Loading...
HomeMy WebLinkAboutResolution - 4338 - Contract - Advanced Control Systems Inc - DMOASCDA System - 12_09_1993Resolution #4338 December 9, 1993 Item #14 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock a Contract and all related documents by and between the City of Lubbock and Advanced Control Systems, Inc. of Norcross, GA. to furnish and install all materials as bid fc the Dual Master, Open Architecture, Supervisory Control and Data Acquisition System for the City of Lubbock, which contract is attached hereto, which shal be spread upon the minutes of the Council and as spread upon the minutes of this Council shall constitute and be a part of this Resolution as if fully copied herein in detail. Passed by the City Council this 9th day of December 1993. ATTEST &Ef�4-c C�A4L tty W 'JohnsonU City Secretary APPROVED AS TO CONTENT: ictor i n, urc as ng Manager APPROVED AS TO FORM: yonaia U. vanaiver, rir Assistant City Attorney DGV:dy\Agenda ¢3\Advanced.Res November 30, 1993 4,336 CITY OF LUBBOCK RFP #12668 DUAL MASTER -OPEN ARCHITECTURE SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM .'rf 0� ty CITY OF LUBBOCK Lubbock, Texas---(Cr, 4-33s REQUEST FOR PROPOSALS RFP #12668 Sealed proposals addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas will be received at the office of the Purchasing Manager, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas 79401 until 2:00 o'clock a.m. on the 19th day of August. 1993, or as changed by the issuance of formal addenda to all proposers. DUAL MASTER - OPEN ARCHITECTURE - SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM The specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Texas. Attention of each supplier is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each supplier's attention is further directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage scales and payment by the vendor of the prevailing rates of wages as heretofore established by the City of Lubbock. The City of Lubbock hereby notifies all suppliers that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. There will be a preproposal conference on the loth day of August, 1993, at 10:00 a.m., in Conference Room #108, 1625 13th Street, Lubbock, Texas. F r r a NOTICE TO PROPOSERS BID # 12668 7 Sealed proposals addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the office of the Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock p.m. on the 19th day of August. 1993, or as changed by the issuance of formal addenda to all proposers, to furnish all labor and materials and perform all work for the construction of the following described project: DUAL MASTER - OPEN ARCHITECTURE - SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM After the expiration of the time and date above first written, said sealed proposals will be opened by the Buyer at his office and publicly read aloud. It is the sole responsibility of the proposer to insure that his proposal is actually in the office of Purchasing Manager for the City of Lubbock, prior to the expiration of the date above first written. The City of Lubbock will consider the Proposals on the 9th day of September. 1993, at Municipal Bldg., Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. !be sweeessful prepesep will be required to furn! . -6L�r, 4n the staewmt of r. 0.t, as . sampeet pr4se deeo not emeeed $25,090 09 the sold statutory bends will nam be peeqw4ed. �* Proposers are required, whether or not a payment or performance bond is required, to submit a cashiers or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City'of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him. It shall be each proposers sole responsibility to inspect the site of the work and to inform himself regarding all local conditions under which the work is to be done. it shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. The specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager for the City of Lubbock, Lubbock, Texas. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to in this notice to proposers. Each proposers attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all proposers that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. There will be a preproposal conference on 10th day of August. 1993, at 10:00 o'clock a.m., Conference Roan 108, 1625 13th Street, Lubbock, Texas. C OF YY;eLd LRon ShufSENIOR BUR REQUEST FOR PROPOSAL CITY OF LUBBOCK'S SPECIFICATION FOR AN OPEN SYSTEMS ARCHITECTURE DUAL MASTER SCADA SYSTEM FOR LUBBOCK POWER AND LIGHT'S TRANSMISSION/SUBSTATION/DISTRIBUTION ENVIRONMENT! July 15, 1993 INDEX SECTION TERMSAND CONDITIONS.......................................................................................1.0 . SYSTEMOVERVIEW............................................................................................2.0 MASTERHARDWARE REQUIREMENTS..............................................................................3.0 SOFTWAREREQUIREMENTS.....................................................................................4.0 BASICSCADA FUNCTIONS.....................................................................................5.0 ADDITIONALSCADA APPLICATIONS SOFTWARE REQUIREMENTS........................................................6.0 PERFORMANCEREQUIREMENTS....... .......................................................................7.0 REMOTETERMINAL UNIT REQUIREMENTS...................................................... .................... 8.0 PROJECTIMPLEMENTATION DETERMINATIONS......................................................................9.0 C, SECTION 1.0 TERMS AND CONDITIONS 1.0 TERMS AND CONDITIONS 1.1 DEFINITION OF TERMS 1.1.1 PURCHASER The Purchaser is the CITY OF LUBBOCK Address of Business is P.O. Box 2000 Lubbock, Texas 79457 1.1.2 SPECIFICATIONS The Specifications are the Purchaser's general and specific conditions, requirements, definitions, and specifications as contained in this document and in its appendices and addenda, if any. 1.1.3 PROPOSER The Proposer is a manufacturer or system Vendor, or his agent or representative, who submits a proposal for the Work described in the Specifications. 1.1.4 CONTRACT The Contract consists of the Purchaser's formal Purchase Order, the Work Statement to be prepared prior to contract award, all documents referenced in the Work Statement, such as the Specifications and any other document made a part of the Contract. 1.1.5 CONTRACTOR The Contractor is the successful Proposer with whom the Purchaser has entered into the Contract. The Contractor is an independent contractor and not an agent or employee of Purchaser, and nothing contained in the Contract should be construed as inconsistent with that status. 1.1.6 WORK The Work includes all hardware, software, documentation, apparatus, equipment, material, supplies, methods, algorithms, labor, services and transportation or other facilities as may be required to complete the Contract and all extra orders, if any. Ef 1.2 INTERPRETATION OF CONTRACT The Purchaser's Project Manager, Brent A. Heath, P.E. is authorized on behalf of :the Purchaser to interpret the Contract. In the event that conflicts cannot be resolved between the Purchaser and the Contractor before final acceptance, then the dispute will be resolved by binding arbitration under the rules of the American Arbitration Association. All undisputed responsibilities on the part of both parties will continue during the arbitration proceedings. The City of Lubbock reserves the right to reject any or all line items of the proposal. All pricing must be quoted by individual detailed line item including service contracts. 1.3 FINAL ACCEPTANCE Whenever, as determined by the Purchaser, the Contractor has fulfilled all of its obligations under the Contract, then the Purchaser will in writing, so notify the Contractor. Such notice will constitute Final Acceptance. 1.4 REFERENCE Any standard specifications referred to in the Contract, in the successful Vendor's proposal, or in a manufacturer's specification subsequently approved by Purchaser will form a part of the Contract. 1.5 MATERIALS AND WORKMANSHIP Materials will be suitable for the -Work, new, unused, and the best of their respective kind; and manufactured, fabricated, assembled, and finished with workmanship of the highest quality and in accordance with the best recognized practice. 1.6 WARRANTY The Contractor warrants that all of the Work, specifically including but not limited to software and hardware of the system, furnished by it under the Contract, will be of good workmanship and quality, free from defects in design, workmanship, and materials, and fit for the purpose for which it is intended. The Contractor warrants that all of the Work will fully meet any and all requirements prescribed in the Contract, and in all design documents subsequently approved by the Purchaser, for a period of twelve (12) months from the date of Final Acceptance as defined in Section 1.17 herein, and agrees, promptly and at his own expense, to remedy or replace in conformity with the Contract, any part of the Work which during the period of twelve (12) months from Final Acceptance proves defective or otherwise unsuitable for the purposes contemplated by the Contract. 3 r The Contractor will warrant that the Purchaser will have title or irrevocable license to all system software including but not limited to r. operating system, diagnostics, and compilers. 1.7 TERMINATION r.. 1.7.1 TERMINATION FOR CAUSE The Purchaser reserves the right, without any liability to the Contractor, to terminate all or any part of the Contract in the event of the happening of any of the following: a. Insolvency of the Contractor, the filing of voluntary petition in bankruptcy by the Contractor, the filing of an involuntary �. petition to have the Contractor declared bankrupt, the appointment of a receiver or trustee for the Contractor, the !' execution by the Contractor of an assignment for the benefit of creditors; ;i b. Breach by the Contractor of any of the terms or provisions of the Contract, including delays in completion and breach of any warranty of the Contractor. Upon any such termination, and for the purpose of completing the Work, Purchaser may (without limiting any rights which Purchaser may otherwise possess) take possession of the unfinished Work and may employ any other person, firm or corporation to finish or replace the Work in its entirety, or may relet the -same! by contract, or otherwise finish or replace the Work in its entirety by whatever method the Purchaser deems expedient and necessary. In case of any such termination of the Contract, the Contractor will not be entitled to receive any further payment f until the Work is wholly finished or replaced, at which time if the unpaid balance of the amount agreed to be paid to the Contractor under the Contract should exceed all the expenses incurred by the Purchaser in finishing or replacing the Work, such excess will be paid by the Purchaser to .the Contractor or its legal representatives. 1.7.2 TERMINATION WITHOUT CAUSE In addition to the foregoing, the Contract is subject to termination without cause at any time at the election of the Purchaser upon written notice to the Contractor; and upon such termination the Contractor will forthwith discontinue all Work and the incurring of any additional expenses relating to the Contract, except as may be directed by the Purchaser in such termination notice. Title to all material for which the Purchaser has paid the Contractor hereunder will vest in the Purchaser and such material may be disposed of as directed by the Purchaser. ^" The Purchaser will pay the Contractor for his expenses and a E' responsible profit based on the percentage of the work completed at the time of termination, but in no event will the total payment to the Contractor exceed the total contract price under the Contract. In the event the parties cannot agree on the compensation to be paid, the dispute will be resolved by binding arbitration under the rules of the American Arbitration Association. 4 7 1.8 LIMITATION OF LIABILITY The Contractor's total liability to the Purchaser for all claims of any kind by the Purchaser, whether based upon contract, tort (including negligence) or otherwise, for any loss or damage arising out of, connected with, or resulting from, the performance or breach of the Contract will in no case exceed the amount of the Contract price, including any price adjustment, of the system. The Contractor will be required to furnish and execute, a Payment and Performance Bond in the amount of the Total Contract. In no event, whether as a result of breach of contract, tort liability (including negligence) or otherwise, will the Contractor be completely liable to the Purchaser for losses or damages caused by reason of loss of use of the system, losses due to delay in operations, loss of revenue, loss of use of revenue, costs of capital, loss of anticipated profits, cost of replacement power, claims of customers related to electrical service, and other special, incidental, or consequential damages of.any nature resulting from the Contractor's timely performance under the Contract. 1.9 DELAYS .IN COMPLETION AND EXTENSION OF TIME Upon receipt of Contractor's written request, the Purchaser will grant a request by the Contractor for additional time to complete the Work required under the Contract, if in the Purchaser's opinion, the requested extension of time arises from unavoidable delay as defined below. No such extension will be allowed unless a claim therefore is presented in writing to the Purchaser within fifteen (15) calendar days of the commencement of such unavoidable delay. Unavoidable delays in the prosecution of the Work will include those delays and only those delays which may result from causes beyond the reasonable control of the Contractor and which he could not have avoided by the exercise of due care, prudence, foresight and diligence, such as acts of God, acts of civil or military authority, priorities established by civil or military authorities having jurisdiction, fires, floods, epidemics, quarantine restrictions, war, riot, delays in transportation, car shortages and inability due to causes beyond its responsible control to obtain necessary labor, materials or manufacturing facilities. In the event of any delay attributable to any of the foregoing causes, the date for performance of the work will be extended for a period equal to the time lost by reason of the delay, providing the Contractor has taken reasonable steps to proceed with the performance of the Contract. Reasonable loss of time resulting from the necessity of submitting documents to the Purchaser for approval or receiving drawings and information from the Purchaser will be taken into consideration by the Contractor in determining his price for and completion date for the Work, and hence will not constitute unavoidable delays within the meaning of the Contract. 1.10 CHANGES IN PLANS AND EXTRA WORK The Purchaser, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the Work, the Contract price being adjusted accordingly. All such Work will be executed under the conditions of the Contract except that any claim for extension of time caused thereby will be adjusted at the time of ordering such change. r :0 The Contractor will submit for approval a quotation covering any change !,,, made in the Work which affects the Contract price. Said quotation will be submitted promptly upon receipt of notification of the change. The Contractor must obtain from the Purchaser, or his authorized representative, written permission in advance, before performing any Work considered as extra and not included in the Contract price. 1.11 ASSIGNMENT OR SUBLEASE The Contractor will not assign, or sublet the Work or any part thereof without first obtaining the Purchaser's written approval. Such approval, if given, will not relieve the Contractor of the full responsibility for the fulfillment of all obligations under the Contract. Nothing herein should create any contract between any subcontractor and the Purchaser or any obligation on the part of the Purchaser to pay, or see to the payment of, any sums of any subcontractor of the Contractor. 1.12 INDEMNITY BY CONTRACTOR The Contractor will defend and indemnify and save the Purchaser and the employees of the Purchaser harmless from any and all claims, losses, damages, demands, suits, actions, payments, judgments, costs and expenses, including attorney's fees, arising or alleged to arise from personal injuries, including death, or damage to property, including the loss of use thereof, and resulting from, arising out of or in connection with the Work or alleged to result from or arise out of or in connection with the Work except for loss or damage arising out of the sole active negligence of the Purchaser, including, without limitation, all liability imposed by virtue of any law designed to protect persons employed at the Work site. 6 1.13 PATENTS The Contractor will pay all royalties and license fees which may be payable on account of the Work or any part thereof. He will at his own expense defend any claim brought by others against the Purchaser, his successors, assigns or those using the Work, because the sale or use of the Work infringes or is alleged to infringe directly or contributorily, rights in, to, or under patents, copyrights, proprietary rights or inventions and will save the Purchaser harmless from any liability or any nature of kind (including all costs or expenses) arising out of any such infringement or alleged infringement. The Contractor will reimburse the Purchaser for all costs and expenses including reasonable attorney's fees incurred by the Purchaser in defending any such suits or proceedings. In addition to the foregoing, the Contractor will save the Purchaser harmless against, and will pay all awards of damages assessed and all costs of suit adjudged against the Purchaser in such suits or proceedings provided the Purchaser gives the Contractor reasonable notice in writing of the institution of any such proceeding, permits him to defend it, and gives him all such information, assistance, and authority as will be necessary to enable him to do so. In case any part of the Work is held in any such suit to constitute infringement and its use is enjoined, the Contractor will within a reasonable time either; (1) secure the perpetual right to continue the use of such part of the Work, or (2) replace at Contractor's own expense such part of the Work with an adequate non -infringing part or modify it so that it becomes non -infringing. 1.14 COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS Contractor will at all times be solely responsible for complying with all applicable laws, ordinances and regulations in connection with the Work, including those relating to safety of all persons and property together with all requests and regulations of the Purchaser and the Purchaser's insurance carriers. Questions relative to the validity, construction, effect and enforcement of the Contract, and the obligations, rights and remedies of the parties thereunder will be governed by the Laws of the State of Texas. 1.15 SHIPMENT The Contractor will prepare and crate the shipment of all equipment and materials for the Work covered by the Contract in such a manner as to protect them from damage in transit, and will be responsible for and make good at its own expense any and all damage due to improper preparation. All hardware, including all control center and remote equipment, will be shipped in a padded furniture or electronic equipment van. All heavy crates or shipping containers will be equipped with skids to facilitate handling. Shipping containers will be used for all small parts. Parts of equipment for more than one site will not be shipped in one container. Work is sold F.O.B. destination point, freight prepaid, with the Contractor retaining responsibility and risk of loss or damage in transit. The Contractor will use its best efforts to repair and/or replace as soon as possible any lost or damaged shipment. All shipment and material to be furnished in accordance with the Contract will be delivered to the following address: 7 r SHIPPING ADDRESS: NAME: LUBBOCK POWER & LIGHT ADDRESS: P.O. Box 2000 600 Municipal Drive Lubbock, Texas 79457 ATTENTION: Brent A. Heath, P.E. TELEPHONE NUMBER: (806) 767 - 2584 1.16 TAXES All applicable Federal, state, local net or gross income or gross receipts taxes, and similar taxes other than sales or use taxes are deemed to be included in the Contract price, and the Purchaser will not reimburse the Contractor therefore, such taxes being the sole liability and obligation of the Contractor. The City of Lubbock qualifies for exemption provisions pursuant to Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. The contractor must obtain a limited sales, excise and use permit which shall enable the contractor to buy materials to be incorporated into the work without paying the tax at the time of purchase. 1.17 PAYMENTS No certifications given or payments made will be considered as conclusive evidence of the performance of the Contract, either wholly or in part, nor will any certificate or payment be construed as acceptance of any defective part of the Work. 1.17.1 PROGRESS PAYMENTS Progress payments may be made by the Purchaser. Proposers are *� requested to submit their standard progress payments schedule. Purchaser will not accept progress payments schedules for which a defined, measurable milestone is not readily identified. 1.18 TIME OF COMMENCEMENT, PROJECT MILESTONES, AND COMPLETION The Work shall commence, be executed, and completed in accordance with a schedule to be included in the Work Statement. Failure to comply with the t^ schedule in the Work Statement except as intended under Section 1.9 herein will constitute a breach of this agreement. i 1.19 NONWAIVER OF RIGHTS !1 No delay or omission by the Purchaser to exercise any right hereunder will be construed as a waiver of such right unless such waiver is in writing. No waiver by the Purchaser of any breach of the Contract on the part of the Contractor, will be construed as a waiver of any subsequent breach of i this agreement. � 8 i 1.20 EQUAL EMPLOYMENT OPPORTUNITY Non -Discrimination in Employment: The Contractor will comply with applicable laws, executive orders and regulations, concerning nondiscrimination in employment, including the Equal Opportunity clause of Section 202, Executive Order 11246, as amended, which is hereby incorporated herein by'reference. 1.21 CONDUCT OF FIELD PERSONNEL The Contractor's field personnel will conduct themselves in a manner that does not disrupt the Purchaser's operations, violate its rules concerning conduct on the premises, or engage in unsafe practices. The conduct of the Contractor's field personnel shall be judged solely by the Purchaser. If the conduct of the field personnel is determined to be inappropriate, the person may be requested to leave the Purchaser's premises. Contractor will not be entitled to additional compensation but shall be entitled to an extension of time of one week to replace such personnel. 1.22 INSPECTIONS The Purchaser and/or its agent must be allowed access to all of the Contractor's facilities to verify the reaching of milestones, the adherence to quality control practices, the performance of extra work (as with Change Orders), and the accuracy of progress reports. This access will be limited to working hours of weekdays. Inspections by the Purchaser's inspector will not relieve the Contractor from responsibility for furnishing materials, equipment and software to conform to the requirements of the Specification nor invalidate any claim which the Purchaser may make because of defective or unsatisfactory material or equipment. 1.23 VENDOR PROPRIETARY INFORMATION The City of Lubbock will make every effort to protect the proprietary information included in the vendor proposal. All such information shall be clearly identified, inventoried and labeled in order for the City of Lubbock to provide adequate protection. However, the City of Lubbock shall not be required to protect such information as has been or may be declared public information by the Texas Attorney General or any court of law. 1.24 PROPOSAL PREPARATION COSTS Each proposer shall submit one (1) original and seven (7) copies for this request for proposal for committee consideration. Issuance of this request for proposals (RFP) does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. Nor does the issuance of this RFP obligate the City of Lubbock to enter into contract for any services, equipment, or software. No labor, materials, facilities, or other obligations will be furnished by the City of Lubbock. All costs related to the preparation and submission of a proposal shall be paid by the vendor. The City of Lubbock reserves the right to select a subset of finalist proposals from all of those submitted without any obligation to provide any vendor oral or written justification or explanation about the choice of finalists. I ' 7 1.25 PROPOSAL EVALUATION V' Each proposal will be evaluated by an evaluation committee selected by the City of Lubbock in accordance with the following criteria: I. Responsiveness to the RFP and detailed proposal a W' and objectives -- 50 Points. po approach to meet goals II. Cost -- 20 Points. III. Proposer's qualifications, experience, references, committed personnel, and miscellaneous vendor information -- 20 Points. IV. Integrated Strategy for achievement of short term and long term objectives and risk management -- 10 Points. The City of Lubbock reserves the right to evaluate each portion of the response on a section by section basis as well as the entire response. The evaluation process may include, but is not limited to: - Detailed review of the proposal - Vendor oral presentations - Demonstration of proposed hardware, software, or relevant items - Site visitations including manufacturing facilities - Reference checks including existing users of vendor's equipment - Clarification of or additional requested information 1.26 REJECTION OF PROPOSALS The City of Lubbock expressly reserves the right to reject any or all proposals and waive any discrepancies or technicalities. 10 r RFP PROPOSAL DUAL MASTER - OPEN ARCHITECTURE SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM rPLACE: Norcross, GA DATE: 8 / 18 /93 7PROJECT NUMBER: City of Lubbock RFP #12668 Proposal of Advanced Control Systems (hereinafter called Bidder) 7,To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Gentlemen: IjJhe Bidder, in compliance with your Request For Proposal for a Dual Master, Open Architecture -Supervisory Control And Data Acquisition System, F�aving carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the proposed work, and being familiar with all of the conditions r. ounding the construction of the proposed project including the availability of materials and labor, hereby Iises to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, 'apecifications and contract documents, within the time set forth therein and at the price stated below. The price rto cover all expenses incurred in performing the work required under the contract documents. F Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 1 2 0— 1 8 Qonsecutive calendar days hereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay to 1wner as liquidated damages the sum of _50.00 ( ZERO Dollars) for each consecutive calendar day in excess of the time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of he contract documents. Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with instruction number 20 of the General Instructions to Bidders. FBidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. 