by the U.S. Environmental Protection Agency. PART 2 --PRODUCTS 2.01 GENERAL Programmable controller systems shall comply with NEMA ICS 3-304 and shall be designed specifically for industrial control. PLC's shall not require cooling fans for operation in the specified ambient temperatures. Personal computers and other microcomputer based equipment designed primarily for commercial applications are not acceptable in lieu of programmable controllers under this specification. 2.02 CENTRAL PROCESSING UNIT (CPU) A. GENERAL: CPU shall be a solid state stored program unit. Operating system shall be stored in nonvolatile memory (EPROM). Configurations and application programs shall be stored in solid state read/write user memory with battery backup or other arrangement to prevent loss for a period without power of not less than I year. PLC shall support not less than 12K sixteen bit words user memory. The actual amount of user memory provided shall be adequate for the specified functions plus an allowance of 25 percent for future expansion. CPU shall have an addressing capability for not less than 512 discrete I/O points in any mix and located at up to 31 separate locations. Each CPU shall be provided with its Own power supply unit which shall not be used to drive any other equipment. B. PROGRAMMING FUNCTIONS: The PLC system shall be programmed in ladder logic format as specified in NEMA ICS 3-304, and as a minimum shall include the following functions: Contacts: Normally open Normally closed Transitional (single shot) Timers: 0 to 9999 seconds 0 to 99.99 seconds Counters: 0 to 9999 Arithmetic (4 -decimal digits unless otherwise specified): Addition Subtraction Multiplication (8 -digit product) Division (8 -digit dividend) Comparison (greater than, equal to, less than) Skip: Shall permit specified block of logic to be skipped under program control. Move: Shall provide a comprehensive set of move functions to permit moving register contents individually, in blocks, and into first -in. first -out tables. Matrix: Shall provide a comprehensive set of matrix functions to permit generation of drum programmer simulation and bit manipulations of binary data stored in registers. C. DIAGNOSTICS: CPU shall continually monitor its operation and shall shut down in case of failure that would cause faulty solution of logic. A running CPU shall identify communication failures, 1'0 assembly errors, 1/0 module failures, and CPU battery failure. D. SOFTWARE: The Contractor shall provide the Owner with a copy of all software required to program the programmable controller on flexible disks. In addition, the Contractor shall provide the Owner with a copy of all application programming for each of the programmable controllers. Copies shall be delivered to the Owner after all programmable controller system testing has been successfully completed. 2.03 I/O ASSEMBLIES A. GENERAL: Each 10 modules shall be an addressable, and plug-in. The FO points to be provided for each 1/0 Rack assembly shall be determined from the actual number of I/O points specified on the electrical diagrams, the electrical control diagram drawings, the piping, process and instrumentation diagrams; and the I/O schedule, herein called the base quantity. In addition to the base quantity of each type of I/O point, not less than 10 percent of the base quantity shall be provided as full implemented spares. B. I/O MODULES: I/O modules shall be plug-in units with each module accommodating not more than 16 input or output points. Modules shall be removable from the I/O assembly without disturbing either field or assembly wiring. I/O modules shall be available with the following characteristics: 120 -volt AC discrete inputs: On level: 85 to 135 volts Off level: 0 to 40 volts On current: less than 10 mA Frequency: 47 to 63 hertz Isolation: 1500V AC and 2500V DC between individual inputs, between inputs and I/O assembly bus, and between modules. Surge: IEEE 472 24 -volt DC discrete inputs: On level: 13 to 30 volts Off level: -30 to +5 volts On current: less than 8.5 mA Isolation: 500V AC between inputs and 1/0 assembly buss, and between modules 120 -volt AC discrete outputs: Off current: less than 5 mA On current capacity: 10 mA to 2.0 A continuous and 50 A for 0.016 seconds Note: Some manufacturer/model output modules cannot support simultaneous 2 ampere continuous load on all discrete outputs of a module at 60 degrees C ambient temperature. The Contractor shall examine the specified logic and shall arrange outputs such that no possible operating condition will overload a module. Working potential: 85 to 264 volts continuous Working frequency: 47 to 63 hertz On voltage drop: 7 volts maximum at 2.0 A Allowable rate of change of applied voltage: 10 volts per ms Isolation: 1500V AC and 2500V DC between individual outputs, between outputs and I/O assembly and between modules Protection: Fuse with blown fuse indicator on each output, front accessible Surge: IEEE 472 24 -volt DC discrete output: Off current: Less than 1 mA On current capacity: 10 mA to 2.0 A continuous and 5 A for 0.01 seconds Note: Some manufacturer/model output modules cannot support simultaneous 2 ampere continuous load on all discrete outputs of a module at 60 degrees C ambient temperature. The Contractor shall examine the specified logic and shall arrange outputs such that no possible operating conditions will overload a module. Working potential: 20 to 30 volts continuous On voltage drop: 1.8 volts maximum at 2.0 A Isolation: 500V AC between individual outputs, between outputs and I/O assembly and between modules Protection: Electronic protection Surge: IEEE 472 4-20 mA analog input: Input: I to 5 volts Input impedance: 31.25 ohms Resolution: 12 bit binary + sign Sampling rate: Once per second, minimum Overvoltage: 150V AC without damage Accuracy: Plus or minus 0.5 percent of full scale over the operating temperature range. 