7 The Bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days after the scheduled closing time for receiving bids. 7 The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined `'.he plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the 7ork on which he has bid; as provided in the contract documents. F Enclosed with this proposal is a Cashier's Check -or Certified Check for l Dollars (I ) or a Proposal Bond in the sum of Seventeen thousaII i e Dollars (I , ), r which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the owner and the undersigned fails to execute the necessary contract documents and the required bond E (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Advanced Control Systems PROPO r BY: Don G. Bergert (Seal if Bidder is a Corporation) ATTEST: Secretary v 7 17 7 AM C ADVANCED CONTROL SYSTEMS, INC. 2755 Northwoods Parkway, Norcross, Georgia 30071 P.O. Box 922548, Norcross, Georgia 30092-8346 Telephone: (404) 446-8854 Fax: (404) 448-0957 TO: CITY OF LUBBOCK 1625 - 13th St. Room L-04 Lubbock, TX 79401 ATTN: Ron Shuffield Senior Buyer - August 18, 1993 QUOTATION & DELIVERABLES LIST REFERENCE: RFP #12668 QUOTATION NO: ECO81293-2 TERMS: DUE UPON RECEIPT OF INVOICE F.O.B.: NORCROSS, GA DELIVERY: 60 - 90 DAYS ARO ITEM QTY DESCRIPTION PRICE TOTAL 1 1 HPM-9000 Master Station configured as follows: COMPUTER EQUIPMENT 2 HP-9000 Model 800/G30 Server - HP PA -RISC 48 MHz System Processor (SPU) with Floating Point Co -processor, Powerfail Recovery System, 32 megabytes of ECC memory, SCSI interface, 1.0 Gbyte internal disk, 2.0 Gbyte DDS Tape Unit, one (1) LAN/9000 Hub, one (1) HP- 700/92 monochrome CRT as a system console, and 16 asynchronous serial ports (configured to support a diagnostic port, peripheral switch, four (4) printers, one (1) dial -up access port, two (2) communications front-end processors (FEP) and one (1) hot standby FEP, three (3) remote ISC CRTs and three (3) spare serial ports available). BY: THIS QUOTA77ON CONTAINS PROPRIETARY INFORMATION 7 G ADVANCED CONTROL SYSTEMS QUOTATION Lubbock Power & Light ECO8I293-2 ITEM QTY DESCRIPTION PRICE TOTAL PRINTERS/LOGGERS 1 Epson Model FX-1050 Dot Matrix Printers MMI CONSOLES 3 HP-C2711A HP 700/RX X-Windows Terminals with 6 MB RAM, 19" high resolution (1280 x 1024) color monitor, enhanced keyboard, and 3- button mouse COMMUNICATIONS 1 HPM-9000 Communications Front -End Processor (FEP) with 4 communications ports equipped with 1200 baud digital modems FAULT TOLERANT EQUIPMENT 1 HPM-9000 Intelligent Peripheral Switch equipped with 16 ports MISCELLANEOUS HARDWARE 1 Lot - Computer cabinets, cables, and miscellaneous hardware for system integration ENGINEERING 1 Lot - Engineering, Manufacturing, Staging and FAT Labor 1 Lot - Spare parts for front end processor and peripheral switch THIS QUOTATION CONTAINS PROPRIETARY INFORMATION Page 2 G ADVANCED CONTROL SYSTEMS QUOTATION Lubbock Power & Light ECO81293-2 ITEM QTY DESCRIPTION PRICE TOTAL 1 Set System Documentation which includes HP and ACS System Operating Manuals 1 Lot - Software and Return to Factory Hardware System Warranty for one (1) year after acceptance SYSTEM TRAINING 1 Lot - HPM-9000 System Training provided at regularly scheduled schools at ACS' and Hewlett-Packard's facilities in Atlanta, GA as follows: Advanced Control Systems Courses: HPM-9000 Series Master Database and Display Editors Course for two students TOTAL HPM-9000 HARDWARE PRICE SOFTWARE LICENSES 2 1 Lot - Hewlett-Packard Software Licenses as follows: 2 - HP-B2436B HP-UX Version 9 2 - HP-39967A LAN/9000 with TCP/IP 2 - HP-B1030B ARPA/9000 Network Services 2 - HP-B1031B NFS/9000 Network File Services 2 - HP-B1168A X-Windows Software System V 11.0 1 - HP-132409A FORTRAN 77 Compiler $ 232,552 THIS QUOTA77ON CONTAINS PROPRIETARY INFORMATION Page 3 r G t ADVANCED CONTROL SYSTEMS QUOTATION Lubbock Power & Light EC081293-2 ITEM QTY DESCRIPTION PRICE TOTAL 3 1 Lot - ACS Software Licenses as follows: 2 - SB-900530 Advanced RDAC Operating System 2 - SB-900535 Redundant RDAC Operating System 2 - SB-900720 Command Interpreter 2 - SB-900770 Advanced Report Writer (Lotus 1-2-3) 2 - SB-900791 Full Graphics Package - System 5 - SB-900791 Full Graphics Package - Termin al License TOTAL HPM-9000 SOFTWARE PRICE SUBTOTAL HPM-9000 SYSTEM PRICE Existing Customer Discount and return of existing master station equipment TOTAL HPM-9000 SYSTEM PRICE 4 SOFTWARE OPTIONS 2 SB-900765 Data Trending Package $ 6,000 2 SB-900784 Generic Foreign Computer Link $ 6,000 (Serial) 2 SB-900830 Short Term Load Forecasting $ 24,000 2 SB-900835 Power Factor Control $ 18,000 1 PC Emulation Software for HPM-9000 $ 2,495 Schematic Series Graphics THIS QUOTATION CONTAINS PROPRIETARY INFORMATION E�:L•li[Q $ 322,362 $ <47,387> $ 274,975 Page 4 GG ADVANCED CONTROL SYSTEMS QUOTATION Lubbock Power & Light ECO81293-2 ITEM QTY DESCRIPTION PRICE TOTAL 2 SB-900796 Full Graphic (GIS) with Integraph $ 25,500 Map Integration HARDWARE OPTIONS 1 HPM-9000 Hot Standby FEP with 4 active ports $ 11,525 1 HP LaserJet printer, cable, software and $ 5,500 configuration testing 5 OPTION: Replace G30 servers quoted in item $ < 80,285 > 1 above with dual 715/33 workstation and one X-terminal as follows: 2 HP 9000 Model 715/33 Workstations, 32 Mbytes of ECC memory, SCSI interface, 1.0 Gbyte internal disk, 2.0 Gbyte DDS tape, one (1) LAN/9000, 16 serial ports (confgiured to support a diagnostic port, peripheral switch, four (4) printers, one (1) dial -up access port, two (2) communications front-end processors (FEPs), and one (1) hot standby FEP, three (3) remote ISC CRTs and three (3) spare serial ports available) THIS QUOTATION CONTAINS PROPRIETARY INFORMATION Page 5 G ADVANCED CONTROL SYSTEMS QUOTATION Lubbock Power & Light ECO81293-2 ITEM QTY DESCRIPTION PRICE TOTAL communications front-end processors (FEPs), and one (1) hot standby FEP, three (3) remote ISC CRTs and three (3) spare serial ports available) TERMS OF PAYMENT Advanced Control Systems respectfully proposes the following payment schedule that has been found to be mutually satisfactory to ACS and its customers for the type of equipment and services being proposed. ACS' standard payment schedule is as follows: 40% At time of contract 30% At time of system being staged for integration 20% At time of completion of Factory Acceptance Test 10% At time of acceptance (in service) or within 90 days from delivery, whichever occurs first, provided that any delay is through no fault of Advanced Control Systems, Inc. NOTE: ALL PURCHASE ORDERS SHOULD BE MAILED TO: SALES ADMINISTRATOR, P.O. BOX 922548, NORCROSS, GA 30092- 8346 THIS QUOTA77ON CONTAINS PROPRIETARY INFORMATION Page 6 r i UNITED PACIFIC INSURANCE COMPANY HEAD OFFiCF-: FEDERAL WAY, WASHINGTON BID BOND KNOW ALL MEN BY THESE PRESENTS. That, we, ADVAN= CONTROL SYSTEMS, INC. , P.O. BCC 922548, NORCROSS, GECRGIA 30092-8346 as Principal, hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of r Federal Way, Washington, a corporation duly organized under the laws of the State of Washington, as t Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF LLEBOCK, 'TEXAS, MUNICIPAL BLDG., 1625 13TH STREET, ROCM L-04, LLBBOCK, TEXAS 79401 as Obligee, hereinafter called the Obligee, in the sum of SEVENTEEN THOUSAND FIVE HUNDRED DOLLARS A NO/100----- ----- — ------- -------- —---- - ----_---------- _-- ----- —___.---- —__($--17,500.00---.------), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for DUAL MASTER -OPEN ARCHITECTURE-SCADA SYSTEM, TEXAS RFP# 12668 NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified In the bid, enter into a contract in writing and give bond with good and sufficient i surety, or, in the event of the failure of the Principal to enter into such Contract and give such bond or bonds; if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect PROVIDED that obligee's acceptance of Principal's bid and this bid bond shall constitute approval of Performance Bond Form BDU 2888, attached hereto, for use in connection with the contract Signed and sealed this 19th day of August _ , 19 93 MY C13MMISSION EXPIRES APRIL 1,1995 r 7 ADVA= CONTROL SYSTEMS, INC. (Principa (Seal) C ilia) UNITED PACIFIC INSURANCE COMPANY Colleen A. Vincen� W�,qttom -in-Fact; d BOU-28M 5/91 4 UNITED PACIFIC INSURANCE COMPANY I HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA r� a POWER OF ATTORNEY I' -,NOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the state of Pennsylvania, does hereby make, constitute and appoint Jim D. Cherry, Jr., Pamela Maria Chastain, Colleen A. Vincent, Edward T. Ward., Individually, of Atlanta, Georgia, its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of suretyship and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)-ir4act may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which q became effective September 7, 1978. which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys) -in -Feet and to i authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney(s)-in-Fact at any time and revoke the power and authority given to them. r 2. Attorney(s)-in•Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to j execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature therecf. r^ 3. Attorneys) -in -Feet shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of R indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the c , Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the Sth day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached.' IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice President and its corporate seal to be hereto affixed, this 10 day of May, 1993 4 I UNITED PACIFIC INSURANCE COMPANY �s SEgt, Assistant Vice President STATE OF Pennsylvania COUNTY OF Philadelphia #ss. b On this 10 day of May, 1993 personally appeared F. M. Schwsit to me known to be the Assistant Vice President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seat of said corporation thereto, and that Article VII, Section 1, 2, and 3 of the By -Laws of said Company,and the Resolution, set forth therein, are still in full force. NOTARIAL slliu EVACLENCIA, WORTHAM. Nolsry PAft of Philadelphia. Phil& Coy" mrri-- cn_ a Jda•_ ti. 1949 Notary Public in and for State of Pennsylvania Residing at Philadelphia I, Anha Zippert, Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is n true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force arx± affect. 1 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 19th day of Auc.Mt '.3 ? r= �vr�htnuruiiry���� 11 SEAL Secretary 6. BOU-1431 Ed. 3/93 P 7 p 17 '.1 t. G CERTIFICATE OF INSURANCE isJ �.9 t . e 7i; I 'I d ! f i n 29 :.:;:J•+:+i:+•v?nxIS•:S:>+U:+E DATE (rM.+Lrh ^:;r / ....... •;i�w`{i�'i{e•..{s::.;c,•K::•s'}:i:o'}W:.ru —... ::::.�.,:.;.X+ :,.+.-+: +++. .: . ..:.-:.�-._... E*A`• :r�r^,fi:J,'f.•',:•; !'?•;Y{{{.{ri.1:,:'..»� {�iF{i:tt?fro.f•Y.•F;•:.:•};.::xi.}qH.<}.:g: ..•j$..�'F..+{r}:.•Y:4tia.:rYH:..} .•,{��N:•i}, :H:%.•+f{+',.f!�,;tia.,,Y{fi,.}' X r}X+;+:,:::f{.: .v.IFICA ��w' ......... i`r}i•4• w}.{ lo �, 1► ��� �1 S ERTT yF{•niY+j;,i}J{.;.::�!}C.i i:w.v..%¢?:�r:'t{S:i.;::. :Cfi.i.}4l.:: O::}Ar } ...{......{.;;+...w{::{,v,:•'},.;:•..:f;:::?:?L?.r4{:%.v+J.ii+ii:Xi?}}}w}n'i':'».i:: :iv+:.y:: }:i;i • 06/07/93 .:: }ij:C-:.}} ?:»i}R>:%tiv�•}<}}Yl ::'o}}:oX .; ,�.•. ,:•:w:}:;.,�.+��::}:}:.,•:.,.}}X-Xi•}..{.;:�•>>:::z::{:>:?;:: }}}S:?+C-}:'."'`v'::�� isisX/rii}:•}r.{•}k?.Y..:�,'.�"'T:C:ff.::M:j;^fM.'FtF.....:i{i�}:•.R.. r.+ij::i{::{.. •}}JC?iii?{..... THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE NAHRY Z HESTOH, INC. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE P. 0. BOX 49607 POLICIES BELOW. �j '4TLAHTA GA 30359 COMPANIES AFFORDING COVERAGE 14-939-3231 : ADVANCED CONTROL SYSTEMS, INC. P.O. BOX 9725M NORCROSS GA 30092-8346 LLERmEEp" A ST. PAUL FIRE i CASUALTY COMPAIN LETTER B ST. PAUL FIRE L KMUHE COMPANY C i crsa COMPANY 0 LEM COMpm r LE—E TTER )VERAGES 77 IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW PAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TFP POLICY FERICO 0, :ATED, NOTWITHSTANCING ANY RECUREMENT, TERM OR CONDITION CF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHCH THS C nFiCATE MAY BE ISSUED OR MAY PERTAIN, THE WSUAANCE AFFOROED BY THE POLICIES DESCRIBED 140EIN IS SUI;ECT TO ALL TFf TERMS, EXCLLISJCNS AND CONDITIONS OF SUCH PCUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER = POLICY EFFECTIVE POLICY EXPIRATION LIMITS BATE (MWOCrYY) OATS (MMoWYY) d..EmLLABIUTY a GE.YERALAGGREGATE s ................... ........ .................. .... e X CCMMERLtAL GENERAL UAaillTY PRODUCTS-CCMP.OP AGG. s X OCCUR YOw^ ----- CLAIMS MADE 3... .. >............ »..................................... ; PERSONAL i ACV. WURY s ..: "' a TE06801Z64 i 07/01/93 .........._........... 07/01/94 '""""""""""' • CWNERS t CONTRACTOR'! PROT. EACH OCCURAE'CE s: y .. .». ...... ......_ i P.REDAMAGE onihs)...... _. ............................................. MED. EXPENSE Wry ons parson) s i AI MOBILE LIABILITY X, ANY AUTO '-WNED AUTOS ZDULEOAUTOS HIREDAUT03 7E06801264 X NON -OWNED AUTOS 6ARJAGE LUABRM «EXCESS LIABILITY UMBRELLA FOIIu TE06801264 MM IVAN UMBRELLA FORM WORIGEWS COMPENSATION ArND WYA6802476 EMPLOTERS'LIABILITY OTHER 1171HUS PERSONAL PROPERTY TE06801264 CRAP N OF OPERATIONSUCATIONSNENICLESISPECIAL ITEMS ASE 126406000 VANGUARD FINANCIAL SERVICE CORP. IS A ISS PAYEE AND ADDITIONAL INSURED AS THEIR INTEREST MAY �P�• _ RTaI ICATE HOLDER .an COMBINED SINGLE I i LIMIT ... ... c ICLILYWURY ,• �r prsm) 07/01/93 07/01/94 %........................ sCOILY WURY s �r ueksrs) PROPERTYDAMAGE s EACH OCCURRENCE i s 07/01/93 07/01/94 .............................................:.... AGGREGATE € s ........................................... .}..., swuTORY LLNITS ... .................... ` ��AcaccyT s 07/01/93 07/01/94 y ................ ;.. E CISEASE-PCLICYLIMIT ; s ............................._...........>.- 3 DISEASE -EACH EWPLOYEE I I $4,000,000 LIMIT 07/02/93 07/01/94 $1,000 DEDUCTIBLE € ALL RISK CANCELLATION SHOULD ANY OF TFE ABOVE DESCRIBED POLICIES BE CANCELLED BEFCRE TFF EXPIRATION DATE TrEE ECF, TFE ISSUNG COMPANY WILL DCaVCR TO MAIL 10 OAYS WRIT{ EN NOTICE TO THE CERTIFICATE HCLOER NAMED TO TF9E LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO CBUGATICN OR UABlUW OF ANY IOM1U UPON THE COMPANY, ITS AGENTS OR REFRESENTATNES. AUTHORIZED REPRESENTA?U , �-:')IL1,.? , 2,000,000 • 2.000,000 .. 1,000,000 1,000,000 50,000 5,000 2,000,000 1 i 000,000 000,000 100,000 500.000 200.000 I i i Contractor's Insurance The Contractor shall procure and carry at his sole cost and expense through r the life of this contract, insurance protection as hereinafter specified. Such insurance shall be'carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a nsubcontractor, or separate policies shall be provided covering the operation of each subcontractor. A. Comprehensive General Liability Insurance The contractor shall have Comprehensive General Liability Insurance with limits of $500,OOO Bodily Injury and $500,000 Property Damage per occurrence. The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement doing so is to be attached to the Certificate of Insurance. B. Owner's Protective or Contingent Public Liability Insurance and PropertyDamage Liability Insurance The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City of Lubbock as insured and the amount of such policy shall be as follows: For bodily injuries, including accidental death, and for Property Damage, $500,000 Combined Single Limit. C. Comprehensive Automobile Liability Insurance The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than: Bodily Injury/Property Damage $500,000 Combined Single Limit Property Damage $100,000 to include all owned and non -owned cars including: Employers Non - ownership Liability Hired and Non -owned Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the endorsement doing so is to be attached to the Certificate of Insurance. D. Worker's Compensation and Employers Liability As required by State statute covering all employees whether employed by the Contractor or any Subcontractors on the job with Employers Liability of at least $500,000 limit. E. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth. (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be cancelled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. m L---� i 7 CONTRACT STATE OF TEXAS i L - COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 9th day of Reember by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through David R Langston, Mayor, thereunto authorized to do so, hereinafter referred to as OWNER, and Advanced Control Systems of the City of Norcross County of,q��d the State of Georgia, hereinafter r termed CONTRACTOR WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: BID #12668 - DUAL MASTER - OPEN ARCHITECTURE - SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM FOR $277,470.00 and all extra work in connection therewith, underthe terms as stated in the contract documents and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction in accordance with the contract documents as defined in the General Condition of Agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. PM The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the parties to these presents year and day fast above written. ATTEST: n 4� 1 �&7' a r i4L F Secretary V APPROVED AS TO CONTENT: APPROVED . FORM. ATTEST: By: TITLE: � P � co r T' 0 -S ?K(J rA g- :xas in the VvrFviiur avulz uiy UY COMMISSION EXPIRE�APRI 995 l li I' k� CURRENT WAGE DETERMINATIONS 9 P+I k� J 1, d 1 7; f { 54 7 Resolution #2502 January 8, 1987 Agenda Item #18 DGV:da RESOLUTION WHEREAS, the City Council has heretofore established the general prevailing rate of per diem wages for each craft or type of workmen or mechanics needed to execute public works contracts for the City of Lubbock in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and WHEREAS, such wage rates were established by Resolution No. 719 enacted February 12, 1981, updated by Resolution No. 1590 enacted February 23, 1984; and WHEREAS, such rates need to be updated at the present time in order to reflect the current prevailing rate of per diem wages; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the general prevailing rate of per diem wages for public works contracts shall be as set forth in the following named exhibits, which exhibits shall be attached hereto and made a part hereof for all intents and purposes: Exhibit 'A: Building Construction Trades Exhibit B: Paving and Highway Construction Trades Exhibit C: Electrical Trades Exhibit D: Overtime Rate Exhibit E: Weekend and Holiday Rate Such wage rates are hereby found and declared to be the general prevailing rate of per diem wages in all localities where public works are undertaken on behalf of the City of Lubbock and such wage rates shall be included in all public works contracts as provided by law. 'Passed by the City Council this 8th day of January , 1987. r Ranettd\..Boyd, City Secretary APPROVED T ONTENT: 4h� Bi 1 P yne, O rector of Building Services B.C. McMINN, MAYOR APPROVED AS TO FORM: l Donald G. Vandiver, First Assistant City Attorney EXHIBIT A City of Lubbock Building Construction Trades Prevailing Rates Craft Hourly Rate - Acoustical Ceiling Installer $11.60 _ Air Conditioner Installer 8.35 Air Conditioner Installer -Helper 5.50 Bricklayer 10.50 Bricklayer -Helper 5.00 — Carpenter 11.00 Carpenter -Helper 5.50 Cement Finisher 7.35 _ Drywall Hanger 8.70 Electrician 10.50 Electrician -Helper 5.25 Equipment Operator - Heavy 8.00 Light 5.70 Floor Installer 8.00 - Glazier 7.50 Insulator, Piping/Boiler 9.50- Insulator-Helper 5.00 _ Iron Worker 7.30 Laborer, General 4.75 Mortar Mixer 5.60 Painter 8.75 — Plumber 9.25 Plumber -Helper 6.00 Roofer 7.65 - Roofer -Helper _ 4.75 Sheet Metal Worker 8.75 Sheet Metal Worker -Helper 5.50 Welder - Certified 8.00 EXHIBIT B - Paving and Highway Construction Prevailing Wage Rates Craft Hourly Rate Asphalt Heaterman $5.25 Asphalt Shoveler 4.75 Concrete Finisher 7.35 Concrete Finisher -Helper 4.75 Electrician 10.50 Flagger 4.75 Form Setter 6.50 Form Setter -Helper 5.50 Laborer, General 4.75 Laborer, Utility 5.80 Mechanic 6.50 Mechanic -Helper 6.00 POWER EQUIPMENT OPERATORS Asphalt Paving Machine 6.00 Bulldozer 5.25 Concrete Paving Machinist 6.50 Front End Loader 5.85 Heavy Equipment Operator 6.40 Light Equipment Operator 6.40 Motor Grade Operator 8.00 Roller 5.25 Scraper 5.25 Tractor 5.50 Truck Driver - Light 5.25 Heavy 5.25 r . EXHIBIT C Electric Construction Trades Prevailing Wage Rates Craft Hourly Rate Power Line Foreman $11.00 Lineman Journeyman 10.45 Lineman Apprentice Series 8.90 Groundman Series 7.25 EXHIBIT D Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) is 1 1/2 times base rate. EXHIBIT E Prevailing Wage Rates Weekend and Holiday Rate The rate for weekend and holiday is 1 1/2 times base rate. r 7 i r i, r SPECIFICATIONS d' 11 i /r1 i t s i k n •- 56 7 SECTION 2.0 SYSTEM OVERVIEW Lubbock Power and Light (LP&L) is a municipal electric power company that is operated in Lubbock, Texas. It is the intent of LP&L to purchase, install and utilize Supervisory Control and Data Acquisition Master redundant units that will interface directly with our present Remote Terminal Units (RTU's). Our existing RTU's are located at each of our substations which are distributed across Lubbock. An overview of LP&L's operation is to be defined and further explained in the following outline. A: Lubbock Power and Light is a municipal electric power company that is located in a city with a population of approximately 200,000 people. Lubbock is a little bit unique in that the majority of the city is served by two r" different power companies: LP&L and SPS (Southwestern Public Service). Presently LP&L serves approximately 58% of the total electric customers. LP&L owns and operates nineteen different substations. Defined as: 1. Avenue A 12Kv to 4Kv 2. Brandon Generation, 69Kv to 12Kv 3. Brown 12Kv to 4Kv Flo 4. Chalker 69Kv to 12Kv 5. Co-op 69Kv to 12Kv 6. Erskine 69Kv to 12Kv 7. Holly Generation, 230Kv to 69Kv (East Intertie w/SPS) S. McCullough 69Kv to 12Kv 9. McKenzie Generation, 69Kv to 12Kv, 12Kv to 4Kv 10. McDonald 230Kv to 69Kv (West Intertie w/SPS), 69Kv to 12Kv 11. Nineteenth 12Kv to 4Kv �+ 12. Northeast 69Kv to 12Kv 13. Overton 12Kv to 4Kv 14. Avenue Q 12Kv to 4Kv 15. Slaton 69Kv to 12Kv �* 16. South 69Kv to 12Kv 17. Texas 12Kv to 4Kv is. Vicksburg 69Kv to 12Kv 19. Avenue X 12Kv to 4Kv r LP&L is in the process of phasing out our 12Kv to 4Kv substations probably within the next five years. r+ LP&L has one Operations Center where the Master SCADA units and two VDU's (Video Display Units) are in use. One VDU is used primarily for programming changes and the other VDU is used primarily for daily operations and for use by our 24-Hour dispatchers. Our Holly Generation Plant has one VDU that it uses to watch the �. system and generation loads and load split on the electrical system and to use for scheduled logging reports as they gather data. Presently our Brandon Generation Station does not have a VDU; however, one is desired for rapid load and system information. 11 Our Engineering Department, which is located in a separate facility, does not have direct access to a VDU but one is desired for future installation. B: LP&L's system operation is monitored by both a 24-Hour dispatcher located at the Operations Center, and by at least one generation production employee at two different power plants located across town from each other. The Operations Center dispatcher is also in charge of all service calls and will alert the necessary personnel in the event of an emergency as well as during routine work orders. All system switching is performed by the Substation Department which is also in charge of installing and maintaining all RTU and Master SCADA communication links. C: LP&L requires Two separate but connectable Master (Server Processing Units) SPU's that will be powered by an (Uninterruptable Power System) UPS system at the Operations Center and will be the central point that will link all LP&L substations, generation plants and Interties with SPS. One fully graphic VDU is to be located in the programming room adjacent to the Master. Two fully graphic VDU's are to be located in the dispatch area. One for all switching requests located in the present location and One adjacent,to the dispatcher position for easier viewing and alarm acknowledgment. One fully graphic VDU is to be located at Holly at its present location and a VDU is to be installed at Brandon Station. LP&L presently has an Epson FX-1050 event printer located in the dispatch area that is to remain and has an Epson FX-86e report logging printer that is located adjacent to the Master SCADA and it is to be replaced with another new Epson FX- 1050 printer. D: LP&L will be constantly updating and revising all substation files to accommodate new equipment and improve readability and comprehension; therefore, a Programming console is required for each Master unit. E:, LP&L presently uses 4-wire data circuits provided by Southwestern Bell Telephone Company to transfer all of our data between each site. LP&L uses four different four -wire data circuits with two of them having multiplexed legs or branches on an individual circuit. Presently, the maximum number of sites multiplexed on an individual data circuit is ten. LP&L is presently evaluating the possibility of splitting up all eighteen substations onto eighteen different circuits coming into the Master either by utilizing additional telephone circuits or by installing fiber optic cables and linking each site separately. Radio communication links are also being studied. F: LP&L does not have any immediate plans to add any further substations; however, this is subject to change at any time. G Presently Automatic Generation Control (AGC) is not desired by our production group; however, the possibility of adding it in the future is desired. Load Flow and Short Circuit analysis by using real time analog data and system configuration is a highly desired feature that can be utilized to check on load shifts due to switching prior to actually switching. 12 H: LP&L does not have any immediate plans to implement residential load management techniques. I: LP&L presently has an Intergraph GIS system that operates in a proprietary Unix operating environment (CLIX). An interface between these two different systems to view and exchange information and maps is required. J: Remote Metering through the SCADA is being done at all substations with the analog values and transducer values but not for billing uses; although, the production group at Holly does manually record the Intertie loads every hour to verify the information that SPS bills us from their meter readings. 13 SECTION 3.0 MASTER HARDWARE REQUIREMENTS 3.0 DISTRIBUTION MANAGEMENT SYSTEM HARDWARE REQUIREMENTS The nature of the Distribution Management Systems (DMS) is that it will continue to grow over time, adding new functionality and expanding the size and scope of functionality. This will place continual demands on the system. to support larger memory subsystems and higher performance. The system proposed for the DMS must be based on hardware that offers very good expansion and upgrade options. In addition, these options should be readily available today to provide a level of confidence that the architecture will truly provide these features when they are required. It is a requirement that the intent of these specifications be met by the proposed system, and additional credit will be given to systems that judiciously attempt to exceed these requirements where the vendor believes there is value. The goal is to purchase a system that is the best long term value. References to the products of specific manufacturers are intended only to establish standards of quality, durability, and design and should not be construed as limiting alternatives, unless explicitly so stated. Products of other manufacturers will be acceptable provided such products are equivalent to that specified. 3.1 COMPUTERS AND PERIPHERALS An "Open -System" architecture using commonly available server and workstation technology is required. All computer, computer memory, I/O hardware, disk drives, workstations, and peripheral devices provided will be from a standard line of equipment manufactured and supported by one nationally recognized computer system supplier (i.e., Hewlett-Packard, IBM, Sun, DEC, etc.). Computer systems that do not meet this requirement will be rejected. The desired DMS architecture requires two (2) Master Station computers configured in a fully redundant manner and supporting a server architecture. The server architecture is required to support multiple networks, support large disk and RAM subsystems, and to provide high I/O throughput. Additional servers or workstations will be added to the system to support or offload applications, however, there must not be a single point of failure in the architecture where the failure of one computer would impact any system functionality. All functionality must be supported either redundantly or on multiple nodes. State-of-the-art, Reduced Instruction Set Computer (RISC) technology is desired. Redundancy is required to provide the highest availability for the DMS, which is considered a "mission critical" computer system. 14 3.1.1 CENTRAL PROCESSING UNIT (CPU) - MASTER STATION SERVERS The system's Master Station servers will consist of two identical computers (or sets of computers) with each totally capable of performing all system real-time functions. MASTER STATION SERVER MINIMUM CPU REOUIRE14ENTS a. 32-bit processor with minimum performance of 50 million - instructions -per -second (MIPS). b. Floating point co -processor with a minimum performance of 8 million floating point operations per second (MFLOPS). C. Internal bus structure using at least a 64 bit bus. d. High speed cache memory with at least 256 Kbytes provided. e. Automatic hardware priority interrupt structure. f. Power failure protection for RAM and automatic restart capability. g- Real-time clock(s) with battery backup. h. Hardware bootstrap loader. i. Memory error correction for single bit errors and detection for double bit errors. J. I/O will be supported using direct memory access (DMA). k. Minimum I/O throughput of 20 Mbytes/second. 3.1.2 RANDOM ACCESS MEMORY Each Master Station server will have dedicated, error -correcting Random Access Memory (RAM). The server's RAM subsystem must be able to support as much as 300 Mbytes of RAM, with expansion to the maximum amount of RAM supported by simply adding more RAM cards/boards to the server. RAM expansion must not require any other additions to the server to support this RAM upgrade path. If additional hardware, is required to meet this expansion, it must be included in the initial offering. The vendor will calculate the amount of RAM needed to meet the required performance specifications, and is then to provide at least twice the calculated amount of RAM to support future growth. The following requirements are to be used as minimum requirements. The vendor must provided a system that will meet the required functionality and performance. MINIMUM RAM REQUIREMENTS: 1. A minimum of 32 Mbytes of RAM is required on each of the Master Station Server CPUs. 2. A minimum of 256 Kbytes of cache RAM is required on the CPU for performance enhancement. 3. Supplied RAM must be expandable to at least 300 Mbytes, in modular increments of 8 or 16 mbytes. 4. Memory error correction for single bit errors and error detection for double bit errors. 15 3.1.3 DISK DRIVES Each Master Station must have its own dedicated disk drive. The disk drives must be sealed similar to Winchester disk Technology designed to support "mission critical" applications. Removable cartridge type permanent mass storage units are not acceptable. Each mass memory unit will have memory -write protection, parity generation and error checking as a minimum. Device errors must be reported by the hardware for software action. The disks must be of a design type that will protect all data during momentary and sustained power failures. The size of each mass memory device will be determined by the vendor so as to satisfy the requirements of these specifications (ultimate configuration). The vendor must also provide an additional 100% of extra disk space beyond what is required to meet the ultimate system requirements for future expansion. MINIMUM DISK REQUIREMENTS PER SERVER: �.. 1. 1.0 GBytes capacity. 2. Average access time less than 14 milliseconds 3. Average latency time less than 9 milliseconds 4. Average data transfer rate (burst) in excess of 2 Mbytes per �., second 5. SCSI-2 controller interface L 6. Mean Time Between Failure (MTBF) of 150,000 hours or higher. L., 3.1.4 DISK BACKUP A disk backup subsystem is required and must support system recovery L., after disk maintenance, archiving data, and loading new software or software updates to the disk subsystem. The disk backup subsystem must be available over the network to backup or update any disk on the including those in system, used other computers. At a minimum, the Purchaser must have the ability to store copies of Flo the computer operating system, all applications, and Purchaser's database on high speed input media. The preferred backup media is E; digital magnetic tape (DAT) or rewritable optical disk. Paper tapes, magnetic cards, reel to reel magnetic (tapes and floppy PM diskettes will not be acceptable. MINIMUM TAPE REQUIREMENTS PER SERVER: 1. 2.0 GBytes capacity 2. Average data transfer rate (burst) in excess of 180 Kbytes per second a 3. SCSI-2 controller interface 16 MINIMUM OPTICAL DISK REQUIREMENTS PER SERVER: 1. 600 MBytes capacity . 2. ' Capable of a maximum read transfer rate 1 Mbytes per second 3. Capable of a maximum write transfer rate 500 Kbytes per second 4. Access time of less than �5 milliseconds 5. SCSI-2 controller interface 3.1.5 DIAGNOSTIC AND MAINTENANCE TERMINAL Vendors will provide a CRT .terminal with each Master Station Server for maintenance and diagnostic purposes. The CRT must be directly connected to the Server and not LAN based so that they can be used as diagnostic terminals during a LAN failure. These,CRTs must have full access to the computer supplier's operating system, text editors, compilers, and diagnostic software. 3.1.6 LOCAL AREA NETWORKS Standard Local Area Network (LAN) technology The Master Station architecture must support two (2) Local Area Networks (LANs) exclusively for the Graphical User Interface (GUI) and LAN based printers. The requirement for dedicated GUI LANs is to insure that adequate I/O throughput is always'available for the GUI. If the Vendor interfaces to Front End Processors or RTU servers via a LAN the Vendor must provide a third LAN dedicated to this function. At no time should the Front End Processor or RTU server LAN support other non -real-time communications. Connections to all external "non-SCADA" systems, may utilize an additional LAN provided by the vendor. 3.1.7 SYSTEM REDUNDANCY System availability is critical to operations, therefore, Vendors must propose system configurations which provide for 100% redundancy. The architecture will provide full system performance as specified in Section 7 upon failure of any single computer, computer subsystem or peripheral without any system degradation. Distributed architectures that spread applications out over multiple servers, but do not provide redundancy are not acceptable. 3.1.7.1 SERVER TO SERVER COMMUNICATIONS The Vendor will provide an architecture that allows transfer of information between redundant servers. The architecture must support the ability to update the real-time database on the standby server so that no data is lost on failover. The data that must be updated includes RTU scan data, all operator entered values such as limit changes and device tags, historical data files, alarm lists, and any database or display changes. During normal operation, the on-line server will update the standby server continuously such that the two servers contain the same data with less than 2 seconds latency. Under no circumstances should the backup server lose any operator entered tags that have been acknowledged by the on-line system. 3.1.7.2 FAILOVER SWITCHING The system must be designed to automatically switch all peripherals, front end processors and GUI stations on failover. Switching for GUI stations and printers must also be controllable via interactive displays from the on-line server so that these devices can be switched to the backup 17 server if desired. If LAN based peripheral servers are used, they must be r configured redundantly so that the loss of the peripheral server or a LAN does not cause the loss of any of the peripherals. r" 3.2 OPERATOR'S GRAPHICAL USER INTERFACE EQUIPMENT The operator's GUI will be based upon the "Open Systems" architecture using "full graphics" color workstations and X-terminals for the GUI stations. To simplify long term support, the GUI stations must be manufactured by the same manufacturer of the Master Station Servers. The GUI workstations will be interfaced to the Master Station Servers via dedicated LANs using industry standard LAN technology. r The Operator's GUI equipment shall provide full compliance with X-windows, version 11 revision 5, and the OSF/MOTIF standards. All GUI stations must ( come equipped with standard keyboards, a mouse or trackball and an integrated audible alarm. The Vendor must support workstations and X- �•. terminals as interchangeable GUI stations to provide the highest level of flexibility. 3.2.1 WORKSTATION GUI The number of required GUI workstations is listed in Section 2. MINIMUM REQUIREMENTS FOR WORKSTATIONS 1. 600,000 2D/3D vectors per second 2. RISC processor with 40 MIPS and 8 MFLOPS 3. 16 Mbytes RAM 4. 500 Mbytes disk S. 32 bit LAN port 6. Option to add a second LAN card 7. Option to configure a workstation with 1, 2, 3 or 4 CRTs. 8. Option for 3.5" floppy, CD-ROM, or digital tape 18 3.2.2 X-TERMINAL GUI The number of required GUI X-terminals is listed in Section 2. MINIMUM REQUIREMENTS FOR X-TERMINALS 1. 90,000 Xstones per second 2. RISC processor 3. 10 Mbytes RAM 4. 32 bit LAN port - 5. RS-232 and parallel ports to support local printers 3.2.3 CRTS The CRTS must be high resolution (1280 X 1024), pixel addressable, support at least 2S6 colors, flicker free, and measure at least 19" diagonally.; CRT Monitors must be designed for 24-hour-a-day continuous operation and shall have switchable automatic degaussing circuitry and screen saver modes built into the monitor. All CRT Monitors must be identical and interchangeable. 3.3 EVENT LOGGERS The system must be configured with at least two event loggers. These event loggers should be designed for printing alarms and events as they occur. The loggers will be at least 260-character per second impact printers with vertical tabulation, form -feed, paper empty detection, 132 print columns, and RS-232C compatible interfaces. 3.4 LASERJET PRINTERS The system should also be configured with LaserJet printer to support report printing, and screen printing. A LAN connected LaserJet printer supporting 10 MBit/second throughput, providing at least 8 pages per minute printing, 600 pixel resolution, and including at least 8 Mbytes of RAM is required. 3.5 COLOR PRINTERS The system must be capable of being configured for a color printer to support printing color displays. A LAN connected color printer supporting 10 Mbit/second throughput, supporting a minimum of 256 colors, 300 pixel resolution, and including at least 8 Mbytes of RAM. 3.6 COMMUNICATIONS HARDWARE SYSTEM This section specifies the communications hardware comprising the data links and line -controller equipment required to support all computer system communications with remote terminal units (RTUs). In order to maximize system performance, separate communications processing, including line controllers, modems and power supplies are required. Using computer I/O cards to control all communications to the RTUs is unacceptable because of the increased load on the main computers. 19 f S G.. 3.6.1 GENERAL REQUIREMENTS Communications preprocessing equipment will be supplied to interface '.. the communication channels to the dispatch -computer system. Each communications preprocessor will be switchable to either CPU in order to satisfy,the failover requirements specified. Switching of communications preprocessor will be performed under computer program control; however, manual switching capabilities must also be provided. The communications preprocessors will perform all serial -to -parallel conversions, data frame synchronizing, polynomial error encoding, error detection, scheduling of data retrieval, exception polling, sequencing of communications, communications statistical analysis, and communications channel monitoring and control functions. The interface between the preprocessors and the CPU will be through I/O cards which use DMA for data transfer into and out of the computer. The system will be able to support multiple communications preprocessors with each being independently user configured as to baud rate, number of RTUs and type of communications (leased -line, radio, cable, fiber optic, etc.). The communications preprocessors will be powered independently to r" prevent loss of any of the communication functions due to the loss of a power supply. A redundant power supply configuration with automatic switching is an acceptable approach. Vendors shall r provide their specific design approaches. All software required to support the communications system will be provided by the Vendor. r 3.6.2 MODEMS The modems will be capable of sending and receiving 1200, 2400, 4800, 9600, 14400, and 19200 baud serial binary messages over two-wire/four- wire type 302 unconditioned channels. The modems jr� will use FSK modulation technique, be compatible with western Electric's Type 202D, and will meet or exceed the following minimum standards: 7 a. 600 ohm impedance (nominal) b. Transmit level adjustable from -14 to 0 dbm C. Receive sensitivity of -45 dbm with a dynamic range of 35 db d. Carrier detection in 5 milliseconds or less e. Indication of transmit and receive data. NOTE: As an option, 4800 baud digital interfaces including 25 pin connectors may be provided in lieu of modems. 20 3.6.3 COMMUNICATION LINE MULTIPLEXING EQUIPMENT If the Vendor's proposal provides more than one RTU per communication modem, then it will provide communication multiplexing equipment. This equipment will permit the Purchaser to connect multiple two-wire/four-wire communication circuits to the line controller modems without the need for bridging equipment. The communications multiplexing equipment will be design to prevent any one channel from disrupting communications on other channels even if an RTU modem should fail in the continuous transmit mode. Vendor supplied bridging equipment is unacceptable due to the ability of one communication circuit to.deteriorate all channels connected to the bridging equipment. Vendors shall describe in their proposals the communications line multiplexing equipment they propose. 3.6.4 SYSTEM ENCLOSURES The Vendor will supply computer grade cabinets to properly house and protect the control system equipment. These cabinets will be designed to provide a secure environment to protect the system from unauthorized access. All cabinets and other enclosures will be floor mounted and will not be larger than 36" wide X 36" deep X 78" high. All computer room cabinets will have bottom and rear cable entry. The Vendor shall design the cabinets and enclosures in such a way that adequate ventilation will be provided for heat dissipation. Air flow from bottom to top is preferred or from the rear. All computer room cabinets will have a power distribution system within the enclosures which provides for a single power termination point for the Purchaser supplied incoming power, including a grounding cable, and permits each cabinetbay to be powered down for maintenance without removal of power from the complete computer system (e.g., computer system "A" can be powered down for maintenance without affecting system "B's" performance). 3.7 MAINTAINABILITY Maintainability of the system is of prime importance. The Purchaser may secure a service contract from the original computer manufacturer to provide on -site service and repair of CPUs, memory, computer I/O cards, discs, disc back-up devices, printers and CRTs, thus eliminating the requirement of special training of Purchaser personnel, special test equipment and spare parts. Service contracts shall be available for 24- hour repair response 5 days a week, 8-hour response 5 days a week, or 4- hour response 7 days a week. The Vendor shall provide information concerning the company the service contract would be with, the service contracts available, and the location of the closest service center. 21 c 3.8 SPARE PARTS AND TEST EQUIPMENT The Vendor will furnish a complete set of spare parts sufficient to maintain the system availability specified. As a minimum, there will be rone spare card and module of each type of Vendor -manufactured equipment, and one spare of any other electrical component not mounted on circuit cards. Spares for the central computer system are not: required as the Purchaser may enter in a service contract with the original computer j manufacturer for on -site maintenance support. I 71. The Vendor will provide all special tools and test equipment especially designed for and required to maintain the Vendor supplied peripherals and related equipment, subject to Purchaser's approval. This includes, but is not limited to, test sets, card extenders, special cables and plugs, and tools designed to aid in test checkout of the equipment. Not included are any tools and test equipment which are commercially available and not especially designed for maintenance of the Vendor furnished equipment. Vendors will list and price separately all recommended spare parts and test equipment. Test equipment which can be obtained directly from the manufacturers, such as oscilloscopes, need not be priced. Vendors must describe the use and operation of all recommended test equipment in addition to calibration, diagnostic, and repair procedures. 22 t" i SECTION 4.0 SOFTWARE REQUIREMENTS 4.0 SOFTWARE REQUIREMENTS The Vendor will supply all of the computer programs (software) necessary to meet the functional, man -machine interface and performance requirements contained elsewhere in the Specifications and to meet the operating system, programmer support, applications support and diagnostic requirements contained in this section. A general requirement for all software is efficiency. The software will be designed in such a way that CPU, main memory and disk utilization are near optimal. Within the constraints imposed by efficiency, the software will be modular in design with programs and data tables maintained as unique entities, each easily expanded or modified. All programs will be designed and coded so that their logic is not restricted or dependent upon the size of the system data base. No changes will be required in any program logic, when additions or deletions are implemented in a data table. 4.1 OPERATING SYSTEM The operating system for the computer system will be a fully supported version of the original computer Vendor's standard operating system which fully supports the "Open Systems~ architecture using servers and workstations interconnected via a LAN. It will be unmodified and fully documented. The SCADA application software will function under operating system control. The intent of the foregoing requirements is to assure the Purchaser of the computer manufacturer's complete and continuing support of the operating system. It is imperative that the operating system proposed has been designed to operate in a real-time environment, and not an adaptation. The operating system shall support multiple levels of interrupt capability and have a deterministic kernel that provides predictable and consistent response to real time interrupts. In addition, in order that the purchaser can be certain of ongoing compatibility with other systems and be able to take advantage of new technology and performance in the future, the following requirements must be met: 1. The operating system must be POSIX/IEEE compliant. (a UNIX version is desired) 2. The system must support ARPA Services, TCP/IP and the OSI standards for multivendor networking. 3. The system must support Network File System Services. 4. The system must support Ethernet/IEEE 802.3 LANs. 23 4.2 OPERATING SYSTEM MONITOR A system performance monitor is required to monitor vital system performance parameters such as CPU utilization, disk utilization, memory utilization, and LAN loading. The monitor must be designed to operate and support the real-time operating system. 4.3 PROGRAMMER SUPPORT SOFTWARE The Vendor will furnish programmer support software which will support the creation of new programs that coordinate with the supplied system. An interface to the real-time database is required to provide both read and write access to the real-time data from newly created programs. The Vendor will provide both C and FORTRAN 77 programming language and all necessary compilers, linkers, loaders, editors, debuggers, and librarians to create an optimum programming environment. The language will meet or exceed ANSI X3.9-1978 requirements. 4.4 DATA BASE GENERATOR/MODIFIER A Real -Time Data Base Generator/Modifier will enable the operator to add/modify/delete points and RTUs via CRT interactive procedures. The system must allow for dynamic database expansion without requiring a new system generation. Interactive editing of displays will be provided. These displays will be in the form of conversational English dialogue. The on-line Data Base Generator/Modifier will support all application programs or any other programs that utilize any type of data base supplied by the Vendor. No programs will have to be recompiled because of a data base update. The following minimum parameters and data base definitions must be capable of being edited by the user: a. definition of all RTUs connected to the system; including name, communications port, configuration, and all communications parameters b. definition of all status points assigned per RTU; including 24 character description, status states, abnormal state, and all other parameters defined elsewhere in these specifications C. definition of all telemetry and accumulator points assigned per RTUj including 24 character description, scale factor, limits, and all other parameters defined elsewhere in these specifications d. definition of all control points assigned per RTUj including 24 character description, status states, abnormal,state, and all other parameters defined elsewhere in these specifications e. definition of all pseudo points assigned to the system whether status, telemetry, control, etc.; including those items in a. through d. above f. definition of CRT consoles and printer assignments to areas of responsibility - this must be dynamically reallocatable on-line g- schedules for logs, reports, accumulator reset, and other applications 24 r" rThe following parameters must be capable of being edited on a per point basis whether status, telemetry, accumulator, calculated, or control: a. definition of areas of responsibility, multiple areas must be available per point b. definition of suppression for either normal abnormal or abnormal - normal transitions C. definition of all suppression parameters for the knowledged based alarm processor defined in Section 5.3.4 d. assignment of security and password - for control operations only e. data base initial value for "cold restart" 4.5 DISPLAY GENERATOR/MODIFIER The Display Generator/Modifier or Display Compiler will generate and modify/delete CRT displays via interactive procedures. The primary use will be for adding one -line diagrams and station status displays and modifying directories and menus as RTUs are added. A display generation/modification via CRT interactive procedures will involve the following basic functions: a. Construct display b. Link dynamic fields with data base C. Store display on mass memory The Display Generator/Modifier will allow the user to construct and modify displays for use by operations personnel using other GUI software. The display definition process will involve interactive user commands that create displays to be generated by the Display Processor in conjunction with the various device handlers. As a minimum the following parameters will be editable by the user per display: a. date display was last edited b. display name C. area of responsibility display is assigned d. telemetry refresh rate (fast and slow) with the "fast" rate not slower than 2 seconds for all RTU's combined. e. linkages to other related displays - both direct vectors and poke points f. definition of display areas/zones/windows including one -line diagram, alarm reporting, control execution, function key definition, operator input, and system response zones g. definition of color for status states, bus, or line colors (minimum 64 combinations) h. definition of symbol and color for each status point, both symbol and color must be definable per status state i. display of status or data values either vertically► or horizontally j. definition when to force data values to 0 when value is close to zero to keep from displaying noise for dead bus/feeder (definable by point in engineering units) k. definition of leading zero suppression per data point 1. definition of format for each data point using either integer, or FORTRAN like format codes M. definition of sign character for each data point (+,-,--,-->, up arrow, or down arrow, etc.) or suppress sign altogether n. definition of telemetry points as both digital and bar graph on the same display with selectable colors and characters for bar graphs o. definition of "point de -activation" and "inhibit" symbols with color for all status, data values, and control points. p. definition of all control targets for control points Each display to be created or modified will have a numeric or alphanumeric descriptor or name that allows symbolic reference to the particular display, not only at display edit time but also when the user actually 25 causes the display to appear on the appropriate display device. The user - entered display definitions will be stored in disc -resident display definition files for later use by both the Display Generator/Modifier and the Display Processor. All displays will contain a mixed background of titles, headers, etc., and dynamic data which can be user -enterable or merely displayable data. The fixed background remains constant regardless of dynamic data content. The dynamic data, on the other hand, depends on current data values, either data base -resident or user -associated dynamic data fields with data base items symbolically by name. Both schematic and tabular displays will be definable using the Display Generator/Modifier. As a minimum, the system will support 10,000 graphic displays. The Vendor will describe the maximum capabilities of his system. 4.6 DATA BASE FILE TRANSFER It will be possible for any data base modifications to'be passed from one Master Station server to the other via a data link in order to update the other system. This will eliminate the need for transferring files using magnetic tape. See Section 3.1.7.1. 4.7 SCADA COMMAND PROCESSOR The Vendor will supply a SCADA Command, Processor which will permit the Purchaser to develop special algorithms that deal with computational parameters for status, telemetry and/or accumulator data and also for developing control outputs based upon results of a Purchaser developed algorithm. A non -programmer should be able to develop control and computational algorithms without having to be familiar with programming or having any familiarity with the system's data base, or with the system's operating system. The SCADA Command Processor will allow a user to access any data within the system's data base, whether it be status or data quantities, do computations upon that data, and either place the results back into the system's data base or, based upon the results, generate system outputs. The following is an abbreviated list of the functions which will be supported under the SCADA Command Processor: a. algebraic functions - addition, subtraction, multiplication and division b. trigonometric functions - sine, cosine, tangent, and all arc functions C. log functions - base a and base 10 d. Boolean functions - AND, NAND, OR, NOR, XOR and Inverter e. conditional branch instructions— such as branch if odd, if even, if greater than, if less than, and/or if equal to f. unconditional branch instructions g. read operation - such as read a status point or a data quantity from the system's data base h. write operations - such as write a status point or a data quantity to the system's data base i. schedule function — another program, itself, log, report, etc. J. time/data function - read system date/time for schedule function k. stop execution - and resume after a fixed delay 1. generate an alarm - handled as a normal alarm M. generate a control action - handed as a normal control operation The Vendors shall provide complete documentation of their proposed SCADA Command Processor. 26 SECTION 5.0 BASIC SCADA FUNCTIONS 5.0 BASIC SCADA FUNCTIONS 5.1 COMMUNICATIONS SOFTWARE Through use of the system's Data Base Generator/Modifier, the Purchaser will be able to define the actual RTU configuration, its physical interface to the system, and all necessary parameters to communicate to all RTUs. As a minimum the Data Base Generator/Modifier will support the following definitions and RTU attributes per communications port: a. number of RTUs connected to the communications port b. baud rate assigned to the communications port C. CTS delay - for two-wire/four-wire communications (202D) d. pre -transmission delay - for adjusting communications delays for radio e. communications facility - lease line, microwave, radio, fiber f. scan timer - a timer which may be set if data only needs to be polled periodically out of a port, such as a radio port g. fast scan/slow scan timers - for high-speed telemetry retrieval h. the number of status points within the RTUs i. the number of telemetry points within the RTUs J. the number of accumulator points within the RTUs 5.1.1 COMMUNICATIONS STATISTICS The system will provide communications statistical analysis on each RTU assigned to each communications port. The Communications Preprocessor will track the number of attempts to poll an RTU along with the number of errors it finds during the communications process. As a minimum, the system will track the number of good RTU replies, the number of RTU negative replies, and the number of RTU replies which had bad data or communication errors. These communications statistics will be maintained by the Communications Processor and periodically passed to the host computer. The system will handled this data like any other data value within the system's data base. This includes providing limit checking and computations on the data as with any other data quantity. 5.2 ALARM PROCESSING This section details the systems processing techniques used to report alarms that are detected within the computer systems' environment. 5.2.1 ALARM DEFINITIONS AND PHILOSOPHY An alarm, by definition, is any uncommanded change of state that the computer system detects either externally in the substation environment as monitored by the connected BTUs, any transgression of limits, any changes of states of devices connected to the computer systems including all of its peripherals, the failure by the system to accomplish any commanded action at the remote station, the failure of communications channels used by the system, and the failure of systems hardware which results in an automatic failover of the systems functions from the active to standby computer. In general, an alarm is any transgression of a change of state either from a normal -to -abnormal state or from an abnormal -to -normal state. However, the Purchaser will have the ability by data point to block alarm reporting on either the normal -to -abnormal change of state or the abnormal -to -normal change of state. Each alarm will be able to be assigned per data point to an 27 r- area of responsibility. Therefore, any alarm that is defined within the system can be reported to any area of responsibility or to multiple areas of responsibility as required. 5.2.2 ALARM REPORTING When one or more alarms occur the operator will be alerted in several ways a. An audible alarm will sound at each console that is assigned to annunciate the alarm and the alarm will be printed by the "ALARM AND EVENT LOGGER." All VDU's will have an audible alarm that is "repeat until reset". b. The changed point (TABULAR AND/OR ONE -LINE DIAGRAM) will change color to identify the new state and will flash when those specific displays are being viewed by the operator. C. The changed point will be presented to the operator in the alarm reporting zone of the CRT that is assigned to annunciate the alarm thereby eliminating the requirement to leave the current display to determine what happened. A "window" must be able to automatically pop up showing the station and item that caused the alarm. If the current CRT alarm reporting zone is filled, a flashing message will notify the operator that he has more alarms to view, and the alarm will be queued to be presented to the operator once he removes those alarms which are currently under display. The alphanumeric alarm message appearing both in the CRT alarm reporting zone and on the alarm and event printer will be identical. 5.2.3 KNOWLEDGE -BASED ALARM PROCESSOR The system will include a knowledge -based alarm processor. This software will be designed to link alarms in a hierarchial manner such that an operator will only see the alarms which require his attention.Typical examples are feeder operations which also cause low voltage limit violations, high -side breaker operations which may cause numerous feeder low voltage alarms, bus voltage alarms, and other secondary alarms. The software will be designed to permit multiple hierarchial linkages between alarm points, telemetry points, and control points such that the Purchaser can develop his own alarm processing philosophy.' In addition, this software will have a "storm mode" which permits the screening of non -essential alarms during storm conditions. The alarm processor will also support the area of responsibility assignments of alarms for each CRT console as defined in Section 5.5.1.1.. Vendors shall describe in detail how this requirement will be performed by their system. 5.3 , TELEMETRY AND ACCUMULATOR PROCESSING This section details the system processing techniques applied to collection and presentation of either telemetry or accumulator data which is collected within the computer system's environment. 5.3.1 DEFINITIONS AND PHILOSOPHY Telemetry and/or accumulator data, by definition, is any digitized quantity which has been stored in the system's database either by the communications system software, by operator manually entered techniques, by the Command Processor defined in Section 4.3.2, or any application software which provides for calculated digitized quantities. The telemetry processor will treat all of this data in 28 the same format as if it had been collected from the real-time environment. The communications software will store within the system's data base the actual digitized telemetry input quantity. Once any digitized quantity is stored within the system's data base, regardless of where the data comes from, it will then be accessible to any application program. When the telemetry processor generates data quantity alarms based upon its processing techniques, they are then passed to the alarm processor and handled in the same fashion as described in Section 5.2.1 and-5.2.2. 5.3.2 LIMIT ALARMING The telemetry processor will provide both a "LOW" and "HIGH" limit to be checked. The operator will be able to define both the "LOW" and "HIGH" limits on-line without requiring access to the Data Base Generator/Modifier. 5.3.3 TELEMETRY SMOOTHING The communications software will provide the ability for data smoothing on all data collected from an RTU on a per point basis. The smoothing algorithm, as a minimum, will use at least eight samples of retrieved data to compute the final smoothed value stored in the systems' data base. Vendors shall specify the algorithm, number of samples, and the parameters editable with the Data Base Generator/Modifier. 29 5.3.4 KNOWLEDGED-BASED ALARM PROCESSOR A knowledged-based alarm processor will also be provided for telemetry limit alarming as specified in Section 5.2.3. 