4-20 mA analog output: Output: 4 to 20 mA into 0 to 600 ohms Resolution: 11 bits + sign Maximum error: 0.15 percent of span at 25 degrees C, 0.5 percent of span over 0 to 60 degrees C Isolation: 60 volts continuous channel to ground and channel to logic and 1500 volts surge. 2.04 PLC -OPERATOR INTERFACE COMMUNICATIONS Communication between PLC's and operator interface subsystems shall operate in the point -to -multipoint mode with the operator interface subsystems acting as masters. Communication shall be over spread -spectrum modem radios as manufactured by MDS, Metricom or Data -Linc. No other manufacturers will be accepted. 2.05 SOFTWARE A. GENERAL: A field proven, modular software packages as manufactured by Wonderware, Intellution or Rockwell software shall be provided for data base generation; process monitoring and control: data collection, analysis, pumping, preparation and printing or display of operating information for historical and managerial reports. These standard software packages shall be process oriented and designed for use by process control engineers or technicians after having received basic instructions on the particular system. Operator input or response statement shall not require knowledge of programming languages. B. SUPPORT SOFTWARE: The support software shall include a collection of programs which simplify new program development and implementation, permit testing and verifying the functional operation of equipment associated with the system, and provide tools to perform tasks associated with the creation and maintenance of an efficient system environment. The support software shall provide an on-line facility through the work station which shall allow an operator or programmer to access. print. and change contents of allowable memory locations. as well as enable the activation of new process inputs and control outputs. It shall also include facilities for down -loading contents of various system programs from the file servers as well as searching for specific work programs. C. WORK STATION PROGRAMS Work station application programs shall perform the following general tasks: Perform standard and special calculations required for a storm water pumping station including summation, totalization, arithmetic mean calculation, etc. Periodically scan alarm tables in programmable controllers for abnormal conditions, display alarms on the computer system hardware. and print alarms. 3. Permit the addition or deletion of system inputs or outputs and the modification of data in memory as may be required, without reprogramming. 4. Support development of new control strategies for execution in programmable controllers and down load executable code to the appropriate programmable controller. 5. Supervise and control all routines necessary to respond to operator requests for control changes, displays, allowable operator modifications, print-outs, and any other required operator requests. Operator actions shall be serviced on an interrupt basis, and shall be interweaved with normal operations. 6. Permit manual data entry through work station keyboard and down load such data to the applicable programmable controller. This data shall consist of entering or changing such things as alarm limits, set points, or constants. Confirmation shall be required via the respective display and keyboard prior to actual entry into the process memory. Security coding shall be able to prevent unauthorized data entry. The system shall be structured so that personnel shall not experience waiting or delay time when entering or modifying data. 7. Scan dynamic data in programmable controllers at specified intervals and/or on an ad hoc basis and store said date. 8. Support all required graphic, semigraphic, and alphanumeric displays for the work station computer system hardware. The software shall both format and display visual display terminal images of fixed and dynamic data. The dynamic data shall be refreshed at an interval not to exceed 2 seconds. 9 Support generation of logs and reports with spread sheet and database software equal to Microsoft's Excel. Spreadsheet software shall have direct access to data stored in the programmable controllers and the files. 