5.4 SUPERVISORY CONTROL PROCEDURES 5.4.1 STANDARD DEVICE CONTROL The system will employ standard control technology which requires the operator to .interface with the system through a full select - check -before -operate technique which requires him to select the appropriate device, then upon verification of the device selected, select the appropriate command, and then upon verification of the command selected, issue either a cancel or execute to the system. If the communications preprocessor, while communicating to the specific RTU involved, finds an error, such as wrong point selected, invalid control command, or failure to respond, then the system will. return the appropriate error message to the operator. The interaction between the system and the operator through the GUI software will have timing windows which permit the system to automatically cancel should the operator be distracted or does not complete the desired control sequence in the pre -defined time. All completed control actions initiated by the operator will be automatically logged on the alarm and event printer. Once a control sequence has been completed, the system will then set a timer awaiting the appropriate status change to be transmitted back from the RTU. These timers will be individually defined for each control point (from 10 seconds to 2 minutes) and if the control point status does not return within the specified time, then an alarm will be generated to the system operator, and printed on the alarm/event printer, that the device failed to operate. 5.5 DISPLAY PROCESSING This section describes the interface equipment between operating personnel and the dispatch -computer system, and the required procedures and conventions for man/machine communication. Vendors will be guided by the security, reliability, and human factors requirements of a dispatch center environment. Special emphasis will be placed on the consistency of information displayed, ease of operator functions, and fast response to requests or events. 5.5.1 OVERVIEW The man -machine interface equipment is technically specified in Section 3.0, Master Hardware Requirements, and the quantity to be furnished are given in the specifications. This section provides an overview of the equipment required and its relationship to the Area of Responsibility Software, the different console modes, and the basic SCADA Operating System. The Area of Responsibility Software will provide the ability to allocate each data point within the system to at least sixty four (64) different monitoring or control areas. For clarity assume that each area represents a CRT. Data within the system's data base may be allocated to any one or any combination of sixty four (64) different CRT terminals. The following discussion on the GUI Operating Modes defines how each CRT will be placed in different modes under the Area of Responsibility Software. 5.5.1.1 AREA DISPATCH MODE The Area Dispatch Mode will provide unlimited monitoring, alarm reporting, and control over all data points assigned to 30: the associated CRT. Any CRT may have multiple areas of responsibility assigned, therefore, when the? operator selects the Dispatch Mode, he will have full responsibility for all data points assigned to his CRT. For example: Assume a operator's CRT is assigned as Area One (1); all alarms assigned to Area One (1) will automatically report to his console and require acknowledgement, he would have access to all displays assigned to Area One (1), and he would have control of all control points assigned to Area One (1). 5.5.1.2 AREA REPORTING MODE The Area Reporting Mode will provide unlimited monitoring and alarm reporting of all data points assigned to the associated CRT. However, in this mode, control will be prohibited from the associated CRT. Any CRT may have multiple areas of responsibility assigned, therefore, when the) operator selects the Reporting Mode he will have only monitoring and alarm reporting responsibility for all data points assigned to his CRT. For example: Assume a operator's CRT ie; assigned as Area One (1); all alarms assigned to Area One (1) will automatically report to his console and require acknowledgement, he would have access to all displays assigned to Area One (1) ; however, he would not have control of the control points assigned to Area One (1). 5.5.1.3 AREA MONITORING MODE The Area Monitoring Mode will provide unlimited monitoring of all data points and displays assigned to the associated CRT. However, in this mode, no alarm reporting will occur and control will be prohibited from the associated CRT. Any CRT may have multiple areas of responsibility assigned, therefore, when the operator selects the Monitoring Mode he will have only monitoring responsibility for all data points and displays assigned to his CRT. For example: Assume a operator's CRT is assigned as Area One (1) ; he would have access to all displays assigned to Area One (1) ; however, all alarms assigned to Area One (1) will not report to his console or require acknowledgement, and he would not have control of the control points assigned to Area One r- (1). This mode will be used by a dispatching supervisor who will not be interested in acknowledging alarras or have control capability with the system but instead will view substation one -line diagrams, on -call list, information displays, etc.. 5.5.1.4 PROGRAMMING MODE The Programming Mode will provide unlimited access to the system's operating system, application editors, and programmer support software. Access to this mode will be provided through a system security code to prevent unauthorized system access. Once a CRT has been placed in the Programming Mode, it will be completely removed from the SCADA operating environment and any data which normally would have been assigned to the CRT will no longer be available. 5.5.2 CRT DISPLAYS The system will be delivered with a library of Vendor supplied STANDARD system displays, HELP displays, TUTORIAL displays and typical substation one -line diagrams. All displays unique to the Purchaser's system will be constructed by Purchaser personnel using �.., the Data Base and Display Generators/Modifiers. However, all displays unique to the system will be constructed and provided by 7 31. the Vendor. The workstations must be configured to support opening up to four (4) display windows per CRT. Windows shall also be permitted to be sized and configured as to location on the screen using standard X- Windows techniques. CRT Display Modes specified in Sections 5.5.1.1, 5.5.1.2, and 5.5.1.3 will be dynamically assignable on-line without the requirement of a data base change. Each CRT display will be free -form and unrestricted such that each display will be unique in itself and may have attributes or parameters assigned to it uniquely different from other display. The system will permit the development of at least 10,000 unique CRT displays. The following section details some of the attributes that will be supported on each CRT display. 32. r k m 5.5.2.1 DISPLAY ZONES, WINDOWS, AND PULL DOWN MENU' S r.. Using the X-Windows technology and the OSF/MOTIF style guide, f the following zones will be uniquely assignable per display: a. Operator Dialogue Boxes b. Computer Dialogue Box C. Control Pull Down Menu's d. Unacknowledged Alarm Window e. One -Line Display (Alphanumeric) Windows 5.5.2.2 DISPLAY INFORMATION All displays will be capable of containing the following four types of information: a. Fixed information b. Operating parameters which may be operator entered C. Dynamically updated variables d. Calculated variables All displays containing real-time dynamically updated variables will be updated periodically based upon the update parameters of the actual data quantities being displayed. The system will permit a minimum of two different refresh rates for data update: one is the slow refresh rate, the second is the high-speed refresh rate. Therefore, each dynamically updated variable will be updated either at the, fast rate or slow rate depending upon the data capture rate of the particular variable. 5.5.2.3 COLOR CODING AND FLAG FIELDS Color selections for the presentation of all data on one -line diagram displays will be user definable. All status points, telemetry points, and control points, point de -activation flags, inhibit flags, and operator entered data will be user definable. All color coding of flag fields will be user definable using the Display Generator/Modifier. 5.5.2.4 DISPLAY SELECTION PROCEDURES The Purchaser will be able to define the display selection procedures using system attributes which are definable using the Display Generator/Modifier. The following different display selection procedures will be available: a. Directories/Menus - provision will be provided to develop display directories or menus for access to all appropriate displays. The Area of Responsibility software will require separate directories and menus for each area of responsibility. b. Poke points - Poke points will be assignable anywhere on the display and will permit the operator to access pertinent information on another display from the display under presentation by using the mouse. C. Display symbolic Access - any display will be accessible by entering the unique display number or display name in the operator input zone. d. Each display will have up to six (6) vectored single key �* 33 l linkages to access related displays. These vectors may be assigned as the "NORTH", "SOUTH", "EAST", "WEST", and "ZOOM IN" and "ZOOM OUT" vectors. Or the vectors may be assign to create circular display chains. These vectored linkages, will be used to defined hierarchical relationships between displays. 5.5.2.5 CRT DISPLAY TYPES The following is a list of the display types and formats that will be developed by the Purchaser: 5.5.2.5.1 DIRECTORY OF DISPLAYS Directory and Menu type displays will be required to support the, system. Some of these are identified as follows: a. Master Directory Display - This directory would be called ,up by using poke point or keyboard action and would list all of the special directories available to the system. A Master Directory will be available for each area of responsibility. b. Substation One -Line Diagram Directory - This directory will allow the operator to immediately access any substation one -line diagram from a single page which will contain the vectors to access the one -Line diagrams for all the assigned substations. . A Substation One -line Diagram Directory will be available for each area of responsibility. C. Programmers Directory - This directory will be defined and provided by the Vendor with the system. However, this directory will be user editable with the Display Generator/Modifier. i d. Report Generation Directory - the system will permit logs and reports to be printed from a Directory for all the logs and reports generated for the system. A Report Generation Directory will be available for each area of responsibility. 5.5.2.5.2 SUBSTATION ONE -LINE DIAGRAMS The Substation One -Line Diagram displays will constitute e' a major part of the man -machine interface subsystem and will be frequently consulted by the system operator. These displays will be allocated per area of responsibility. This will require that each dispatcher have displays developed and assigned to his specific area of responsibility. However, the user in developing these displays should not be restricted to displaying only data from the specific substation which is represented by the display. Any data from any part of the system will be displayable on any substation one -line diagram display. 5.5.2.5.3 STATION STATUS DISPLAYS The Station Status Displays will automatically be Fm generated by the system. These displays will be tabular in nature and present the current status of all " monitored devices in the station. r 5.5.2.5.4 SYSTEM DISPLAYS The provision to develop System One -Line Diagram Displays will be provided for representation of information which is gathered from all over the system. *� These displays will be represented as system one -line diagrams. 5.5.2.5.5 MASTER STATION STATUS DISPLAYS As part of the delivered system, a Master Station Status Display will be provided which displays the physical hardware installed in the delivered system. This display like all other displays, will be modifiable by the user. From this display system failover, peripheral device switching, area dispatch allocation, and adding or removing equipment from service will be accomplished by the system dispatcher. 5.5.2.5.6 ALARM AND ABNORMAL SUMMARY DISPLAYS The system will provide an Unacknowledged Alarm Summary, which presents all the alarms in chronological order as they have occurred in the system that have not been acknowledged by the operator. When the operator acknowledges any alarm it will be automatically removed from the Unacknowledged Alarm Summary. The system will also provide an Historical Alarm Summary which presents all the alarms in chronological order as they have occurred as defined in Section 5.6.2. These alarms will show the date and time when they went into or came out of the alarm state. The system will provide an Abnormal Summary showing all devices in their abnormal states, including all operator entered point de -activation and/or inhibits. The Data 35 Base Generator /Modi f ier will 'permit the definition of whether a particular point will be presented in the Abnormal Summary and the abnormal state for each point defined. Separate Alarm and Abnormal Summaries will be available by Area of Responsibility. 5.5.2.5.7 COMMUNICATIONS STATISTICS DISPLAYS A communications statistical display will be provided showing actual communications error rates determined by the communications preprocessor and passed to the host computer. This' display will be used to identify maintenance problemsassociated with communications channels and RTUs. 5.5.2.5.8 INFORMATION DISPLAYS Information displays will be available which represent data, normally available to an operator through other sources, on the color graphics CRTs. Displays of this type would include on -call lists, conductor size tables, fuse tables, etc. 5.5.2.6 HARD COPY REQUEST The system will provide a hard copy of a CRT presentation to an assigned printer. A Hard Copy Request will be treated as a dynamic request of current conditions as they are displayed on the CRT. Therefore, when a print request is received, the current display and all the data associated with that display will be queued up for output to the high-speed printer which will print the display in its entirety. 5.5.3 MAN MACHINE INTERFACE 5.5.3.1 AUDIBLE ALARM RESET The system operator will have the ability to reset the audible alarm either by acknowledging the alarm or by silencing the audible alarm. 36 7 This acknow 1edgement''is'only for those alarms which have been reported and assigned to the specific CRT console for which the audible alarm had been initiated. 5.5.3.2 ALARM ACKNOWLEDGEMENT The operator will have the ability to acknowledge any alarm which has been. reported to his CRT by activation of the alarm acknowledgement function. When an alarm is acknowledged, it will silence the audible alarm, if it is pending, remove the alarm from the Unacknowledged Alarm Summary, and remove the unacknowledged alarm from the alarm reporting zone on the CRT. Under the Area of Responsibility software, acknowledging an alarm will only acknowledge the alarm assigned to that specific CRT. If an alarm is reported to more than one area of responsibility, then the acknowledgement of the alarm at a specific CRT will not remove the alarm from the other CRTs to which it has been reported. 5.5.3.3 POINT DEACTIVATION The operator will be able to de -activate any point which is assigned in the system's data base through a control sequence under the man -machine interface software. Once a point has been deactivated, the current state of the device within the system's data base will not be updated by the communications software. The point which has been de -activated may then be left in its current state as last reported from the RTU prior to point de -activation or the system operator may manually change its state as defined in Section 5.5.3.4. 5.5.3.4 MANUAL REPLACEMENT Once a data point within the system has been de -activated, the operator will have the ability, through a control sequence using the man -machine interface software, to change the state of the device in the system's data base. Manual replacement will be provided so that if a device in the field has failed then its actual current state can be maintained by the system operator without being reported by the RTU. 5.5.3.5 PSEUDO POINTS The system will support data points within the data base which are operator entered. These are supported as if they were regular status or telemetry points assigned to the system but for which there is no corresponding data point being reported from the RTU in the field. 5.5.3.6 INHIBITING POINTS FROM ALARM OR CONTROL The system will provide the ability to inhibit any alarm point (status or telemetry) or any control point. The inhibit can be placed on an alarm point by using a control sequence with the man -machine interface software. Once an alarm has been placed in the inhibit mode, its current status in memory will be maintained by the communications software, however, each change of state should not generate an alarm on the system. Therefore, one -line diagrams which show an inhibited alarm will show its current state plus an inhibit flag. Any point which has been control inhibited will be blocked from further control until the inhibit is removed. 5.5.3.7 POINT DE -ACTIVATION, ALARM AND CONTROL INHIBIT REASONS When the operator initiates a point de -activation, places an inhibit on an alarm point, or blocks control, the system will 37 F request the operator to provide a "reason" for the action. The system will then accept up to a 60 character string from the operator describing the reason the point has been de- activated or placed in the inhibit state. This "reason" information will be maintained by the system until the point is placed back in the active mode. At that time, the "reason" information will be removed from the system. It will also be possible to place 'multiple control inhibits on the same device each with its own "reason" in the event of multiple crews working on the same line or feeder. 5.5.3.8 CONTROL SECURITY The system will permit levels of security to be assigned to all or any specific control points. Security codes and password assignments will be allocated per CRT and/or Area of Responsibility. Control security prohibits unauthorized personnel from activating devices in the field that may be subject to high security. 5.5.3.9 SEQUENTIAL CONTROL The system will permit the user to define and implement sequential control groups. This feature will permit a pre- defined group of control points to be operated sequentially at high speed from a single operator control execution from any display in the system. 5.5.3.10 BROADCAST CONTROL The system will permit the user to issue a control command that is sent to all RTUs, operating the same control point in all RTUs simultaneously. 5.6 ALARM PROCESSING The Vendor will provide a Advanced Alarm Processor software package which will work with the Knowledge -Based Alarm Processor. The Purchaser will require the following additional alarm processing features: 38 r a. Breaker Lockout Detection - the software will be designed to [,J alarm breaker operations only when a breaker has gone to lockout. All breaker operations will be printed on the event printer, but not alarmed on the CRT assigned the area of responsibility. The software will provide two operating modes; "Normal" and "Permanent". When the .I operator has his CRT in the "Normal" mode, all breaker operations will be alarmed and reported. If he places his CRT in the PM "Permanent" mode, only breakers which have gone to lockout will be alarmed, reported, and presented in a new Alarm Summary Display. GI This display will list all breakers which have gone to lockout and require his attention. This mode will permit system recovery after a storm to be easily accomplished. b. Breaker Trip Count - the software will be designed to track all breaker operations and maintain a count of all trip operations. This counter will be available to the system as any other data base value and will be used to schedule maintenance on each breaker. Vendors who use monetary -change -detect (MCD) logic in their RTUs must demonstrate how the proposal can meet this requirement. c. Emergency Limits - a second set of high and low limits for each analog data point will be provided to provide "emergency" high and low limit alarms. d. Rate -of -Change Limit each point will be checked against a rate of change limit. This limit will include a definable deviation over a specified time for limit violation. e. Reasonability Limits - all operator -entered values will be checked against a set of "reasonability" limits and an alarm generated if values are entered which exceed the limits. 5.7 REPORT PROCESSING 5.7.1 REPORT GENERATOR/MODIFIER The Report Generator/Modifier will allow the user to construct reports and logs. The reports or logs will be able to contain any data form the system's data base. A minimum of 250 unique report formats will be available through the Report Generator/Modifier to allow for adequate future expansion. Reports will be scheduled at r" a periodic rate or may be requested by the operator at any time. i 5.7.2 HISTORIC ALARM/EVENTS The system will maintain a history file on disc of all system activity including alarms (both acknowledged and unacknowledged), limit violations, operator actions including point de -activation, inhibits, manual entries, and all control operations. This file will be accessible by the operator for display or printing and will r" be sortable based upon operator entered sort parameters as follows: 39 a. by Month b. by Day C. by Hour d. by Substation ID e. by Point ID f. by Data Type (i.e. status changes, telemetry alarms, etc.) g. by Device Type (i.e. OCB, ACB, MOD, etc.) h. by Activity (i.e. solicited alarms, unsolicited alarms, point de -activation, inhibits, control actions, manual entry, etc.) i. by any combination of the above (i.e. "on Wed 9/10, from 12:00 to 17:00, all OCBs, in Substation "x", all unsolicited operations) As a minimum the system will retain the last 50 pages of the events printed on the alarm and event printer. This will provide the Purchaser with an "After the Fact" analysis tool allowing for printouts or displays of events by time, group, type, action, etc. for maintenance or operations analysis. 5.8 SYSTEM FAILOVER AND RESTART System failover and automatic restart software will be provided. This application software will manage the system's peripherals and provide a dynamic on-line real-time data link between both the active and standby computers. The software should not only perform the monitoring and diagnostic function of determining the other computer system's physical condition but also provide for real-time data update of all data that is in the system's real-time data base, including all operator entered data, on the standby computer. The diagnostic functions of the active and standby computer system should be monitored to determine the condition of the computer system. Should a computer determine that either the other computer, I/O hardware, or disc drive is non-functional, then it will provide either failover - if it is the standby - or lock out of the Peripheral switch .if it is the active computer. This will result in a system alarm being presented to the system operator. This software will also allow the system operator to be able to do an organized planned failover from the active computer system to the standby computer system to support maintenance requirements without system interruption. 5.9 HISTORICAL ANALYSIS AND REPORT GENERATION The Vendor will provide a Historical Analysis and Report Generation software package which will permit the capture of real-time (telemetry and accumulator), calculated and manually -entered data in the computer's real- time data base. This data will be saved on disc for generation of daily, weekly, monthly, quarterly, and yearly reports. The software will allow the Purchaser the flexibility of determining which data and at what rate the data will be captured. The software provided will have the following features and capabilities: a. The Purchaser will be able to specify a minimum of 60 data sets for data capture with up to 999 points defined at intervals of 5, 7.5, 10, 15, 30 or 60 minutes. The captured data will be archived to the hard disc with only the disc size limiting the length of time the data may be retained. As a minimum, however, the disc will be sized for at least six (6) months' of data. b. The software will determine the daily peak and monthly peak for each value captured and save both the data peak value, date of peak, and 40 t! r; r time of occurrence. C. The software will permit calculations to be performed on the captured data and the calculated values kept in place of, or in n addition to, the original data. The Purchase will be able to define I these calculations from a library of standard electric utility equations provided by the Vendor. r► d. A report writer will be provided which permits the generation of s reports from the stored data on a daily, weekly, quarterly, monthly and yearly basis. The report writer will permit the Purchaser to develop his own report formats with their schedules and allow data manipulations, computations, summation, etc., to be made at report generation time. The Purchaser will be able to define these calculations from a library of standard electric utility equations provided by the Vendor. i e. The software will also permit the historical date. to be stored on the hard disc or optical drive for later analysis and report generation. rThe Vendor shall describe the capability of the Historical Analysis and Report Generation package which will meet this requirement. al i I. n SECTION 6.0 ADDITIONAL SCADA APPLICATIONS SOFTWARE REQUIREMENTS I1 6.0 ADDITIONAL SCADA APPLICATIONS SOFTWARE REQUIREMENTS 6.1 DATA TRENDING The Vendor will provide a CRT Data Trending program which will allow any data value to be captured, saved and displayed on the CRT in a "Strip k Chart" format. The following are the minimum trending requirements: a. The trending package must support the ability to continuously capture at least 150 samples of up to twenty (20) data values assigned to the system's data base at any rate from one (1.0) second to one (1.0) hour for trending presentation. b. From any trending display, the operator, will be able to select any point in the system's data base for trenK4. During selection, the operator will also be able to specify thed4ta capture rate. The data collection will then run continuously, savinghe last 750 data samples f" until deactivated. c. The trending display software will permit multiple trend displays with up to four variables on the same display on the same axis or on separate axes definable by the Purchaser. d. The trending displays will have graphics with no greater than 2x2 pixels per data plot, providing a trend display resolution of 640X512 data plots on a 12SOX1024 character CRT display. e. The trend axis will be automatically scaled in time and engineering units based upon the data point under trend. f. The data base data point limits will also be available! for presentation " on each trend with color presentation to identify when any trend point has exceeded its assigned limits. r g. Once any point is under trend, the associated trend display will be updated at the data capture rate specified, unless more than one point is under display; at which time the trend display will be updated at the !" fastest rate specified for the point under trend. i. The operator will have the ability to window through all 750 data samples of the data point under trend. Therefore, the history of any point under trend may be viewed by the operator. The Vendor shall describe the Data Trending package offered to meet this requirement. 42 r- 6.2 ELECTRONIC MAIL SYSTEM The Vendor will provide a standard electronic mail product to support communications between the system users. The electronic mail system must be X.400 compatible as a minimum. The vendors must supply descriptive literature of the electronic mail system that they propose to supply. The SCADA workstations may be interfaced with an existing E-mail service on the City's IBM mainframe. 6.3 MAPBOARD DRIVER SOFTWARE The Vendor must be able to provide the capability for driving a lighted wall (front projection TV) or mapboard (supplied by others). This includes the software driver and mapboard controller with the following features and capability: a. The software will allow the Purchaser to select any status point from the system's data base, whether real, calculated or operator -entered and assign it to the mapboard. 0 b. The software will also allow the PurchaseiSto select any data value from the system's data base, whether real telemetry, accumulator, calculated or operator -entered and assign it to the mapboard. c. Each point assigned to the mapboard will be dynamically updated by the mapboard software. All change -of -state conditions will be alarmed by flashing the appropriate lamp until acknowledged by the operator. d. The software will also provide a mapboard 'test feature which can be activated by the operator from any CRT console through normal GUI interaction. e. The software will provide support for a minimum of 4096 points. Each point and/or its attributes will be user -definable through a Mapboard Editor provided by the Vendor. The Vendor shall provide details of the Mapboard Software as well as details of the special controller hardware used to drive the lamps. 6.4 LOAD MANAGEMENT The Vendor must be able to provide a flexible, user definable Load Management Software Package which will permit control of load management switches for residential load management and other controllable devices. The software provided will have the following features and capabilities: a. The Load Management Software will be supported by a Load Management Editor to permit the Purchaser to define his own load management strategies, control groups, switch groups, schedules, weekdays vs holidays, setpoints for activation, timed activation, etc.. b. Up to 256 strategies will be permissible, each with its own control groups, switch groups and activation parameters such as setpoint, time -of - day, day -of -week, cycle time, etc. c. Up to 256 control groups will be permissible, with the ability to set the mode of each as a fixed duty cycle, variable duty cycle, burst, or sequential stepping. Multiple strategies will be permitted to execute concurrently without interference or restrictions. (i.e. a hot-water heater strategy will be permitted with multiple air-conditioning strategies, etc.) d. Up to 512 switch groups will be available. 