10. Provide the capability to manually START/STOP or initiate auto sequences of pump station equipment. The standard software package shall provide not less than five access levels based on passwords. Access levels shall be assignable by configuration. D. VISUAL DISPLAY TERMINAL DISPLAYS The types of visual display terminal (VDT) displays required are: Index displays; Area/Group Loop Displays; Single point displays analog and discrete process inputs, and calculated variables; Analog Trend display; Graphic displays; Alarm Summary displays, and a Peripheral Status display. All displays shall contain and continuously update the displayed process variables, date and time of day, and list all process values in engineering units. All displays shall incorporate references to instrumentation loop numbers and pump station equipment numbers. The operator displays shall make maximum use of the colors available. Master index displays shall be provided as a guide to the available display options. Additionally. other index displays shall be provided which shall be of either the list type or of the working type. A particular list type index display shall be displayed on demand and shall provide a listing of available options for display as follows: I . Area/Group Review Index - displays the available groups of process variables for selection and review. 2. Graphic Display Index - displays the list of available graphic displays. 3. Alarm Summary Index - displays the available alarm summary displays. The working type displays shall be provided to allow the operator to assign points and time intervals for displays as follows: 1. Area Review Assign- displays the groups assigned to various pump station displays and allows for modification. 2. Group Review. Assign - displays the points assigned to the various groups and allows for modification. 3. Loop Review. Assign - displays the points assigned to a particular loop and allows for modification. 4. Analog Trend Assign Index - displays the point identification of variables currently assigned to analog trend pens and allows for assignment of new points for trending. The analog variable inputs shall have at least the following data displayed on the single point display: point identification number; point name; current value of the process measurement; instrument input range; high and low alarm limits; and the 10 unit to which the process input is connected. The discrete process inputs shall have at least the following data displayed on the single point display: point identification number; point name, the type of input either alarm or status; the current condition (on/open or off/closed). The graphic displays shall depict basic diagrams with representative symbols for pumps, motors, and like. The equipment represented on the display shall be suitably titled for identity. The purpose of these displays is to display live process data at the point of the diagrams that the data is being monitored. The data shall be identified on the display by its point number or name. All of the current data in the data base shall be available for graphic displays. There shall be a minimum of 18 (eighteen) graphic displays, which shall be preprogrammed. It shall be possible to modify an existing display or generate new displays. The graphic displays shall consist of detailing the quantities of pumps, motors, etc., and showing the individual process variables. System supplier shall use the process and instrumentation diagrams included as part of this contract to generate first draft graphic displays for review and refinement by the Owner's Construction Manager. The alarm summary display shall consist of all points currently in alarm, and shall include the point identification number, point name, time of occurrence, present status (high, low, normal, etc.). The suppressed alarms summary shall consist of all those points still actively scanned, but whose alarm message have been suppressed with the point identification number, and the point name displayed. The peripheral status displays shall summarize the current status of all devices in the system such as printers, display terminals, etc. It shall also allow assignment of those items capable of acting as backup to other devices. The display shall be used primarily for maintenance purposes. E. ALARM REPORTING: The alarm log shall be able to print all alarms on the report printer as they occur. Alarm shall print out on the report printer in a distinctive type face. The alarm message shall include the time of occurrence, point name, point identification number. and whether it is a low, high, or failure alarm. When the point in alarm returns to normal, the time, point identification number, and return to normal shall be printed. All reports shall include the pump station equipment number. 2.06 PRODUCT DATA The following product data shall be provided. 1. Complete system operation and maintenance requirements, step-by-step troubleshooting guide. and recommended spare parts list. 2. Detailed system start-up procedure for both cold start and normal restart. 10 Simplified troubleshooting procedure to permit nontechnical personnel to locate and replace fuses and I1.'0 modules. 4. Documentation as specified in paragraph 3.03. 5. An as -built I!O listing shall be provided after completion and commissioning of the system. PART 3 --EXECUTION 3.01 INSTALLATION The system shall be installed as specified on the drawings. Power and signal connections between components shall be provided as necessary to provide the specified functions. 