43 e. Scram mode will be provided from a single control target on the load management display. f. Transmitter air time scheduling with the ability to time -slice will be available to permit the Purchaser to schedule use of the load management frequency with neighboring utilities as future frequency allocation becomes restrictive. r' g. The system will permit standard displays to be developed by the Purchaser which provide both control and dynamic informELtion on the load ` management system. The operator will be able to select strategies, active control groups, set time -of -day control- parameters and have complete �! control over the load management system from these displays. h. The load management software will also permit direct control over individual switch addresses, which will function as a standard control point. These control switch points will be aFcessible from any display in the system and appear as any other control,pbidt to the system operator. This function will permit the Purchaser to hav direct control of devices interfaced to the computer system, such as ftpacitor banks, down -line regulators, LTCs, etc., using individually addressed load management switches for direct control functions. The Vendor shall describe the operation of the Load Management software offered to meet this requirement in detail. 6.5 SEQUENCE OF EVENTS The Vendor will provide software at the master for sequence of events (SOE) on all status points defined as SOE points in the RTUs. The master will retrieve these SOE events and will store them on disc for future analysis. The functions which must be performed by the master are identified as follows: a. Time synchronizing of all RTUs equipped with SOE with a system -wide resolution of eight (8) milliseconds. b. Collection of all events from each RTU as they occur with time tags to one (1) millisecond resolution. The communications processor will collect these events during channel idle time in order that normal scan data update times will not be affected. c. Once collected by the master computer system, all events will be saved on disc for later report generation and analysis. d. The software will provide a report generator which allows printing of all events stored on disc for analysis. The Purchaser does not consider points with SOE capability to be a substitute for normal status reporting. The system, including the RTUs, will report status changes on all SOE points in the same manner as non-SOE points. These points will then be processed as normal alarms through the Knowledge -Based Alarm Processor. SOE reporting is considered a disturbance analysis subsystem with eight (8) millisecond system -wide resolution and one (1) millisecond resolution within the RTU. Therefore, SOE points will be configured as such in the RTU and stored by the master SOE software for future report generation. The Vendor shall described how the Sequence of Events system operates, including the relationship to normal status reporting versus SOE points, compatibilities to our existing RTU's described in Section 8.0 and what analysis tools are provided by the master SOE software. 6.6 LINK TO FOREIGN COMPUTER 44 7 The Vendor will provide a software package to support a RS-232 or LAN link for the transfer of data to or from the SCADA system to other computers. The software will permit any data base point or value to be transferred between the data base and the RS-232 or LAN port. The design will permit data sets to be defined by the Purchaser to be either transmitted from the system or received from another computer across the RS-232 or LAN link. There shall be provisions to define up to 75 data sets with up to 4096 points per data set. Each data set will be able to contain both status and telemetry data defined in ASCII format, using a simple encoding scheme with 16-bit CRC coding for security. The coding format must be easily implemented on another computer using simple ASCII text data formatting. The software will support -remote inquiries, schedules of data transmission, asynchronous incoming data updates and contain an acknowledgment function with retry capability. The Vendor shall describe the capability of, its proposal to implement this function. �t J 6.7 VOLTAGE MANAGEMENT The Vendor must be able to provide a Voltage mnagement software program for automatic reduction of feeder voltages for demand reduction. The software will have both"automatic" and "manual" modes of operation. When in the "automatic" mode, the software will compare an operator -entered setpoint to the current system load and reduce system -wide feeder voltage in 1.5 volt increments, as referenced to 120 VAC, for up to five increments. When in the "manual" mode, the software will reduce the system -wide feeder voltage by 1.5 volts when initiated by the operator using a control target on a CRT display. The voltage management control algorithms will be selectable as to control modes and will be definable by the Purchaser. When in the "automatic" mode, the Purchaser will be able to set the number of control steps permissible from one to five for automatic voltage reduction. 45 11 I When the system load recovers below a Purchaser -defined setpoint computed against the operator -entered voltage reduction setpoint (e.g., 90%, 85%, 80%, etc.), the system will automatically restore the feeder voltage. The Vendor shall also provide the corresponding hardware in each RTU where voltage reduction is required. 6.8 OPERATORS LOAD FLOW The Vendor will provide an on-line Operators Load Flow which will contain the systems network topology, device connectivity and data base linkages for all system status and telemetry points. The software will provide the Purchaser the ability to analyze the power system behavior for a variety of present and anticipated operating conditions. The software will operate on-line through a Purchaser -developed system one -line diagram display which will depict all interconnected busses, loads and controllable devices. The software will provide both on-line system analysis and study conditions. With a "snaps" of the present system, the dispatcher can change load, tie flows, tansformer tap positions, capacitor bank switches, breaker positions;'et and the resulting system state will be automatically calculated and displayed. This capability will permit load switching to be analyzed immediately prior to actual implementation of switching. 6.9 SHORT CIRCUIT PROGRAM The Vendor will provide a Short Circuit Analysis software module which simulates the power system under fault conditions of continuous line -to - ground, line -to -line or three phase -to -ground faults. Provisions must be made in the program for unbalanced single phase, two phase or three phase lines in a looped or radial network configuration. Program inputs will include at least the followings a. Line Descriptions (type conductor, length, phase spacing). b. Selection by feeder circuit or area. C. Ability to add new lines or ignore out of service lines'. d. Incorporation of capacitor banks and large equivalent loads. e. Allow for unbalanced three phase lines with mutual coupling. The program will output all fault currents, voltages at all buses during the fault and a full report of all network line currents and voltages for use in protective device sizing, fuse coordination and new line design. 6.10 SHORT TERM LOAD FORECASTING The Vendor must be able to provide a Short -Term Load Forecasting (STLF) program utilizing Auto -Regression -Integrated -Moving -Average (ARIMA) or Discounted -Multiple -Regression (DMR) models. Further the STLF program will consist of several load models which made up the load component: a load shape based upon the day of the week and the season, a peak model which predicts the peak load shape, a weather model which predicts the weather component and a noise model which handles the uncertainty of the load. The Purchaser will supply the past years' historical load data for customization of the STLF program. When run at midnight, the model will readjust based upon the previous day's data and recompute: the next 24-hour forecast. The model will then automatically run every hour, going forward and readjust its daily forecast taking the previous hours actual load into consideration. The supplied STLF will also collect its own history for analysis and model parameter recalculation by the Purchaser. (i.e., the STLF supplied will be capable of recomputing all the model parameters based upon the collected data and model performance.) The ability to rerun previous or current forecasts with corrected or updated data such as weather or measured load 46 will be provided. Parameters for the forecast program will include, but will not be limited to: a. Weather forecast data b. Real-time telemetered weather data C. Current load data d. Previous 30 day captured weather data e. Previous 30 day captured load data The intent is to utilize this program for: Load Management, Peak Shaving, Interchange Scheduling, Unit Commitment and Resource Management. Details should be given by the Vendor as how this software module supports these objectives. 6.11 POWER FACTOR CONTROL PROGRAM The Vendor must be able to provide a Power Factor Control program for automatic control of system power factor through coordination of capacitor banks, transformer LTCs and voltage reguhtprs. The software will calculate the power factor for each feeder from the telemetered KW and KVAR. Provisions will also be made to use telelstered phase angle and KQH and KWH sampled at short intervals. This will be accomplished in real-time and the resulting capacitor/regulator switch commands presented as recommendation for operator action, or automatically executed in a closed -loop control fashion. The software will have both "automatic" and "manual" modes to accomplish this capability. The software will also take into consideration the timing requirements for removing and reconnecting capacitor banks. In addition to real-time system computed control actions, the software will permit the operator to utilize previously entered data describing network topology (conductor type, length, spacing, etc.), a snapshot of previous system data, or any set of user -specified base cases for power factor and capacitor bank analysis. The Vendor shall describe its Power Factor Control program offering in detail. 47 6.12 GEOGRAPHIC INFORMATION SYSTEM (GIS) INTERFACE The graphics subsystem must support the ability to allow the user to integrate data from an Intergraph Geographic Information System (GIS) into the SCADA system. This integration will allow customers to import their ;.. graphical data from their AM/FM, GIS, and CAD systems into the Master for use as SCADA displays. 6.12.1 INTEGRATION VIA INDUSTRY STANDARDS 4i The system must support a variety of widely accepted, de -facto, interchange standards for the import of graphical data. As a minimum DXF, SIF, DLG, and GIF are required interfaces. Also, as a minimum, the vendor must be able to provide tools that support t importing Intergraph graphical data into the SCADA system to be used as information displays, or as the background and foreground elements for a fully animated display. Tools muet be provided to support the animation of two and three state real-time driven devices and to support color modificatl-6q_bf lines and devices based on analog real-time values. The SCADA system must support an Inte5graph GIS system. This interface must be capable of importing map dates into the SCADA system using one of the AM/FM systems supported Exchange formats. The SCADA system must be capable of importing and displaying all map data including, but not limited to, section maps, electrical, cartographic, and customer billing and historical data. 6.12.2 NETWORK SUPPORT The SCADA system's LAN/WAN technology must be able to support connection to the Intergraph network and support the ability to move " GIS files from the Intergraph system to the SCADA system and back to the Intergraph system using industry standard networking products. 6.12.3 MAP ANIMATION The imported map must interface to the real time SCADA system so that the map's connectivity exactly reflects the status of all switchable devices in the field. Connectivity is required at both the symbolic and data model level. This data must be updated on any displayed map at the same frequency as for the one -lines. 6.12.4 DECLUTTER The full graphics SCADA system must provide declutter levels when displaying mapping data. The user must be able to define the declutter levels, including when declutter is used, and the types of data that are shown on the mapping display at any declutter level. The SCADA system must be able to layer real time analog data on top of the map data, such as feeder amps. Analog data must be updated on the map at the same frequency as for the one -lines. 6.12.5 CONNECTIVITY The ability to trace the electrical connectivity of a feeder on the map must be supported. This trace must reflect the real time topology of the feeder. Feeder traces must be completed in 2 seconds or less. 48 I SECTION 7.0 PERFORMANCE REQUIREMENTS 7.0 PERFORMANCE REQUIREMENTS 7.1 INITIAL AND ULTIMATE SIZES To ensure that the system can be expanded economically to its ultimate size, the Specifications require that the Vendor .initially furnish the system at its ultimate size less only certain explicitly identified items. The ultimate system size is defined in Table 7.1. The initial sizes specified only define how the Purchaser will use the system initially. The system's software, including its design, interfaces and memory alloca- tions, must be capable of supporting the ultimate system size. The base proposal system hardware, including its ma4 qe}nd mass memories and its interfaces to master station devices, will 4ie that required for the ultimate system size except for the following Specific items as follows: a. Future operators' workstations, CRTs, with the cables and plug-in circuit cards required exclusively for their operation, may be omitted. b. Future remote terminals may be omitted. C. The plug-in devices required exclusively for interfacing to and communicating over the future communications circuits interfaced at the master station may be omitted. If one or more of the System Enhancement Options are! elected by the Purchaser, the enhanced system's hardware, including its main and mass memories and its interfaces to master station devices, will be that required for the ultimate system size. The initial system will have enough main memory to accommodate the ultimate system plus 100% spare and unused main memory. The initial system will have enough mass storage to accommodate the ultimate system plus 100% spare and unused mass memory. 49 a TABLE 7.1 s SYSTEM SIZING SYSTEM SIZING FOR BASE Proposal ITEM Identical operators' CRTs Each including 1 CRT, 1 keyboard, 1 mouse (or alternative), an audible alarm device, and display generators.' Programmers' nongraphic CRTs Including 1 CRT, 1 keyboard, 1 mouse (or alternative), and display generator. INITIAL ULTIMATE 5 10 2 3 �r Control Room Loggers (A&E, demand, periodic) 7 Remote Terminals at remote sites Transmission lines to be displayable10 50 One -Line diagram pages for remote terminals 3 10 Tabular display pages for remote terminals 3 10 one -Line diagram pages for user definition lZF_ 25 Tabular display pages for user definition 10 25 Communications circuits To which system must interface on a 2-wire or a 4-wire basis at the master station 4 75 MVA and amperes points to be calculated _600_ 1000 SIZING FOR SYSTEM ENHANCEMENT OPTIONS Alarm and Event Logger (for all system alarms) 0 1 A&E/Demand Loggers with operator consoles 0 2 Periodic Logger (for all periodic logs) 0 1 Supervisors' CRTs 0 1 Including 1 CRT, 1 keyboard, 1 mouse (or alternative), and display generator. Remote CRT 0 1 Including 1 CRT, 1 keyboard, 1 trackball (or alternative), an audible alarm device, 50 E 7.2 RELIABILITY k The equipment configuration shall prevent any single hardware or software failure from causing loss of any of the system's critical functions listed E in Table 7.2-1. In order to provide the system reliability required by the Purchaser, the Vendor must demonstrate in its proposal the following backup philosophy and requirements: F a. Redundant equipment will be employed at the master station. Redundancy at remote stations is not required. b. The prime computer system will be backed up by an identical redundant computer system at the master station, including main CPUs, memory, CPU I/O hardware, mass memory and tape backup units. C. The control room loggers will be able to back each other up. d. All real-time I/O devices interfaced to the system will be switchable between computer systems automatically and manually without requiring any recabling or mogin of cables. e. No single failure will disable all operator/programmer CRTs. f. Power supplies for channel processors; mpdems and other peripherals required for critical functions will be &ovided such that a failed unit is removable for repair without shutting down other equipment. g. A backup data base will be maintained. h. No single point of failure at the master station will result in loss of more than one logger. The computers will continually check the operation of all devices in the system and report any problem to the dispatcher. It is preferred that single (isolated) failures be recognized as temporary failures and only be logged. Single failures, if recognized as permanent failures and all successive failures, will be both alarmed and logged and will result in alternate device utilization or system failover, as appropriate. 51 TABLE 7.2-1: LIST OF CRITICAL FUNCTIONS A. Supervisory control and data acquisition functions performed by master station and remote station equipment. B. Power system monitoring and alarming functions performed by master station and remote station equipment. C. The detection of failures in all master station equipment and the annunciation and logging of such failures. D. Man -machine interface functions (supervisory, control, display selection, alarm annunciation and audible alarming)- E. Operating system functions. F. Alarm, event, periodic and demand -logo ng through at least one logger. S NOTE: THE FOLLOWING FUNCTIONS ARE NOT CRITICAL FUNCTIONS: THAT IS, A SINGLE COMPONENT FAILURE CAN BE ALLOWED TO INTERRUPT THEM: A. Strip chart recorder support., B. Mapboard display. 52 a 7.3 SERVICE LIFE All digital equipment, including power supplies, but excluding fans, printing mechanisms and tape handling devices, will operate within specified performance for not less than 10,000 hours continuously without necessity for manual adjustment or servicing. All analog -to -digital and digital -to -analog converter equipment will operate within specified performance for not less than 10,000 hours continuously without the necessity for manual readjustment of calibration controls unless periodic and automatic means are provided to detect and alarm deviations beyond allowable errors. The means would include the monitoring of analog outputs at the master station and the periodic checking of calibration standards at RTUs. The master station computers, communications equipment and the RTUs will be designed to have a useful operating life of not less than fifteen (15) years with standard servicing and replacement of parts. Since the Purchaser may contract with the original c6fnoter supplier for on -site maintenance support of the computer system, t e, computer system must be supportable by the original computer supplier y or not less than fifteen (15) years. Documentation from the original computer system supplier must be provided with the proposal that establishes its commitment to servicing the computers, computer memory, I/O hardware, disc, magnetic tape backup and its manufactured peripherals for no less than fifteen (15) years. 7.4 SECURITY 7.4.1 COMMUNICATION DATA SECURITY The system will be responsible for continually ascertaining the integrity of the communications network represented by the master station communications interface equipment, the Purchaser's communications lines to the RTUs and the RTUs themselves. The following minimum functional capabilities are required: a. Error Detection Code Data transmission errors will be detected by use of error detection codes imbedded in the message format. The error detection codes will be BCH or geometric cyclic codes. An RTU receiving a message containing a detected error will not respond to that message. The master station equipment receiving a message containing a detected error will reject the message. 53 7 The error detection code will be capable of detecting single, multiple or burst errors. The minimum error detection capabilities will be: 100 percent detection of all single random errors 100 percent detection of all double random errors 100 percent detection of error bursts of five consecutive bits or less. NOTE: AN ERROR BURST IS DEFINED AS THE TOTAL NUMBER OF BITS INCLUDING THE FIRST AND LAST BITS IN ERROR. BITS BETWEEN THESE FIRST AND LAST BITS MAY OR MAY NOT BE IN ERROR. b. Synchronization Messages exchanged will utilize format checks, unique bit sequences, "bit stuffing" or some other positive means of establishing and maintaining message synchronization._ r� c. Retries J For points which are routinely monitored by frequent scanning cycles (such as analog inputs), no special reinterrogation sequences are required. It will be sufficient to reinterrogate these points with the next routine scanning cycle so long as the reinterrogation is not thereby delayed more than 20 seconds. For points which are not routinely interrogated more frequently than once per minute, including points associated with operator actions, operator requests or remote pulse accumulations, a means to assure prompt and repeated reinterrogat ions will be provided and the failures of these reinterrogations will be alarmed to the system operator. d. No Reply Failures of RTUs in responding to interrogations or in completing a requested function will be defined as No -Reply conditions. When No -Reply conditions are detected, the following actions must be taken: * The data or status associated with the scan block being requested will be set as "not updated". * An update of all data and status will be performed after the RTU starts replying. * If a No -Reply condition occurs during a control function implementation, an alarm message will be generated stating that the requested control function failed due to a No -Reply condition and a RESET command to the RTU will be transmitted. 54 r� e. Invalid Reply In order to ensure that the data received is the same data as the r., data requested, the address of the requested data must be re -encoded and included in the messages from the remote terminals. f If the transmitted and received addresses do not compare, similar r,. actions as described for No -Reply must be performed. f. Loss of Data ,., The system will be able to detect incomplete sequences, such as receiving less information than expected. All data affected by this type of error will be marked as "not updated". Repetitive logging of this type of error is not required, but periodic: alarm logs will be generated as the error conditions persist. g. Data overrun Receiving more information than expectedFyequires similar functions as described above for Loss of Data. h. Communications Errors Communications statistics will be both logged and displayed including number of good scans, total scans, errors, etc. Vendors shall describe in detail the communications technologies employed by its system including the data security techniques used. 4_1 7.4.2 COMPUTER DATA SECURITY The computer memories and the main data paths within the system will utilize error detection logic capable of complete detection of at least single bit errors. Solid-state memories will have error detection capabilities capable of at least single bit errors and disc memories will have complete detection of multiple bit errors within data blocks and capable of error correction. All access to common system data such as the data base will be through centralized management routines that perform sufficient validity checking to prevent unauthorized or unintended data modification. 7.5 PERFORMANCE TEST CONDITIONS The response times and loadings refer to terTs which are defined in this section. For factory acceptance test purposes the remote terminal units may communicate over dedicated circuits or -ma be party -lined with up to four (4) RTUs on each circuit, at the PurchasdV,s option. 7.5.1 STEADY STATE The system is in the Steady State when: a. The computers are operating without the additional spare main memory. b. The system is scanning and processing status, analog and other remote station data at the specified periods from all the RTUs in its ultimate configuration. No indications are changing but 50% of all analog inputs are changing such that their values would be updated at least every 10 seconds if displayed on a CRT screen. All RTUs will have approximately equal quantities of changing analog inputs. C. All CRTs are presenting displays which require updating at least once per ten (10) seconds. d. At least two (2) minutes have elapsed since the system was in either the Multiple Alarm State or the Sustained Alarm State as defined in the following sections. e. New unique CRT displays are being called up at a rate of six (6) every sixty (60) seconds. The mix of CRT display types will be chosen by the Purchaser to simulate probable system utilization. f. All Failover and Restart software is operational. g. All normal periodic functions (such as MVA and ampere calculations) are operating. 56 7.5.2 MULTIPLE ALARM STATE The system is in the Multiple Alarm State if: a. The system has been in the Steady State and is performing all the Steady State functions. b. In a ten (10) second period each of four (4) remote terminal units reports one (1) breaker operation and two (2) miscellaneous alarms and one (1) remote terminal unit reports four (4) breaker operations and two (2) miscellaneous alarms. 7.5.3 SUSTAINED ALARM STATE The system is in the Sustained Alarm State ifs gir a. The system has been in a Steady-Sta't)e and continues to perform all Steady State Functions. c b. In a one (1) minute period each of7 ten (10) remote terminal units reports: * five (5) breaker operations, * two (2) miscellaneous substation alarms, * ten (10) analog limit alarms. 7.6 RESPONSE TIMES ! 7.6.1 DATA ACQUISITION RATES ! Providing that the communications channels are intact and their noise levels are low enough to permit spoken exchanges, the remote terminal units will report all of their alarm and status indications 117 (including momentary change detection bits) at least every two (2) seconds. Systems which operate on a report -by -exception basis are r7 excused from the "every two (2) seconds" requirement but will report their change -of -state bit(s) every second and will be capable of Lj reporting any and all remote terminal indication changes within one (1) second following change -of -state report. The net result for both approaches will be that any and all remote terminal unit 71 indication input changes will be received at the control center • within two (2) seconds from their occurrence. Analog inputs to remote terminal units will be reported every ten F1 (10) seconds or more frequently. Systems which report analog inputs upon change rather than repetitively on a routine basis will be allowed if: 1) they interrogate every remote terminal for changes every two (2) seconds; 2) report all analog points within ten (10) seconds when they all change at once; and 3) periodically report every analog point even though it has not changed. r., 7.6.2 CONTROL OUTPUT TIME r For any supervisory control command, the RTU control output will be activated at the RTU within one (1) second after the dispatcher initiates the EXECUTE command. Assuming that the controlled device changes state in fifty (50) milliseconds, the dispatcher will be able to observe a positive indication on the CRT display that a suc- cessful control action has taken place within two (2) seconds after the dispatcher initiates an EXECUTE command. These times are "worst case" times and will be met by the system while in the Steady State, the Multiple Alarm State and while in the Sustained Alarm State. *A I All times are based on undisturbed communications between stations. 7.6.3 DISPLAY RESPONSE TIME With the system in its Steady State and with dispatchers at all the consoles simultaneously requesting different new displays (including all Vendor supplied displays as specified), updating of all the CRTs with the requested displays will be completed concurrently within one (1) second after the dispatchers' requests. With the system in the Multiple Alarm State and Sustained Alarm State, outputting a new display on a CRT (including all Vendor - supplied displays, as specified) will be completed within one (1) second. 7.6.4 ALARM RESPONSE TIME With the system having been in the Sttgadly State, an alarm (status change or telemetry limit violation), o urring at an RTU will be reported by audible and visual alarms atthe master station within the times given in Table 7.6.4-1. If the appropriate Alarm Summary display or station display is already being shown on the CRTs, then the appropriate entry on the display will be updated within the specified time period. Each of the individual alarm messages will have been printed on the logger within the stated times from the time of their occurrences. 56 F r L r. SYSTEM r CONDITION P, STEADY STATE MULTIPLE ALARM STATE SUSTAINED STATE TABLE 7.6.4-1 ALARM RESPONSE TIMES ONE -LINE AND/OR TABULAR DISPLAY (SECONDS) 1 1 1 ALARM SUMMARY DISPLAY (SECONDS) 1 2 ALARM LOGGING (Printing) (SECONDS) 4 10 30 NOTE: ALL TIMES GIVEN IN THIS TABLE ARE TO BE ADDED TO THE SCAN PERIOD OF THE POINTS (e.g., two (2) seconds for status and ten (10) seconds for telemetry) AND ARE FROM TIME OF OCCURRENCE OF THE INDIVIDUAL ALARMS AT THE RTU UNTIL THEIR OUTPUT. 7.6.5 FAILOVER AND RESET TIME Under all conditions, any failover and/or reset operation of the system will take less than thirty (30) seconds from the time of its initiation until the system responds to dispatcher entries (i.e., displays may be requested and output within the response times of Section 7.6.3) and the system is performing its data acquisition functions normally. Failover will be alarmed to the operator's console. 7.7 LOADING The Vendor will be responsible for demonstrating in the Factory Acceptance Test that the requirements in 7.7.1, 7.7.2 and 7.7.3 are met. A theoretical timing analysis is not acceptable. The ultimate loading of the system will be simulated during the Factory Acceptance Test in order to demonstrate the performance of the system in its ultimate configuration. The simulation will consist of, but not be limited to, generation of the additional disc activities, the additional CPU execution and I/O activities and blocking off additional CPU and disc memory areas which will be required in the ultimate system configuration. This will be accomplished by faster scanning of BTUs, connecting additional RTUs to the system, simulating some of the system load and/or any other means necessary to prove that the system meets all performance requirements. 7.7.1 COMMUNICATIONS CHANNEL INTERFACE LOADING If telemetry or indication points are reported on an exception basis, no communications channel will be busy more than 50% over any 1-minute period while in the Steady State condition. In order to minimize loading of the Purchaser's communications facilities, message formats will provide efficiency of 70% or greater for remote -to -master data transmissions. Efficiency is 59 defined as the ratio of indication and analog input data bits to the total message bits (data plus address plus security plus synchronization). 7.7.2 CPU LOADING No CPU in the system will be loaded beyond 35%, given that: _ a. The system is at its ultimate size through appropriate simulation. b. The system is in its Steady State. C. The specified loading includes the loading of the operating system and all other overhead software (including the Vendor's program which measures CPU utilization). d. All CPUs of the system are in normal service. e. The specified loading is an average for any five-minute period, including a five minute qperiod centered on the hour. No CPU in the system will be loaded bey CS d 50%, given that: a. The system is at its ultimate size through appropriate simulation. b. The system is in the Sustained Alarm State. C. The specified loading includes the loading of the operating -' system and all other overhead software (including the Vendor's program which measures CPU utilization). d. All backup CPUs in the system are out of service. e. The specified loading is an average for any five-minute -' period, including a five-minute period centered on the hour. 60 r RN I 7.7.3 DISC LOADING PM No mass storage device in the system will be loaded beyond 50%, given that: a. The system is at its ultimate size through appropriate simulation by the Vendor. r b. The system is in its Steady State. C. The specified loading is the percentage of the test period during which the deviceis"busy" (including seek time, latency time and transfer time). d. All the CPUs of the system are in normal service. e. The specified loading is for any five-minute period including a five-minute period centered on the hour with all hourly reports being generated. 7.8 ELECTRICAL AND ENVIRONMENTAL CONDITIONS S- 7.8.1 MASTER STATION The Vendor will provide with its proposal complete electrical and environmental requirements for the master station in its ultimate configuration. This will include voltage requirements, frequency requirements and power requirements for each item of equipment and the recommended environmental needs for temperature, humidity and BTU/HR heat dissipation. 7.8.2 PERSONNEL SAFETY All equipment will be adequately grounded to safeguard all personnel from shock hazards and will be constructed to prevent accidental shock to maintenance personnel. 7.9 STANDARDS All equipment, hardware, software and services covered by the Specifications will conform to all applicable standards of OSHA, ANSI (including both C1, National Electric Code and C2, National Electric r Safety Code), IEEE, NEMA, ISA and EIA, in effect at the time of contract signing. Where the above standards differ, the Vendor and Purchaser shall jointly agree and state which standard applies. Unless modified by provisions of the Specifications, the above standards apply whether mentioned in the text or not. 61 r I" W" SECTION 8.0 REMOTE TERMINAL UNIT REQUIREMENTS 8.0 REMOTE TERMINAL UNIT REQUIREMENTS The Purchaser desires to utilize our existing Remote Terminal. Units (RTU's) to interface with the new Master Server Unitsf however, should a proposer not be capable of interfacing with our existing Advanced Control System (ACS) RTU's due to the required ACS 3000 proprietary protocol then suitable replacement RTU's must be provided to be installed in order to interface. Any new SCADA Master monetary savings must be sufficient enough to cover all RTU replacement labor and miscellaneous material and other costs. The Purchaser will require the Vendor to be an established manufacturer of remote terminal units (RTUs) with a demonstrated, reliable RTU product line designed specifically for the electric utility industry. The Vendor shall manufacture as much of the RTU as possible so as to guarantee service and replacement parts fob.a, minimum of fifteen (15) years. Each Vendor will specifically indicate whitY items in the RTU are not manufactured by them. - J' 6.1 QUANTITATIVE REQUIREMENTS Remote terminal units will be furnished in the quantity and with the initial point counts given in Table 8.1-1. Table 6.1-2 identifies the primary power available for these RTUs and whether the RTUs will be in- stalled indoors or outdoors. The communications facilities serving these RTUs are defined elsewhere in these specifications. The point types are defined in subsequent sections. The quantity of RTUs in the ultimate system and their ultimate point counts are also provided in Table 8.1-1. The control center equipment will be expandable, both in hardware and software and without obsoleting anything beyond data base table entries, to accommodate the ultimate quantity of RTUs and their ultimate point counts. The future expansion of the initially furnished RTUs will be possible through the addition of plug-in modules, card files, cables and other equipment without rendering any of the originally -furnished equipment obsolete. All of the necessary additional hardware will fit into the enclosure space initially furnished and will not require the use of any tools other than a screwdriver for installation. 8.2 GENERAL DESIGN REQUIREMENTS To ensure a fifteen (15) year life cycle and future RTU enhancements, the RTU will be of the latest technology incorporating a 16-bit microprocessor as its basic logical unit. The design will provide real-time hardware interrupts so that the microprocessor can support real-time dynamic functions. The microprocessor common logic section will include RAM, EPROM and EEPROM memory. The RTU operating system and communications firmware will be provided in Erasable Programmable Read Only Memory (EPROM). This software will not be field modifiable in einy way except by EPROM replacement. All Purchaser defined parameters such as RTU station address, communication parameters and RTU configuration, will be held in non-volatile Electrically. Erasable Programmable Read Only Memory (EEPROM). These parameters will be entered with a hand-held programming terminal (See section 8.19.1) and will be easily changed by a technician in the field using menu -driven RTU firmware. All RTU configuration information including communications parameters, poll -by -exception parameters, etc., will not have to be reloaded either locally or by the master station due to an RTU power failure. Random Access Memory (RAM) will only be used to store dynamically changing data and will not be used to store RTU 62 configuration parameters. High— speed, Read -Only -Memory (ROM) may be used in the RTU for microprocessor operation, but no executable code will be permanently stored in ROM. The RTU will incorporate a watchdog timer which will restart the RTU if not periodically addressed by the microprocessor. Each RTU will meet the following minimum requirements: a. The RTUs will include common logic,modem, power supplies and enclosure space to accommodate the ultimate point counts defined in Table 8.1-1. Input and output hardware will be provided to meet the initial requirement given Table 8.1-1. The common logic, modem, power supplies and point input and output units will be contained within one or more enclosures. b. All external connections will be made on Vendor -furnished clearly labeled terminal boards, sized to accept Purchaser's 112 AWG field wiring. Wiring will be grouped by like function (status, analog, etc). on terminal boards. Each two anal g inputs will be provided with one ground terminal for shield wire- C. All inputs and outputs of the RTUs, including the communications line, power supply inputs, sensing voiltvge supply output, contact inputs, analog inputs, accumulator inputs and control outputs will be designed to withstand the Surge withstand Test (ANSI C37.90a- 1974) without damage or false operation. d. In order to conserve communications bandwidth and master station processing, the RTUs will internally check for status changes and report only when a change occurs. A periodic integrity check will also be made. e. To the greatest extent possible, all components will be solid-state devices suitable for the application and sufficiently derated for long life. f. Proper mounting will be employed for components such as large axial lead capacitors or power resistors to prevent damage during shipment or operation. g. No electronic equipment will be potted or sealed permanently and no printed circuit cards will be coated after assembly of components. h. All plug-in printed circuit cards will be notched and all cards will be keyed if the incorrect insertion of a card can cause damage. i. Gold-plated contacts will be provided for all printed circuit cards and low -current level connectors. J. Circuit cards will be made of glass -epoxy material. k. Each printed circuit card and subassembly will be serial numbered and identified by its appropriate part number for individual card or subassembly traceability. 63 �. _ r- - ,--- _ A r -.1 TABLE 8.1-1 REMOTE TERMINAL POINT REQUIREMENTS REMOTE TERMINAL NAME NUMBER CONTACT INPUTS INITIAL ULTIMATE NUMBER ANALOG INPUTS INITIAL ULTIMATE NUMBER ACCUM INPUTS INITIAL ULTIMATE NUMBER MOMENT OUTPUTS INITIAL ULTIMATE NUMBER LATCH OUTPUTS INITIAL ULTIMATE 3: MPR7075 2 16 3 4 0 0 4 8 0 0 B: MPR7075 1 16 2 4 0 0 2 8 0 0 K: MPR7075 3 16 4 4 0 0 6 8 0 0 MPR7075 2 16 3 4 0 0 4 8 0 0 r: MPR7075 1 16 2 4 0 0 2 8 0 N: MPR7075 2 16 3 4 0 0 4 8 0 0' NE:MPR3050A 40 64 21 64 0 4 20 36 10 18 5: MPR3050A 40 64 32 64 0 4 22 36 9 18 CH:MPR3050A 32 64 24 64 0 4 ZD 36 7 18 CO:MPR3050A 32 64 16 64 0 4 24 36 10 18 V: MPR3050A 40 64 24 64 0 4 24 36 9 18 ER:MPR3050A 24 64 16 64 0 4 14 36 6 18 64 MC:MPR3050A1 32 I 64 I 16 I 64 I 0 I 4 I 20 I 36 1 8 I 18 MD:MPR3010AI 65 I 120 28 96 I 0 I 8 I 24 24 ( 8 I 21 SS:MPR7050AI 42 ( 104 I 29 96 I 0 4 I 24 I 56 ) 6 56 HY:MPR7050 32 ( 104 I 32 I 96 I 0 { 4 8 I 56 ( 0 I - MK:MPR3050AI 32 I 64 I 32 64 I 0 I 4 22 I 36 6 I 18 BR:MPR7050 I 56 I I I 34( 56I 12 I 56 65 r t TABLE 8.1-2 REMOTE TERMINAL POWER AND CABINET REQUIREMENTS REMOTE rERMINAL NAME POWER REQUIREMENTS 48 VDC 125 VDC 120 VAC CABINET REQUIREMENTS INDOOR OUTDOOR 0: x x B: x x x: x J x D: x x r: x x N: x x NE: x x 5: x x CH: x x CO: x x V: x x ER: x x MC: x x W : x x 5S: x x HY: x x MK: x x BR: x x 66 I P" 8.3 MODEM �w The modems furnished in the RTUs will be functionally identical to those furnished in the master station and will meet the requirements given in Section 3.6.2. 8.4 RTU COMMUNICATIONS The RTU communications functions will be performed by microprocessor. Each RTU will be able to communicate, using an efficient message structure with the master station at a rate of 1200 bits per second over two -wire or four -wire 302 unconditioned telephone and/or microwave channels. Purchaser will provide the communications facilities to the master station wired to the Vendor -furnished terminal blocks. The coding scheme used to transmit control and indication data between stations will provide for detection of errors caused by interference conditions on the interconnecting communicati<xds link. Message security is to be guaranteed by use of an error check g scheme as specified in section 7.4. Vendor will configure the system, as approved by Purchaser, to meet the scanning and reliability requirements of this Specification. 8.5 CONTACT INPUT REQUIREMENTS The Purchaser will provide isolated form "a" or "b" contacts to represent status and alarm indications to the Vendor -furnished RTUS. The RTUs will sense the states of these contacts by applying a voltage and observing the extent to which current flows. The voltage applied across the Purchaser's open circuit will be isolated and in the range from 12 VDC (nominal) to a maximum of 48 VDC (nominal). The minimum current flowing through the Purchaser's closed contacts shall be ten (10) milliamperes. The Purchaser reserves the right to define the significance of the open and closed states of every point. The Vendor's RTU or master station software will be capable of conveniently associating each contact's state with its meaning to the operator. Each indication input will be properly filtered for contact bounce and isolated from high electrical noise.' As specified in the Point Requirement Table, some status points include detectors for momentary changes. The ability to capture TRIP/CLOSE and TRIP/CLOSE/TRIP operations will be provided by these detectors. It is required that change indications be reset only by acknowledgment messages from the master station. It is also required that no acknowledgment message reset a change indication which has not yet been reported to and received by the master station. Vendors will describe in detail how the logic works including hardware, communications and master software. 67 r. It is the Purchaser's requirement that the RTU accurately report breaker operations to lockout, (TRIP/CLOSE/TRIP/CLOSE/TRIP/CLOSE/TRIP) and that under no circumstances (even if the communications circuit is out of service) will alarms or status changes be lost. 8.6 ANALOG INPUT REQUIREMENTS A digital telemetering subsystem will be furnished in each RTU which must accept analog inputs. This subsystem will include one or more analog -to digital converters, analog multiplexers and a means of filtering the analog inputs. The digital telemetering subsystem will be capable of accepting 11.0 milliampere or 4 - 20 milliampere, either floating or isolated inputs from Purchaser's supplied transducers. The telemetering subsystem will have input circuit impedances of less than 10 k ohm. L� Scaling to engineering units for display and 3dgging will be done by the master station to permit the full scale input Sf the A/D converter to be utilized. The digital telemetering subsystem will have characteristics equal to or better than the following: a. A/D resolution of 12 bits including sign. b. Accuracy of 0.15 percent of full scale over the temperature range specified in Section 6.15 from transducer output to master station. C. All inputs will be differential and isolated from ground. d. All inputs will have common mode noise rejection of 80 db at 60 hertz. e. All inputs will have normal mode noise rejection of 60 db at 60 hertz. f. All inputs will have input protection of 200 VAC continuous from either input to ground or input (+) to input (-) - common mode. g. All inputs will have input protection for ANSI C37.90a.- 1974 surge withstand from either input to ground and input (+) to input (-) - common mode. The analog inputs will be scanned by the RTU using high speed solid-state analog multiplexers between the transducer output and the A/D converter. Relay multiplexers and single -ended analog systems are unacceptable. 8.7 MOMENTARY CONTROL OUTPUT REQUIREMENTS The control output circuits of the RTU will process the control selections and commands received from the master station using the select -before - operate procedure. 68 Ik' Control output drive circuitry will be designed such that a single component failure in the RTU will not cause misoperation (uncommanded or wrong relay operation). Each momentary control output point will provide two interposing relays, each with one form "a" contact rated for a minimum of 100,000 operations when interrupting an unsuppressed inductive load of 10 amperes at 125 VDC. The interposing relays will be enclosed, either individually or in groups and their operations will be readily observable. Duration of the contact closure will be adjustable from 0.1 to 10.0 seconds on a per point basis. r 8.8 LATCHED CONTROL OUTPUT REQUIREMENTS The latched control outputs will operate as the momentary outputs identified in Section 8.7, except that the interposing relay will be either mechanically or magnetically latched. These control outputs will be used for reclosure and group relay P,lo king and certain other "auto/manual" features in the substation. -EacV interposing relay will be equipped with a form "c" contact rated at I&amperes at 277 VAC for Purchaser use and one form "a" contact for"mor4ltoring by the RTU contact inputs (Section 8.5). 8.9 INTERPOSING RELAY DISABLE SWITCH To provide safety for maintenance personnel, a separate switch will be provided to disable all output relays simultaneously. An extra set of contacts on the switch will be provided to allow monitoring of the switch status. 8.10 PULSE ACCUMULATORS The pulse accumulator logic will consist of two registers for each point for counting and storing of MWH data. Each accumulator will be capable of counting up to 4095 or 16,777,216 (user -selectable). The input circuitry will be properly designed to handle a form "a" or "c" contact (10 counts per second maximum). Buffering and filtering will be incorporated to ignore contact bounce. One register may be defined as the accumulating register and the other as the buffer register. The accumulating register will accumulate the counts from the input contacts and transfer its contents to the buffer register when a global or individual freeze is received at the RTU. No counts will be lost when this transfer occurs and the accumulating register will be reset to zero. The reading now stored in the buffer register may then be requested by the master station. Transfer and read schemes may be utilized but only if a separate and unique read-only request is also provided. The capability to support a local freeze input and output will also be provided. The number of accumulators will be field selectable, using the hand-held programming terminal. 69 8.11 VOLTAGE CONTROL MODULE (OPTIONAL) The Purchaser may desire to implement a voltage management scheme for demand reduction. Vendors must be able to provide the standard products which can interface to either LTCs or bus/line regulators for remote control of bus or feeder voltage. These devices will be interfaced to the RTU (or integral to the RTU) such that a "LOWER" command received by the RTU will result in a 1.5 VAC (as referenced to 120 VAC) reduction in bus or feeder voltage. It is required that these devices not have any effect on the LTC or regulator compensation circuits, but instead will cause the LTC or regulator to sense a 1.5 VAC increase in voltage. The LTC and/or regulator will then compensate for this increase in bus or feeder voltage by automatically lowering the voltage. These devices will have a total reduction capability of 7.5 VAC in five (5) steps. Each "LOWER" command issued to the RTU will cause the device to reduce the voltage by one step (1.5 VAC) until five steps of reduction have occurred. Any further "LOWER" commands will be ignored rb� the RTU or device. Upon receiving a "RESET" command, the RTU will, ca a the device to reset to "ZERO" thus removing the unit from any effect on the LTC or bus/feeder regulator. 8.11.1 CLOSED LOOP CONTROL CAPABILITY Each RTU will have closed loop control capability which can be initiated from the master station. This capability will permit the activation of a control loop from the master station using setpoint control commands. once activated, the control algorithm will continue to execute without reference or assistance from the master station. The RTU will support a minimum of eighth (8) programmable control loops. Each control algorithm will be programmable using the hand-held programming terminal or down load from the master station. The following minimum parameters in the RTU's data base will be definable for each control algorithm: o Setpoint control reference point. o Upper limit for control - when limit is reached, the control loop is disabled. o Lower limit for control - when limit is reached, the control loop is disabled. o Control execution steps. (sequential steps and repetition rate) o The control point or points under control, either momentary or latched. o The analog or accumulator variables to be monitored for closed loop.control. o The ability to arm and disarm the control loop. o The algorithm state definition for passing to the master station. 70 1 OW 8.12 POWER REQUIREMENTS Each RTU will obtain its primary power from an unfiltered and ungrounded station battery or other source furnished by the Purchaser. The Vendor will be responsible for 'converting this power as may be necessary to operate the RTU and for distributing it to the enclosures and units as may be required. The RTU's power subsystem will conform to the following technical requirements: a. Input will be plus or minus 15% of nominal voltage. (i.e., a 60-cell station battery with a 125 VDC nominal voltage may be discharged down to approximately 115 VDC, will not be alarmed for overcharge until approximately 142 VDC, will normally be floated at 132 VDC and equalized at 138 VDC.) b. RTU logic and contact input sensing voltages will be fully isolated from the inputs so that no ground is kTposed on the battery. C. Filtering will be provided on the inputi ab that the switching noise of the DC/DC converter is not imposed o . the battery. The maximum reflected noise on the station battewill be less than 30 r millivolts. The switching circuitry of the DC/DC converter will operate above the audible range preferably 20 KHz or higher. d. If the Vendor supplies OEM -type power supplies, they will be protected for proper operation in the substation environment. All power supplies and their protection circuity will operate without failure when subjected to the ANSI C37.90a-1974 surge withstand test. 8.13 PHYSICAL ARRANGEMENT Cable access to external connections will be from either the top or bottom at the Purchaser's option. If a RTU requires a second cabinet, Vendor - furnished cables with a connector plug on at least one end will be used to interconnect cabinets. Except for power supply circuits, the use of field -installed discrete wires to interconnect enclosures will be un- acceptable. 8.14 CAPACITY AND EXPANSION The initial capacity of each RTU will be that as defined in Table 8.1-1. Due to the large differences in quantity between the initial and future functions to be provided, modularity is extremely important. It is desired to purchase only point cards initially needed to fulfill the point counts and RTU type criteria. However, space will be provided and shown on the RTU rack drawings to accommodate all printed circuit cards or card files for future expansion. As an RTU is expanded, the memory changes necessary to implement the new configuration will be entered via the hand- held programming terminal and retained in EEPROM. It must not be necessary to replace the non-volatile memory for a field change. The RTU is to be wired for the ultimate point count per Table 8.1-1. This will include terminal blocks, connectors and cabling necessary to accept the applicable card or card file. Purchaser needs only to be required to insert a card or card files and make the RTU external connections to terminal blocks. + All microprocessor subsystems required for servicing the future points will be furnished under this contract. �^ Vendor will provide sufficient detail in the proposal to permit a thorough understanding of the modularity. i 71 8.15 RS 232C PORT TO EXTERNAL DEVICES The RTU must have the ability to serve as a communications node to microprocessor -based devices such as solid-state regulator controllers, electronic reclosures, solid-state relays, electronic metering devices, power -line carrier injectors or energy management systems. An RS 232C port, separate from the port used to communicate with the master station, will be either initially provided or field -added by adding no more than one plug-in circuit card. The Vendor will provide sufficient detail concerning digital interfaces it has available for external devices, including a discussion of the physical interface, the devices it has interfaced and the RTU's ability to handle the additional processing load for such devices. 8.16 ENVIRONMENT No adjustments will be required to mainta _gtable system performance throughout an ambient (measured outside the cT6-6ed enclosure) temperature range of 0°C to 600C and 10 to 95% humidity. C• 8.17 COMPONENTS ,3 The Purchaser requires that all electronic components be solid-state integrated circuit in nature, with discrete solid-state components used only where integrated circuits are determined to be technically unfeasible such as in power rectifiers and regulators. Mechanical relays or rotating devices will not be permitted except where specifically authorized by these Specifications. 8.18 ENCLOSURES All RTU enclosures will be of the NEMA 4 ( for outdoor) or NEMA 12 ( for indoor) type. Where multiple enclosures are used at a location, all enclosures will bolt together and only the width of each enclosure is to vary. Front access is desired to reach all components including power supplies, printed circuit cards, relays and terminal blocks. Rear access to external connections is acceptable. Cable access for external connections will be from either the top or bottom. If the Vendor's internal equipment arrangement depends upon the exact cable entrance, this will be defined in the proposal. Inter -enclosure cabling for the Vendor's connections, if required, will be via side cut outs or the absence of side panels. The top or bottom external cable entrances will not be used for this purpose. Fans will not be utilized. Strip heaters may be provided in enclosures for conformance to the ambient temperature requirements. All enclosures will be metal which has been thoroughly -cleaned, finished and treated to resist rust. All enclosures will be primed and painted in the manufacturer's standard color. All doors and panels will be positively securable in the closed position. If door locks are provided, all will be openable by a universal key and two keys per enclosure will be provided. Inside each enclosure, there will be a shelf, slot, space or holder to hold one copy of the RTU termination drawings. 8.19 TEST EQUIPMENT SPARES AND TOOL OPTION 8.19.1 RTU PROGRAMMING AND TEST UNIT 72 r■ The Vendor will provide the Purchaser the ability to completely configure each RTU in the field. The RTU configuration including RTU station address, baud rate, communications parameters, RTU ,.. configurationinformation, poll -by -exception parameters, etc. will be field programmable either with a hand-held programming terminal or test seta Mechanical switches such as rotary and DIP switches will not be acceptable for this purpose. The hand held programming p. terminal or test set will be menu driven and will not require any I knowledge of the RTU firmware, software, data tables, etc. The !, programming terminal or test set will also have complete access to the RTU's data base as follows: o The current state of all inputs and outputs. (i.e. status, analog, accumulators, analog outputs, etc.) o The current state of the control subsystem. (i.e. control point selected, etc.) o Editing and reviewing all RTU closed loop control parameters. o Monitoring communications from-th master station. o The communications statistics of master to RTU messages. The RTU will be able to remain on-line �7and in operation with the programming terminal or test set connected.. 8.19.2 COMMUNICATIONS TEST SET OPTION As an extra cost option, the Vendor will offer a communications test set which is capable of performing all of the following functions: a. Simulation of RTU messages to the master station for checkout of the master station, the communications links between the master station and the RTUs and the communications equipment within the master station. b. Simulation of the master station messages to an RTU for the checkout of the RTU and communications links between the master station and RTUs. C. Monitor messages between the master station and RTUs with the capability to "TRAP" operator -specified messages for display and/or analysis. The test sets will be rugged enough to withstand the temperature extremes specified for the RTUs and to withstand transporting via truck or via freight without packing material and without damage. RTU test sets will be provided with modems, which are an integral part of the test sets, for interfacing with RTUs or the master station. The test sets will be capable of communications via two - wire and four -wire circuits. 8.19.3 RTU SPARES As a minimum, the Vendor will provide one type of each printed circuit card, power supply assembly, electronic module, etc. of each type used in the RTUs proposed. If different RTU types (models) are proposed to accommodate different RTU sizing, then a complete set of spares will be provided for each type (model) proposed. 8.19.4 SPECIAL RTU TOOLS AND TEST EQUIPMENT OPTION The Vendor will provide one set of all special test equipment and tools which may be required to properly operate and maintain the 73 RM This will include such equipment as circuit card testers, card extenders and connector tools which would not normally be considered as standard" equipment presently in use by the Purchaser's maintenance department. 74 SECTION 9.0 PROJECT IMPLEMENTATION 9.0 PROJECT IMPLEMENTATION 9.1 PROJECT COORDINATION 9.1.1 PURCHASER'S INTERFACE All coordination and communication for this project will be with the Purchaser's Project Manager. He, in turn, may delegate the actual performance of certain work to others. The Vendor will have no direct communication with any Purchaser personnel or the Purchaser's Consulting Engineer (if any) without the prior and explicit approval of the Purchaser's Project Manager. L{ 9.1.2 VENDOR'S INTERFACE The Vendor will appoint one Project Mana�r. All communications by the Purchaser will be directed through the Vendor's Project Manager. 9.1.3 VENDOR'S ORGANIZATION rWithin the thirty (30) days following the Contract signing, the Vendor will describe his general management organization, the responsibilities of the Project Manager and his control over the B timely scheduling of the project. 