3.02 APPLICATION PROGRAMMING A. GENERAL: The Contractor shall provide all programming necessary to cause the system to execute the specified functions. Required functions are specified by control diagrams, control strategies, and herein. B. NEW PROGRAMMABLE CONTROLLERS: The Contractor shall provide complete and operable programming which will execute the specified control strategies. 3.03 INSTALLATION All programmable controller system equipment shall be installed in accordance with the electrical (E -series) and instrumentation (I -series) drawings and the manufacturer's recommendations. 3.04 TESTING The Contractor shall perform the field test in accordance with the field testing plan specified in paragraph 1.04 G. 3.05 CONTROL STRATEGIES A. GENERAL: Each motor driven piece of equipment shall have running status inputs to the programmable controller system. If a "running" input status occurs and the "ready" status does not occur then the programmable controller shall identify that the motor is operating in the "hand" mode. The run time shall be calculated and stored for all equipment being monitored. An adjustable timer shall be available to set a flag for maintenance of equipment. A summary of equipment requiring maintenance shall be printed out upon operator request. The failure of driven equipment shall be monitored by the programmable controllers. Equipment shall be considered failed under the following conditions: The equipment is in AUTO and the PLC attempts to operate the equipment and it does not respond within a defined time period. II 2. The equipment is in AUTO and running and for whatever reason other than the PLC requesting the equipment to STOP, the equipment Stops. The programmable controller system shall be used to the extent that it shall facilitate sequencing of the equipment. The operator shall be able to bypass the sequencing and start/stop the equipment including pumps and motors on a "manual" procedure from the computer system hardware when desired. Interface to the programmable controllers shall be through a master computer station. B. INDIVIDUAL CONTROL STRATEGIES: As level exceeds the lead set point, the lead pump shall start, if the next set point is reached, the lag pump shall start, if the highest set point is reached the standby pump shall be start. If one of the pumps fails to start, the next pump in sequence will be called to start. The level controller shall be provided with three level set points and three proportional band settings a high high level and a low low level. The programmable controller shall monitor the level. The sequence shall start pump that is selected as lead, if the run signal is not available and or if a fault condition is also present. The programmable controller shall start the next pump if the lead pump is not available. If the second (lag) pump fails, the next (standby) pump shall be started by the programmable controller The normal pump START sequence for each pump shall be as follows: Pump #I Pump #2 Pump #3 on on off on on off on off on on on off on on off on off on The normal pump STOP sequence for each pump shall be as follows: The reverse of the above start sequence 12 3.06 1/0 SCHEDULE (Typical for QNE (1) THREE (3) Pump Pumping Station.) POINT DESCRIPTION UO TYPE DIAG PANEL 1. P101 -SS -RN Motor RUNNING DN DI 2. P101 -SS -FLT Motor FAULT DN DI 2. PI01-HS-H Selector Switch HAND Position Y DI 4. P101 -HS -O Selector Switch OFF Position N D 5. P101 -HS -A Selector Switch AUTO Position Y DI 6. P101 -SS -ST Pump Start REQUIRED N DI 7. P101 -RN -ETM Pump Running ELASPED TIME MONITOR N A 8. P102 -SS -RN Motor RUNNING DN DI 9. P102 -SS -FLT Motor FAULT DN DI 10. P102 -HS -H Selector Switch HAND Position Y DI 11. P102 -HS -O Selector Switch OFF Position N D 12. P102 -HS -A Selector Switch AUTO Position Y DI 13. P102 -SS -ST Pump Start REQUIRED N DI 14. PI02-RN-ETM Pump Running ELASPED TIME MONITOR N A 15. P103 -SS -RN Motor RUNNING DN DI 16. P103 -SS -FLT Motor FAULT DN DI 17. P103 -HS -H Selector Switch HAND Position Y DI 18. P103 -HS -O Selector Switch OFF Position N D 19. P103 -HS -A Selector Switch AUTO Position Y DI 20. P103 -SS -RQ Pump Start REQUIRED N DI 21. P103 -RN -ETM Pump Running ELASPED TIME MONITOR N A 22. LIT -100 Level Transmitter Level Y Al 23. LIT -100 -HH Level Transmitter HIGH HIGH Level N D 24. LIT -100-H Level Transmitter HIGH Level N D 25. LIT-100-STR3 Level Transmitter STANDBY START Level N D 26. LIT-100-STP3 Level Transmitter STANDBY STOP Level N D 27. LIT-100-STR2 Level Transmitter LAG START Level N D 28. LIT-100-STP2 Level Transmitter LAG STOP Level N D 29. LIT-100-STRI Level Transmitter LEAD START Level N D 30. LIT-100-STPI Level Transmitter LEAD STOP Level N D 31. LIT -100 -BT Level Transmitter BAD TRANSMITTER N D 32. ATS -100 -NOR Automatic Transfer Switch NORMAL Y DI 33. ATS -100 -EMG Automatic Transfer Switch EMERGANCY Y DI 34. SEQ-100-ACC Pump Sequencer Sequence POSITION N A 35. 100 -IN -ALM Pump Station INTRUSION ALARM Y DI This specification was written for the City of San Rafael, CA. by SCADA Solutions and should be considered confidential to the City only. This document may not be reproduced, copied, or be used as a document for others to bid. 13 City of San Rafael, CA. PRICE SUMMARY BASED ON SCOPE OF WORK 1.01 C. ITEM 1.01 C. 1.:$ 15,000.00 ITEM 1.01 C. 2.:$ 5,000.00 ITEM 1.01 C. 3.:$ 8,750.00 ITEM 1.01 C. 4.:$ 10,300.00 ITEM 1.01 C. 5. 128,300.00 ITEM 1.01 C 6.:$ 5,000.00 TOTAL: $ 72,350.00 14