9.1.4 TECHNICAL MEETINGS AND REPORTS Technical Discussion Meetings will be held on an as -needed basis between the Purchaser and the Vendor. For each meeting a proposed agenda, mutually agreeable to the Vendor and the Purchaser, will be prepared and exchanged in advance. The agenda will serve to indicate which project members will be present at each meeting. r" Payment for providing the Technical Discussion Meetings will be included in the lump -sum prices proposal in the schedule for furnishing the various items of equipment and software that make up the system. r 9.1.5 MONTHLY REPORTS r 4� By the tenth day of each month during the life of the Contract, the Vendor will mail a progress report to the Purchaser. This report will contain an updated Project Schedule (reflecting any advances or slippages incurred), a tabulation of slippages (with their causes and projected effect on the total Schedule), problem areas (including whether they were or were not solved), major decisions made and major tasks performed during the previous calendar month. It is intended that the monthly report will be of major assistance in detecting any potential problem areas as far in advance as possible. The format of the monthly reports will be as determined in the Work Statement. 9.1.6 CHANGES TO WORK STATEMENT It is intended that a maximum effort will be exerted by all parties to detect any and all required modifications to the work as soon as 75 possible and document all required modifications in the Work Statement. No changes will be made to the Work Statement by the vendor unless authorized by a Notice of Project Modification approved by the Purchaser and accompanied by a supplement to the Contract if cost changes are involved. Cost changes will only be considered under exceptional circumstance. vendors are to quote a complete working system. 9.1.7 PROJECT CORRESPONDENCE The Vendor will employ correspondence classification codes which will help both him and the Purchaser in maintaining logically organized and conveniently accessed project files. In addition, all project correspondence including progress reports, meeting reports, documentation submittals and other transmittals from the Vendor to the Purchaser, will be identified by consecutive transmittal numbers. These transmittal numbers are.;i�npended to provide positive document identification and to aid in tNe recognition of the non - receipt of documents by the addressees. issuance of transmittal numbers will be controlled exclusively by the Vendor's Project Manager. The Purchaser will maintain a similar correspondence control scheme which will be coordinated with the Vendor's scheme whenever it is practical to do so. The details of both schemes will be documented in the Work Statement. 9.2 SCHEDULES 9.2.1 PROJECT SCHEDULES The vendor will submit a conservative schedule which it is confident of achieving. Vendors should recognize that the Purchaser can schedule his cash flow to meet whatever schedule is agreed upon but does not want unexpected delays. A simplified PERT/CPM chart will be used which utilizes a uniform time base along the horizontal axis and clearly shows the rela- tionship (prerequisites) of the various events in the schedule. The Vendor's proposed schedule will clearly define any and all critical dates for Purchaser activities during document approval, Factory Acceptance Testing and installation. 9.2.2 PAYMENT MILESTONES The Purchaser may make progress payments which are based on the vendor's reaching of measurable milestones in the course of the project. However, in case of delay (without Purchaser's approval) in system delivery, the Vendor will pay interest to the Purchaser on the total sum of progress payments paid prior to the actual delivery date. Such interest charge will be computed from the day of the scheduled system delivery to the day of actual system delivery and will be at a rate to be defined in the Work Statement, above the current prime lending interest rate. The Work Statement will explicitly identify the project milestones upon which progress payments will be based. These milestones will be defined with the understanding that achievement of a later milestone will not be recognized unless all prior milestones have already been achieved. Each Vendor is requested to submit its proposed payment milestones which are appropriate to the system configuration it has chosen and which generally conform to the 76 {I� N Purchaser's intent. Proposals which omit appropriately -ordered and meaningful milestones may be subject to rejection. 9.2.3 DOCUMENTATION SCHEDULE Table 9.2.3-1 expresses the scope, schedule and quantities of the system documentation required by Purchaser. In recognition of the different system and software configurations available, the Purchaser will allow a limited amount of subdivision and rearrange- ment of the system documentation. The finalized documentation schedule will be included in the Work Statement. All dates in the work Statement will be expressed in terms of elapsed time following contract signing insofar as this is practical. Failure to conform to the documentation schedule will result in the retention of progress payments. 77 r TABLE 9.2.3-1 SYSTEM DOCUMENTATION DELIVERABLES li DESCRIPTION COPIES I)EADLINE Work Statement (including overall 4 Prior to Contract Signing !' project schedule and payment schedule) Meeting Reports 2 8 working days after �.. meeting r Monthly Progress Reports 2 In mail by loth of each month !. Software Implementation Schedule 4 Lrj 3 weeks after Contract S•4 Preliminary Software Design Doc.(PSDD) 4 months After Contract signing (ACS) Final Software Design Doc. 4 1 month prior to Factory Acceptance Test (FAT) Software Design Doc. Updates 4 As necessary after FAT l Inventory List 4 1 month prior to FAT r 1 Master Station Installation Manuals 4 3 months ACS Hardware Review Drawings 4 4 months ACS Final Drawings 4 4 weeks after master a station shipment Programmers' Manuals 3 3 months prior to FAT Factory Acceptance Test Procedures 3 2 months prior to FAT Maintenance Manuals, Remote 4 Upon shipment of first RTU Data Base Description Manual 3 Same as for Programmer's Training Course Outlines 4 4 weeks before class plus 1 per student C! Factory Acceptance Test Reports 3 2 weeks after FAT � NOTE: Many of the above deadlines are referenced to future events (e. g. , 3 I; months prior to FAT). To avoid having several deadlines inadvertently shift when another deadline is shifted, all deadlines in the work statement will be referenced to points in time after contract signing wherever this is r possible. 78 9.3 QUALITY CONTROL An effective quality assurance (QA) organization will be implemented by the Vendor and maintained at least for the duration of this Contract. Personnel performing quality control functions will have well-defined responsibility, authority and organizational freedom to identify and evaluate quality problems and to initiate, recommend or provide solutions during all phases of the Contract. The QA organization of the Vendor will be an independent administrative and functional structure reporting via its manager to the Vendor's top management. The QA manager will have the authority within his delegated area of responsibility to resolve all matters pertaining to quality to the satisfaction of the Purchaser. The Vendor will establish and maintain a closed -loop system for in-house deficiency reporting, analysis and corrective action on both hardware and documentation. The system will ensure the detection and correction of any condition either in its own or in its subcontractor's operations pertaining to design, purchasing, manufacturing, installation, inspecting and other elements of Vender rformance that adversely affect quality. The Vendor's quality assurance manual-of.procedures will be submitted for review and should fullydescribe all functionsquality within the Vendor's organization. 9.4 DOCUMENTATION REVIEW (NO REVIEW/STANDARD) The System Documentation required in these Specifications will be submitted in accordance with Table 9.2.3-1 by the Vendor to the Purchaser for general review and to assist the Vendor in conforming to the provisions and intent of the Specifications. Copies of each piece of documentation will be forwarded as soon as possible for preliminary review and use. It is the Purchaser's intent to purchase a standard system from the Vendor and as such the Purchaser may not require design approval, except for items of special desicrn to meet the Purchaser's Specifications. However, this approval or lack of approval does not relieve the Vendor of its responsibilities under the Work Statement. 9.5 FACTORY ACCEPTANCE TEST All of the Vendor's costs associated with inspection and testing are to be included in the Vendor's prices. Inspections and tests, or waiving of either by the Purchaser before shipment, will not relieve the Vendor of responsibility for providing hardware, software and documentation strictly in accordance with the Specification. Also, successful completion of the Factory Acceptance Test does not constitute final acceptance of the system. 9.5.1 SCOPE The Factory Acceptance Test (FAT) will be comprised of Structured Specific Tests, Unstructured General Tests and a 100-Hour Test. Prior to shipment of the system, the FAT will be formally conducted with the Purchaser's Project Manager or his designated representative in attendance. The Vendor will notify the Purchaser in writing at least one (1) week prior to the FAT that a dry run of the FAT has been successfully performed and that, in the opinion of the Vendor, the system is ready for the formal tests. This notification will also certify that all documentation scheduled for completion prior to the FAT is, in fact, complete and ready for inspection". Prior to the FAT, all RTUs will have passed a 72-hour high temperature operational test conducted by the Vendor at 60 degrees centigrade without failure. if during this test any failures occur, the RTUs will be re -tested until they have completed a continuous 72 hours of operation at 60 degrees centigrade without any failures. 79 In the event that its first attempt to pass the FAT is not successful, the Vendor will notify the Purchaser, in writing and at least three (3) weeks in advance, that it has corrected the faults found earlier and that it is ready for resumption of testing. r., 9.5.2 PROCEDURES The Factory Acceptance Test (FAT) Procedures Document will follow a consistent format r.. and be submitted to the Purchaser for review. The formal Factory Acceptance Test will not take place until the Factory Acceptance Procedures Document has been reviewed by the Purchaser's Project Manager. THE FACTORY ACCEPTANCE TEST PROCEDURE DOCUMENT SHALL: a. Contain for each test: test number, name and description b. Define each logical step-by-step procedure, providing the expected response at �.. each step and providing space for the recording of actual results. C. Provide space for approval by both parties Q ach test. d. Contain check points at critical points in-loNc. e. Contain minimal reference to other documents. f. g. Be structured such that simpler tests general* are run first. Be written such that it can be used by the Purchaser during field testing. h. Describe any steps necessary to simulate inputs required by the test. THE FAT PROCEDURES DOCUMENT SHALL INCLUDE AN OVERALL TEST SCHEDULE (TO BE REVIEWED BY PURCHASER) THAT INCLUDES TIME FOR STRUCTURED TESTING. 9.5.3 STRUCTURED SPECIFIC TEST Testing will include, but will not be limited to, the following: a. Verify correct inventory of hardware. b. Verify that all master station hardware is operational. C. Demonstrate all hardware and software diagnostic capabilities. d. Demonstrate system software facilities, including assembling, compiling, appending and executing new program; program debug facilities will also be demonstrated. so e. Create and demonstrate, for each item of master station equipment, proper handling of typical error and failure conditions; demonstrate computer power fail and restart; demonstrate failover to the backup computer with either computer being master. f. Demonstrate that all master station software is operational, including operating system and support software, dual computer failover software, periodic calculations software, SCADA software, diagnostic software and man -machine interface software. g. Demonstration of system editing capabilities, including the addition and deletion of points and remotes, the addition/deletion/modification of alphanumeric and one -line diagram CRT displays, the modification of the database and system parameters such as point descriptions and the addition of points to log formats. h. Demonstrate alarming upon failure to communicate with an RTU and the functioning of error -detection logic. i. Demonstrate CPU loading and system response for baseline and stress activities for both initial and ultimate systems (simulation may be required). J. Demonstrate master station configuration switc�ting (peripherals, consoles, RTU line controllers, etc.) k. Verify analog input/output accuracy. 1. Demonstrate the performance of all of the kTUss•including: * Quality Control check on construction * Proper cabling * Proper card counts * Accuracy * Proper operation of all input and output functions * Proper link -up with test data base M. Perform IEEE SWC common mode and differential mode tests (ANSI C37.90a-1974) and (IEEE Std 472-1974) on all input/output terminals, including communications and power supply terminals, of one representative RTU randomly selected by the Purchaser. As an alternative, the Vendor may furnish certification that these tests were passed by RTUs of similar design. n. Demonstrate operation of RTUs under specified elevated temperature conditions. o. Verify that the master station interfaces to the required communication. P. Verify that the initial system contains all required spare capacities. q. Prove beyond reasonable doubt that the hardware/software documentation actually represents the system supplied by the Vendor. This will be performed by a series of documentation checks. 9.5.4 UNSTRUCTURED GENERAL TESTS To provide the Purchaser with full confidence in the system, unstructured time will be provided during Factory Acceptance Test. During the unstructured testing period, the Purchaser will be allowed to operate the system with the Vendor only observing, not actively participating. The system will perform as specified and any deviations will be corrected and retested. The Purchaser will be allowed at least 48 consecutive hours for this unstructured testing. This time is in addition to any time required for Structured Factory Tests. 81 9.5.5 100-HOUR CONTINUOUS TEST After the successful completion of all the above tests, a 100-hour continuous run of the system must be performed without loss of any function, without any hardware or software failure and without any failover (except manual failover); while actual power system operation will be simulated and the man -machine interface will be exercised to P" determine possible weaknesses. The Purchaser's representatives will be permitted to participate in the exercising of the man -machine interface which will be exercised to determine possible weaknesses. The Purchaser's representatives will be permitted to participate in the exercising of the simulating of RTU inputs. 7 9.5.6 DISCREPANCIES Discrepancies found during the Factory Acceptance Test will be documented and maintained in a Problem Log File. The subsequent corrections will be described and proper operation will be verified by representativr:VsJof the Purchaser and Vendor. Faulty and/or incorrect operation of major functions ajor discrepancies) may, at the discretion of the Purchaser's Project Manager or hL designated representative, be cause for the suspension or restarting of the entire test, pending the correction of the problem. Minor discrepancies noted will be corrected and retested. The Purchaser may request that other modules that may be impacted by the correction be retested also. A rerun of the 100 hour continuous test will be mandatory after any corrections to the system unless waived by the Purchaser. The system will not be shipped until the successful completion of the Factory �.. Acceptance Test is certified by the Purchaser's Project Manager or his designated representative. Delay in shipment of the system due to failure to pass the Factory ,,- Acceptance Test will not be considered an unavoidable delay. The possibility exists that for some presently unforeseeable reason, the Purchaser may approve the Vendor's request for shipment of the system before: it successfully passes .: the Factory Acceptance Test. If such approval is given, the shipment of the system will not constitute nor imply the completion of the Factory Acceptance Test. 9..6 INSTALLATION AND START-UP The Vendor will provide installation direction of all Vendor -supplied master station �,,.. equipment and its interfacing and interconnection with Purchaser -supplied equipment (e.g., communications equipment, or power supplies). The Vendor will also authorize and accept responsibility for the application of power to the master station equipment and the initiation of its operation. rInstallation of Vendor -supplied remote terminal units will be performed by the ;... Purchaser's employees. �., Vendor personnel necessary to perform installation supervision, to apply power, initialize the system and place it in service preparatory to the formal "Field Performance Testing" will be made available within two (2) weeks of delivery of the system equipment. The date of commencement of the formal Field Performance Test will occur within eight (8) weeks of delivery of the system or on a mutually agreed -upon date. vendor will state the per diem rate for necessary start-up personnel, and this t.; figure must be included on one line item in the total price. 9.7 FIELD PERFORMANCE TEST Following the successful start-up of the master and remote equipment, Purchaser personnel will proceed to reconduct portions of the Factory Acceptance Test and conduct new tests in accordance with the Work Statement in a field environment for a period of thirty (30) calendar days. This period will be re -initialized whenever a major !w, problem, in the opinion of the Purchaser, is encountered. Any problems encountered I 'I ;I 82 during this test will be brought to the attention of the Vendor for correction at the Vendor's expense. The Vendor will promptly correct all problems encountered, providing field service personnel appropriately trained for all types of problems encountered. The Vendor will make maximum use of available Purchaser personnel in performing regular system maintenance functions. The Purchaser plans to have his personnel on -site to assist and observe and will endeavor to correct problems without calling upon the Vendor. However, the Purchaser assumes no obligation in this regard. 9.8 FIELD.SERVICE 9.8.1 BASE PROPOSAL REQUIREMENTS Field service during the period following shipment to the field and the final ac- ceptance of the system will be at the Vendor's expense and will be provided at the Purchaser's site within forty-eight_(48) hours from the time the Purchaser contacts the Vendor. 9.8.2 OPTIONAL MAINTENANCE CONTRACT Proposers are required to quote, as optional. items, maintenance contracts covering hardware and software during the warranty period. The coverage will be for five (5)-days per week and eight (8) hours per day with a response time of twenty-four (24) hours maximum. It is the Purchaser's requirement that the com- puter system hardware may be maintained by the original computer supplier's field service organization. Vendors must provide in their proposals the location of the closest service center which can support the computer hardware. 83 r 9.9 TRAINING OPTIONS The Vendor will offer training for the Purchaser's personnel at the Vendor's premises, as required below. All recommended training courses, travel, room & board for two different groups of two employees must be quoted as a separate line item cost to be included in the total price. r- Training will be conducted by experienced personnel and supported by training aids. An adequate number and/or amount of training material will be provided by the Vendor. The following is considered a minimum: a. Functional flow charts, overall block diagrams and descriptive material for all software. b. Schematic drawings for each of the hardware components. .- C. All procedure manuals, specification manuals and operating manuals. Participants will receive individual copies oflr £4chnical manuals and pertinent documentation at the time the course is conducted. he courses will be scheduled so �•- that one person can participate in all courses. " A final course outline will be prepared by the instructor for each course to be conducted by the Vendor for Purchaser's personnel and submitted for review at least r• four (4) weeks prior to the scheduled date of the course's commencement. All training courses must be offered such that they must be completed prior to system shipment of the final purchased master units. �.. Each course outline will include, in addition to the subject matter, a short review of p the prerequisite subjects (where appropriate); how this course fits into the overall (: training program; the objective; the standards of evaluation; and any other topics which will enhance the training environment. 9.9.1 HARDWARE TRAINING The Vendor will offer detailed courses for the Purchaser's engineering and maintenance personnel covering every item of equipment furnished as part of the contract. The courses must be scheduled.. such that there will be no overlapping. The quality of instruction will be such that the Purchaser's trainee will be able to maintain the system on a card replacement basis and to the Vendor's ..,, satisfaction in regard to the warranty requirements. 9.9.2 SOFTWARE TRAINING 9.9.2.1 SOFTWARE The Vendor will offer courses to describe all system software and applications and support programs for the Purchaser's programmers at the Vendor's premises. These courses will include a functional overview of the complete software system and detailed instruction on the system's data base and editors. The course material must be presented in-depth with the instructor covering detailed design, structure and algorithms supported under the data base manager. Note that all data base structures, data files and program interfaces must be covered in the software courses. The particular software subsystems to be covered in this training will include, but will not necessarily be limited to, the following: a. Real -Time Operating System b. Utility Software C. Application Support Software, including MMI d. Data Base Manager Software 84 e. SCADA Application Software f. Failover and Restart Software g. Diagnostics 9.10 SYSTEM DOCUMENTATION 9.10.1 LANGUAGE AND UNITS The English language and the foot-pound-second (fps) system of units will be used by the Vendor on all drawings, bulletins, catalogs and equipment manuals submitted. Vendor's field personnel required on Purchaser's premises during either installation or testing will speak technical English without the need of language translation. 9.10.2 SOFTWARE DESIGN DOCUMENTATION Le J The Software Design Documentation (SDD) will;prCvide, through a set of logically - coordinated documents, a comprehensive and detaLled description of all software necessary for the operation and maintenance of the system including operating system, compilers, utilities, applications programs and microprocessor firmware. It will describe the system's overall functions, subsystems, data files and tables, executable modules, external macros, equate files, libraries and procedures. In particular, its several documents will include: a. A high-level system overview using text and diagrams to illustrate major functions and the inter -relationships among subsystems and data structures. This is meant to be an introductory description, but it will also serve as a reference to more detailed descriptions. Therefore, all subsystems and major data structures will be included. b. For each subsystem, an "overview" providing a detailed account of the functions performed within the subsystem, referencing (by mnemonic) each of the executable modules contained in the subsystem. Text and high-level diagrams will describe the flow of control and data, both among the sub- system's elements and between this and other subsystems. The overview will indicate the character of each executable module name subroutine, main program, overlay, etc. and will also describe the linking of modules into program units, where appropriate. C. A detailed description for each data structure not internal to an executable module. Information provided will include: 1. Function 2. Modules with access 3. Access method, including resource locks 4. Creation and initialization 5. Diagrammatic table layout showing all fields and clearly indicating repeating fields 6. Heuristic description of each field 7. Table or file size location d. For each data base included, a detailed description covering content, structure and access method; and the format and purpose of each data base item. This will include: 1. Program interface 2. Residency of each item 3. Method of defining new attributes of points, stations, etc. 4. Limitations on data base expansion as P" 5. Method for mapping RTU input and output points as defined in the RTU External Connection Manuals to data base descriptors. r e. For each executable module, a detailed design document. (Note that "module" here refers to the smallest unit which can be linked by the linking loader; thus a "program" or "task" or "shared region" may consist of many modules). The detailed design document for a given module should r not attempt to provide more than a brief description of any module which it references as a subroutine or overlay, because the detailed design document of the referenced module will be provided separately. r" Each detailed design document will includes r 1. A brief statement of module function. 2. A list of modules from which control is received. 3. Calling sequence, identifying type and format of data passed and returned. s,. 4. A list of modules to which control Yes passed, including in each case a detailed description of the mode linkage. 5. Data base references, indicating ad or write. 6. Other external data references, specified to the element level, indicating read or write. 7. A textual description of the module's function and high-level flow, intended to explain "why" as well as "how" processing is performed and external modules and data elements are referenced. S. A description of special techniques used, such as mathematical methods or sorting algorithms. 9. A description of all internal data structures. 10. A description of how any abnormal conditions, such as disc I/O error or floating point exceptions, are handled. 11. A description of module "program characteristics", such as language, type (e.g., common subroutine), residency, assembly option and any special prefix files (such as equate files required for assembly). 12. Any special cautions that might apply (e.g., relative priority, synchronized execution with another module, etc.). 13. Detailed flow chart (may be in a suitable program description language) identifying each external reference by element and identifying the specific basis for each control decision. f. A list of all externally -defined macros employed in the system, briefly indicating the use of each and the file in which it is defined. g. A list of all "procedures" or "indirect command files" employed in the system, or in the development and integration of the system, briefly indicating the use of each and the file in which it is defined. h. A list of all equate files, special prefix files, macro and subroutine library files, briefly characterizing the contents and use of each and the volume on which it is stored. i. A layout of interrupt, vector and device assignments. The SDD will define all special symbols and notational conventions used (e.g., in flow charts). The SDD will be composed with ease of reference and ease of revision in mind. A scheme of section and page numbering will be employed (such as is used in the Specifications) such that each page can be uniquely identified and a table of contents will be provided with resolution to the detailed designed document level. The SDD will be bound in ring binders to allow easy insertion of updated pages. In order to assure that the SDD remains current and tracks the "as -built" system, each page will bear a revision number and revision records will be maintained at the front of the document. In addition, each module and data structure description will bear an update number which corresponds directly to a "document level" embedded directly in the object source. As a procedural matter, each source update that affects the validity or completeness of the associated 86 documentation will require the update_ of the "document level" and will be accompanied by SDD change pages. A Correlation List will be provided which contains for each SDD the current revision level of the SDD and also the current revision level of each of the associated program listings. NOTE: For those Vendors proposing "standard, field -proven" software systems, the Software Design Document is not required, except as it applies to special software developed for the Purchaser under the contract and for system documentation. The SDD will be submitted in two formal stages, as described below. 9.10.2.1 PRELIMINARY SOFTWARE DESIGN DOCUMENTATION The Preliminary Software Design Document)(PSDD) will consist of all the requirements of Section 9.10.2. The PSDD will reflect the completely designed system. It is expected `that; ttQe document will be submitted in installments. Revision levels will b kept for each change to this document. 9.10.2.2 FINAL SOFTWARE DESIGN DOCUMENTATION The Final Software Design Documentation (FSDD) will reflect the "as -built" system immediately before Factory Acceptance Test. It will be submitted in the form of change pages to the PSDD. 9.10.2.3 SOFTWARE DESIGN DOCUMENTATION UPDATES All system software modifications following Factory Acceptance Test will be accompanied by appropriate SDD change pages. 9.10.3 INVENTORY LIST A set of inventory lists will be furnished prior to Factory Acceptance Test and will consist of lists of: (i) Contract material other than spare parts and test equipment, (ii) spare parts and (iii) test equipment. The purpose of the inventory list is to support the first step of the Factory Acceptance Test in which the completeness of the system is verified. RTUs and other equipment shipped, with authorization, prior to the FAT, will have their own inventory lists. The material listed will be itemized on a replaceable module level only. The identification of components within a card module is not required. However, electronic components mounted on a panel or terminal block of a rack or enclosure will be identified. Identification of each unique module of hardware and each software end item will be furnished. For each item the following information will be provided: a. Manufacturer's name and part number. b. Quantity of units supplied with the entire system. C. Quantity of spare parts supplied (for hardware only) d. Applicable enclosures or rack number. 9.10.4 MASTER STATION INSTALLATION MANUALS These manuals will include all information needed to ensure that the master station can be installed and brought on-line in a rapid and efficient manner. As a minimum, the following topics will be addressed: a. Physical (floor plan(s), rack up drawings, enclosure weights, maximum module sizes, method of movement, etc.) b. Power (receptacle location, fuse data, VA loading, etc.) 87 .r C. Cabling (routes, responsibilities, sizing, TB connections, communications channel checkout, etc.) d. Environment (air-conditioning requirements, etc.) i e. Test (field test). 9.10.5 HARDWARE REVIEW DRAWINGS (STANDARD) To allow the Purchaser to design and plan for all facilities to which the system r must interface, copies of hardware Review Drawings showing the mechanical charac- teristics of equipment furnished and listing the electrical characteristics required at the interface with the Purchaser's communications and equipment circuits will be submitted. The Review Drawings required will consist of the following as a minimum: a. Overall system block diagrams showing the master, remotes and the commun- ication paths. i, b. Master station functional block diagramAJshowing the relationship of the CPUs and peripherals. C. Master station configuration (rack' u�. and console) drawings which illustrate the physical size and mounting of all master station equipment. They will also show all items in the computer enclosures, plus VDUs, keyboard printers, loggers, etc. Sufficient detail will be provided so that all draw -out units, cables and plug-in parts can be located. d. Master station cable drawings showing the inter -cabling between all items within the computer enclosures and between the computer enclosures and peripherals such as VDUs and loggers.. This drawing may be functionally arranged to show power cabling, communications cabling and inter -connect cabling. e. Master station external connection drawings will be provided which in- dicate the power, communications and other similar connection points to the master station equipment. f. RTU configuration (rack up) drawings show the physical size of each RTU panel and the mounting provisions. It will be possible from this drawing to locate supplemental drawings of the interposing relay and terminal block arrangements, as well as the circuit card schematics and assembly drawings. g- RTU cable drawings which will illustrate connections from the printed circuit cards to the power supplies and to the external connection assemb- lies. h. RTU external connection drawings will be provided which indicate the power, communications, control outputs, indication inputs and telemetry inputs and outputs to be found on the external connection terminals or pins. Standard internal logic drawings and schematics, power supply schematics, etc., which will aid in understanding of operation of the equipment will also be supplied for review as required by the Purchaser. Any non-standard logic drawings, etc. which are provided for equipment de- signed to meet the requirements of the Specifications must be submitted for approval. 9.10.6 FINAL DRAWINGS Each drawing submitted for review will be resubmitted after review as a Final Drawing. Be 9.10.7 PROGRAMMER'S MANUALS (EDITORS ONLY) These manuals are intended to be used by the Purchaser for the maintenance of the — software systems supplied by the Vendor. Sufficient information will be included for the manuals to be used as a training document. The manuals will include the following: a. General description of the system hardware and its characteristics. b. Overall system objectives and system function definitions. C. List of pertinent references and documents. — d. Tutorials on system generation and start-up. e. Description of available debugging tools and the general procedure used in troubleshooting. f. Guidelines for system on-line modification and future system expansion. — g. Detailed procedures for data base editr(could be separate manual). h. Detailed procedures for CRT display generation (could be separate manual). i. Detailed procedures for application's -ed•(implementing spares of tables, files and algorithms). '... t j. User instructions for programmer peripherals. k. Diagnostic descriptions (could be a separate manual). In providing information on application edit (implementing spares in tables, files and algorithms), the Vendor must document: a. What changes are made to what files or tables. b. What order is followed in making the changes. C. what basic procedures are used. d. What constraints are present. e. What verifications and backup capabilities exist to protect the real-time system. In addition to the implementation of spares, the Vendor must also provide information on expanding the tables or files beyond the installed spare capacity. The on-line diagnostic descriptions will include a summary of all on-line diagnostic testing as well as a definition of all diagnostic messages. In addition to the above system -level operation manual, the Vendor will supply — operations manuals for each separate functional hardware component. Such components include CPUs, VDUs, disc drives, tape transports, line printers, controllers, modems and other devices as may be provided under the contract. Operation manuals will describe power -up sequences, normal running procedures, removable media (e.g., tape reel, simple troubleshooting guide, location of fuses and any other procedures necessary for device operation). 89 9.10.8 FACTORY ACCEPTANCE TEST PROCEDURES The FAT Procedures Document will contain descriptions of each structured test to be performed during the FAT as required in the Specification. 9.10.9 MAINTENANCE MANUALS Separate sets of manuals will be provided for each major component or subsystem of the Vendor supplied master station and remote equipment. Each manual will list any special precaution or testing instructions to be observed when servicing the equipment. The manuals will address at least the following topics: a. Preventive Maintenance - Instructions including all visual checks, software and hardware tests, diagnostic routines and resultant adjustments and calibrations necessary for periodic maintenance. (The required schedule for preventive maintenance wkYube included where applicable). b. Troubleshooting - Instructions using the Vendor -supplied test kits, at least to the spare part level, with sufficient detail for quickly locating the cause of a malfunction. (The discus ons will contain concise infor- mation of how the equipment operates, with block diagrams and simplified schematic diagrams of electrical, mechanical and electronic circuits or systems, performance curves, etc., as necessary. Troubleshooting guidelines for localizing faults, giving source of trouble, identifying symptoms and probably causes and instructions for remedying the faults will be included where possible). C. Repair - Instructions for the removal, repair, adjustment and replacement of all items. (Schematic diagrams, parts location information photographs, inter- connection cabling, intra-rack wiring data (diagrams or tabular listings), enlarged sectional views of mechanical assemblies will be provided as necessary to supplement the text. Cautions and warnings to protect personnel and equipment will be covered.) d. Parts - Parts information, consisting of drawing identification of each replaceable module and each component which comprises a module will be provided. Each electronic component will be identified by an industry standard part number or alternately by manufacturer's part number with cross-referencing to an industry standard part number. e. Instructions - Instructions detailing equipment operations. (Especially important in state-of-the-art techniques). f. Diagnostics - The off-line diagnostic descriptions will include the following information for each major piece of hardware: 1. Device or component to be tested (including definition of options). 2. Purpose of diagnostic. 3. Method of testing. 4. Loading instructions. 5. Operating instructions (including options). 6. Definition of expected output. 7. Interpretation of error messages. 9.10.10 PROGRAM MEDIA The Vendor will furnish two complete sets of program media. These media will include object and binaries of all programs necessary for the operation and maintenance of the system. This will. also include copies of all programs supplied by the computer manufacturer, .such as assemblers, loaders, editors, compilers, etc. If any changes are made to programs during or after Factory Acceptance Test, the Vendor will provide, as soon as possible thereafter, updated copies. 90 9.10.11 DATA BASE DESCRIPTION The entire system data base must be documented as to names, locations, formats and purposes. output listings produced by data base definition software that contain the above are satisfactory. 9.10.12 MISCELLANEOUS SOFTWARE DOCUMENTATION The Vendor will supply the following documentation: a. Operating System User's Manuals b. Computer manufacturer's standard manuals describing the utility programs, etc. 9.10.13 TRAINING COURSE OUTLINES A course outline will be prepared by the Li"tructor for each course to be conducted by the Vendor for Purchaser's perso al and submitted for review. Each course outline will include, in addition to the subject matter, a short review of the prerequisite subjects (where appropriate), how this course fits into the overall training program, the objective, the standards of evaluation and any other topics which will enhance the training environment. 9.10.14 FACTORY ACCEPTANCE TEST REPORTS The Factory Acceptance Test Reports will record the results of each test using the format established by the Factory Acceptance Test Procedure Documents. In -addition the reports will include narrative data as follows: a. Engineering Data - Technical reports and analysis produced in support of the test; technical data produced from the measurement and recording of specific parameters and performance characteristics of equipment; special test procedures; equipment specifications and related standards. b. Software Data - All related software/operator interface performance infor- mation, computer printouts indicating software problems, input data anomalies, program errors, equipment downtime or idle time associated with software utilization (e.g., improper program loading, illegal instructions, etc.) C. Support Documentation - Detailed documentation covering simulation procedures and theoretical studies designed to demonstrate those system capabilities not amenable to unit test or testing in the factory environment. 9.11 MODIFICATION OF SYSTEM DOCUMENTATION Procedures which will be followed by Vendor and Purchaser for modifying or correcting _ software or custom hardware documentation are given below. The principal purpose for these procedures is to preserve the integrity of the documentation and maintain its basic flow and format. 9.11.1 FORMAT RETENTION Whether inserting, deleting, or adding material, the same format as the original documentation will be used. This will require retyping portions of the docu- mentation. Documentation will not appear "patched", but rather, will have the same fluidity that it had when it was originally written. 91 I 9.11.2 ADDITIONAL MANUALS/REFERENCES All changes to the Vendor's standard software that affect the system will be reported to the Purchaser. All hardware changes will be documented and the docu- mentation provided to the Purchaser. conclusions Please present your solutions to this RFP along with line item breakdown costs for the various components as listed in this specification. Thank you for your time and input! c C• 92 No Text F CITY OF LUBBOCK Memorandum TO: Jack Deloach (Bernard -Brewer Company) FROM: Brent Heath SUBJECT: 'ACS SCADA Proposal DATE: September 3, 1993 Our seven member RFP review committee has met for the first time (August 30th at 9am) to review the proposal for the SCADA HPM-9000 Master Unit upgrade system for LP&L. A few questions arose that we need to address and get answers for: 1. We are checking to be sure that the Terms of Payment schedule set up by ACS on Section 2 page 6 of the Quotation & Deliverables List is t satisfactory with our Purchasing department. 2. Delivery of the equipment on Section 2 page 1 of the Quotation & Deliverables List shows F.O.B. Norcross, Ga. LP&L's RFP Specification page 7 section 1.15 states that all delivery shall be F.O.B. Lubbock (Destination Point). We want an undamaged delivered warrantied product. 3. Section 2 HPM-9000 Master Station Block Diagram shows Four modems (9600 Baud for VDU's and 1200 Baud for a printer) between the peripheral switch and the Holly and Brandon VDU's to be supplied by LP&L. Presently we have Two statistical multiplexors used going to Holly with one spare to be used on either end if one fails. We: will need at least one maybe two additional units to go to Brandon. Ccln we use the same one unit at the Master end and split it going to a unit at Holly and a unit at Brandon (total three required and keep one for a spare for any end)? Or do we have to have Four units as shown and still get one more to have as a spare for any single unit malfunction? 4. Can the FEP be expanded to more than Four Primary RTU Communication channels or is an additional FEP required? The Quotation & Deliverables List Section 2 page 1 states that Two (2) FEP's and One (1) hot standby FEP is being provided. The Section 2 HPM-9000 Master Station Block Diagram shows only One FEP provided with an option of buying one additional Hot standby FEP for $11,525 per page 5 Section 2 of the Quotation & Deliverables List. Which is it? L 5. The Section 2 HPM-9000 Master Station Block Diagram shows only One Periphal Switch. We are concerned that it appears to be a single failure contingency item but we read in Section 2 page 9 that the worst case failure of the switch is a power supply loss but that it can still be switched manually. The Quotation & Deliverables List Section 2 page r 2 states that 1-Lot of Spare Parts for the FEP and Periphal Switch is 6 included. What items are they and how many of each item? r 71 6. Is the dial up diagnostic modem supplied with the dial up diagnostic port that is supplied? 7. Section 3 page 7 ACS 9000 Overview states that an X-terminal is not able to run any other applications. Does this mean alone or when tied to the Server? Will the X-terminal run the included Lotus report writer? ACS's Load Flow program that we want in the future as an option? Intergraph map viewing and manipulation? 8. RFP Spec Section 3.2.2 page 19 requested TOMB Ram but your Quotation & Deliverables List Section 2 page 2 states that only 6MB Ram is supplied. Is 6MB Ram plenty to support multiple window operations efficiently? Defend your noncompliance with the RFP spec just to save 4MB of Ram on three VDU's! 9. RFP spec Section 9.9 page 84 requires Training, Travel, and expenses for two different groups of two employees (a total of four people). Quotation & Deliverables List Section 2 page 3 states that only the training is provided for two students; However, the Compliance section 9.9 page 17 says that training was quoted as an option in the quote. Which is it? 10. RFP spec Section 4.3 page 24 states that both C & Fortran 77 languages and compilers, etc. be provided. The Quotation & Deliverables List Section 2 page 3 only shows the Fortran 77 Compiler software license. Where is C (is it in Unix)? 11. The Quotation & Deliverables List Section 2 page 5 shows the Intergraph Map Integration Option being $25,500. The Compliance section 6.12.2 page 12 says that the network only supports the importation of graphics from Intergraph but that po provisions exist for exporting ACS object oriented screens back into Intergraph? Not even for $25,500? They are both Unix based systems. This does not sound good! 12. The Optional $2495 PC emulation Software for 9000 Schematic Series Graphics is desired for use on a single laptop computer to be used for testing at the RTU sites during the day and then taken home at night to use for viewing and sending commands to substation devices. Does this have to call in via the diagnostic modem port or some other way? 13. What is the Line item cost of the Epson Printer/Logger as requested in RFP spec Section 1.2 page 3? 14. What type of "Floppy drives" are on each Server? We have to have a way to quickly retrieve Data besides the DAT Backup. Can stored database information be transferred or converted onto this Floppy drive and be read by DOS based machines in order to manipulate stored data in DOS programs such as Lotus or storage like in DOS DBase or Oracle? 71" 15. The Compliance section 6.5 page 11 says that SOE software is included but that our existing RTU's do not have SOE capability. I had understood that our three existing 7050 RTU's only had to have a single SOE card added to each and that our 3010 could be converted to a 7010 to use with SOE by adding a SOE card and changing out the microprocessor. How much for each card if this is correct? 16. The Compliance section 4.5 page 5 says that our existing display background files can be ported into the 9000 envirmonment if desired.. Is this accurate and is it worthwhile? Is this service included in the Quotation? As you can see we have some nitpicky questions but they are concerns that we have as a committee. Please see if we can get these issues resolved so that I can present them to the committee the second time that we meet. Thanks for your help in upgrading our SCADA Master Units! Brent A. Heath, P.E. j Substation & Operations Supervising Engineer xc: Carroll McDonald Herb Reavis Tommy Buchanan RFP Review Committee 7 r September 13, 1993 Brent Heath LUBBOCK POWER &LIGHT P.U. Box 20pi) Lubbock, TX 79457 Dear Brunt: Below are resnonst-s to veur fa% i0 . L'r" DeD ach on; Sel)tt'mbi;r 3, 1993, If you l v any questions; concerning arty o (ta riS-Pof ses, pkxise. give 11 c a cal:. ACS will await Lubbock's respoji•,. u-ncernir.g th-k paymont terms. 2. ACS has quoted the system F.4. B. No -"cross. GA. Our normal procedures are to ship the systein prepaid a.id bill yc;it fn!' th= exact imotint of shipping. This should turf out to be ltiss motley thall GIs estim:)-ing thc: slipping cost "which is:dways high). We will take complete sysit`m r`sil ijisibihiv until it is unloadcAt m your dc,. k: Therefore, any damage, etc.. -ti^il! b : ffi z-�(;.r�sib:�ic�of ACS. Ti1L I110tilllCY,er olAtpU1S C';rliir:)t li4 Sl)l!t. Tiie13'.tGCP,i c11+ additional pair of st�Ftlsilcal tni,ldPltxers will be-Cq:iired for ,be Brandon Dispatch Office. 4. Page 1 of the yin(ationl -taw.i rhat 16 �iriai ports ;,rt- propus,;i and to support twr) FEN wild a hot stand-by. i'tge 2, under Comjli nice gets, 1kt;. ;a front. -end proce.,Ao; Ault N ;tit�;r7'i','E:t 4sti;:t) pot:i fiv0poseik Fi:l(i FS in C+ZCt' 1_'l; ;n'Itii the block di:.grznt Tile Ff:.P )s iiv"nlcd ►o 4 coins}tlJkatiot! purls 1f itdditinit l 1so ris atz, required. am :alidvit.ma! FFP ro;iv v a,(kkZ p,-oVld1^g e-it ter 2 till 4 addi:.lonJ CC,R1iI1unic:tioll lid{`?S. e ,;o:tit+'�►:a **,tf i'r.' i:onfusior: lon1 pggc 1 of riw fluotmion, m1f c � page 1 just 1117-:o}itig.tni'.3tion 4 tite 16 serial pot".., ( Th_ pc11i}?1triJ Swlt0� :iS:`S il"'Ju'' (i C'r: iia'.'C i'.AN-s Ibi Swial device 17C11�+CCr CPtis. Tl1Llf,�t�r, �t i�i�` ::I'i'ii 0;';li:"{i�e`t Of ib1{1'_li po%vi r -;upmv t7ail, lilt.` Ivti1 rf'niazv it, iNo sv,;!v n dwgra&iiott. i t'1 'toC(`, iY .;'.3(: �)('•1-1 (�� �aOI,;T'ry',,'ii_.'�v�[(�.`7 (lr.I%% F F I Page 2 Mr. Brent Heath LUBBOCK POWER & LIGHT Multiple failures would have. to ire:.ur ';it�l, as both a CPU failure and a switch failure before serial devices would he affc ici The currert version of tl)e switch %will require the power supply and proces or it) b,, ►rstal?eii and acti-ve before devices can be r• switched manua.ly. The swatch dens i,,ave pushbuttoiv� on ►tic: switch controller card allowing manual transfer. These carets have extremely high relh�bikities and failures are very rare. We have gtwtecl spare cards for the switcl; i)lclkid.lig power supply, switc t" controller aild Switch card in the quota.tionf. Additionally, spear cards fo. the communication buffer, include the microprocessor, PSI, and power supply. 6. A diagnostic modern is included vith the diagnostic port. 7. The X-terminal can run )ty applications Thai will rur, or, the sen�er. The X-terminal has no capability to operate as a muind-4.1one system, 'row -ever. The X-terminal wili run SCADA applications, Lotus, ]nad flows, etc. S. All X-terminals will be delivered �,,ith 10 Mbytes of RAT-4. 9. The ACS response to the cuotatior, in Compliance Section 9.9, pavi, 17, is incorrect. The. tuition only for (wo students is lit -laded in the base bid. 10. C is included in the UNIX Operwj,-ig System, i i. The importation ri'.' Intergraltild {ilea t:i;t r+ ,utrC the ti!i:c to be re.foran:. ed to an �>!~ S Vector -based objeci utieated forim,'. Since the Mes are then io an .ACS' foriTial. there are no provisions to export thL4e <<, v ario,.ts otn; r forrrults whic-it ":ottld rx-.1t only include Intergraph, but also l?Slti, Cvetmsys, AutoCAD, etc. l ACS will he pre )!thin, )n the', nel i f(�:c.:re, :': ;Ac:�, , the ;Jbil'sty to 4:.xport the .,kC`S Oi1)Cl1 (1T)C11fC11 rd,1i)11'S i l 1 tifis,rl!';fi'll is F i11t: ri)rt'irl'.: It :ilil�UtG t1-� i?.:�'>Sll?�L t�� ze tl;(' SIAIILIird ��►� PXF C1i.i poi i%liSltnt ii:i i)!i !: j:"` l� tilt .„f!t?� • L;r;1)?illy I11if1�111C packaees- ! {it lid 1�,;►:Y��r;t;,S; ti�:f;t�^i.._ DJ ]", fiat.,nib l.'' r t F F Page 3 Mr. Brent Heath LUBBOCK POWER & LIGHT 12. A port. has hoer, provided for remote dial, in e :pabitity. The diagnostic: port is only used for a 11P system c,".Msnle 4-Jid doc not support SCADA or graphics capability, Therefore, the additional port has bee.-i pcovirl::d. This prrt., howevor, will require the installation of an attl:i-answer type modem. The modems, as titieil as cite laptop, have been left for Lubbc A, to bzited upon }-cur wmi prefere►ice. 13. An Epson printer has been includ:-,,3 in the cost of the truster station, Deleting the printer would provide pri::e reduction cf $865.00 for the printer, and $795.00 for the software liceme, engineering and imegratitiii smices, Therefore, this provides either a deduct for the printer or art additional colt for another printer of $1,660.00. 14. The 90,,00 Model 830,1G30 servers rare not equipped with floppy drives. Each server is equipped with a 2 Ghyte DAT tape. if floppy drives are a requirement, lone solution would be to have a PC equipped with a LAN interface. Normally the PC would be used for typical PC app.Iication s, but when necessary, files could be written to the PC and then copied to the floppy drive as necessary. 15. Your MPR-7050 RTUs are of various :intage5. The most rcceti?ly purchased 7050 may have the° S.-quence-cif-Events controller addeA at a c<-)st of $901,00. The two older 7050 wris will inquire a pTcx_r-ssvr Change its well as the Aditional SOE rcontroller at the cost of $2,315.00. The W&R-3010 RTU roust be upgraded to a 7010 ` RTU which will rNuire the replacc.nitnt of iN. card rile. It will be p ossible to use fthe existir;e optical illptit buffer and power spapp!y dirt the remaining. p;irt.ed circuit 1 boat -cis and niother bo.,�r('s jrwst he :epli�vd. The cost for the card Mc replacemem would be $60474.00. 16. Wnt-r i:xisting back;—p-ound c tin in fact lte ,sod on the IMMI-90W if desired. it wa% be ltiilrc b ri1-fjcial, iioivovl:r, to sties with i clean sate, The result ions ditto existed on tote building of sc,.eens i.tli'iring Jie MPNI do not :.xis! or, the HP 9000. Also, it may tv dcx,r:ci to crreatr IN. UrX li,l < varscnts llvcr. such that when }"`" 7.Uirllilt►!. chi: tt ay hc: nr &.'lt)tk!r.M bused upon scale, i •rt)u w•i!,h to tlsti oui' t'-Xistiltg �)i��i;.j;�i�'a1�4, �tl?�"�'�GI', 'i(�� 'Art illilhil"t III —Se imo, *.he i-stem at no r Page 4 Mr. Brent. Heath LUBBOCK POWER & t_IGH i additional Cook, All we n ecd, is a ilnti�etzc %,,Ah Mo of your backgm-nd files sent m Atlanta prior to s stein factory testing. 1 hope 1110 shave alm." �:rs are satisfw'or , I wowld Tv Harpy u.; discuss any of our responses or any additional questions nhat you nti g,h! 11 ;,,c, fiecli free to eti ll me any rin.e. We are locking forward to vrorking `kith YOU 011 Vru; upgrade i:nd I think you will Je exrreme1v pleased with the nevv graphics itt1d fdiroi-s on the HTIM-0000. Regards, AgV,�Nti 1✓D t% N'> - OL. SYSTEMS, INC. Don G. Bergert HPNI-9000 Project Manager DGBlk?b cc: lack DeLmch Bernard -Brewer n O'Brien, ACS Regional Sales fkli? nt iger r t CITY OF LUBBOCK t, Memorandum TO: Jack Deloach (Bernard -Brewer Company) FROM: Brent Heath SUBJECT: ACS SCADA Proposal DATE: September 22, 1993 Our seven member RFP review committee has met for the second time (September 20th at loam) to review the proposal for the SCADA HPM-9000 Master Unit upgrade system for LP&L. A few questions arose that we need to address and get answers for: r• 1. Describe the $795 Software license, engineering and integration d services provided to run an Epson FX-1050 printer if we should purchase one (with a serial card) from a third party in order to save $400 of printer costs. Is the $795 mainly for a printer driver? Does the printer plug directly into the periphal switch or thru a 16 channel MUX G card as we discussed previously? r" 2. In regards to LPL having a way to copy data files from the HP server. to a PC floppy to be used on other PC machines for file manipulations by programs such as DOS lotus you stated that HP does not even offer a r floppy option but you recommended a PC Lan card in one of our PC's on a LAN to the HP server as one method of file transfer. One question we have is can we utilize the PC emulation software package via modems from ,.. the HP server to a PC to accomplish the same file transfer and is it really a matter of speed reduction limited by the modems that makes the ' PC LAN card a more viable option? Also will the PC LAN card support full color graphics just like the PC. emulation package does? What Baud rate does the PC emulation support? And is it a function of what speed modem you purchase? 3. Want to verify that both a printer and a VDU can be supported at our Holly and Brandon stations by using a Statistical Multiplexor at each end as drawn on your Block diagram. Presently our MPM 3070A system is suppossed to be capable of printing at our Holly station but when we download a file to print at Holly only (Ex// R4254) it locks down the VDU at that location only (Don Jones is checking on it but can't find out why yet). Also you said that if we just wanted to run One device such as a VDU at Brandon that any standard 9600 Baud modem would work satisfactory; is this correct? r 4. LPL is interested in utilizing as Mr. O'Brien and Deloach discussed a bare bones plain workstation to start building our database files prior to receiving our servers. I understand that this may not be possible now because it has already been committed to the City Of 4 Brownsville because of their recent contract with ACS; but was told that one possibly could be leased directly from HP on a monthly basis. I need to find out the exact monthly rental costs and be assured that all necessary ACS software to build our database files is on this rental or loaner unit from either HP or ACS. 5. With the trade-in value for our existing MPM 3070a masters how long (3-6 months is desired) do we get to keep them before they are returned to ACS and does ACS provide LPL with a prepaid shipment method of return? 6. With the new Vector Based Editor Graphics that LPL will be getting with our new HP servers instead of the present Character Based Editor Graphics we want to be assured that the 1GB Harddrives on each Server is sufficient. Also what is the monetary difference if we opt to go with 2GB Harddrives initially instead of the 1GB Drives and is it recommended by ACS keeping in mind that we do have the desire to integrate the HP servers with our Intergraph machine and files will have to be downloaded and reside on th HP server Harddrive. 7. Concerning the Station File Editor and Command Interpretor Training we would like to have a copy of a training syllabus to puruse and want to be assured that the training sessions are not just lecture only but will have actual VDU's in front of us to sit down and have real hands-on learning as we are being taught. Because the RFP requested that two different groups of two students each be involved with the training and that all expenses be covered and the ACS proposal states that the training ONLY with be provided for two students; LPL would like to present you with the idea that since these classes will be held during normally scheduled class sessions and since LPL is having to pay for ALL expenses, that you provide the training ONLY for two additional students so that we can still have all four students adequately trained in the new HP 9000 system and so that we can better understand the new UNIX 9.0 operating system and ACS SCADA software file construction and modification. 7 8. We want to be assured that the Ethernet hookup wire and connectors will be provided to link the three new X-terminals to the Masters. I have included a copy of the Block diagram with the distances required marked on it and was hoping that these cables and connectors would be precut and labeled so that all we had to do was hook: up components and cables as a block or one line diagram shows us how. Please see if we can get these issues resolved so that I can present them to the committee the third and hopefully last time that we meet. Thanks for your help in upgrading our SCADA Master Unitsl 1 a g� Brent A. Heath, P.E. Substation & Operations Supervising Engineer xc: Carroll McDonald Herb Reavis Tommy Buchanan RFP Review Committee G ACS FRONT END PROCESSOR (4 PORTS EACH) • '.• — — TO d EXISTING : RTUs [OT1N HOT STAP0NDBY FEP HR70gr12 MONOCHROM!< t 4` CRT KEYBOARD HP 800(G30 53 MIPS 15 MFLOPS 32 MS RAM 1 G8 DISK 2 GB DIGITALTi WZ3 LAN 8 RS-232 f100E-r LUBBOCK POWER & LIGHT MASTER STATION (SERVER BASED) DIAL -UP DIAGNOSTIC PORT t s r I t t t�— ACS PERIPHERAL SWITCH EmERNET%IEEE W43 10 MBPS So Fr HP 70m II HP 700PR)C 19` COLOR CRT 19` COLOR CRT 1290 X 1024 1250 X 1024 6 MB RAM 6 M8 RAM Operator #1 Drawing #1 08/18/93 O Q:t� � Osp it0• • . 6 Operator #2 EPSON FX-1050 225 CPS DC / fiR-TOOY'o2 { MONOCHROME 1CRT 90A KEYYBOA4 RD y a; It HP 800(G30 53 MIPS ° � a 15 MFLOPS 32 M8 RAM w = 1 GB DISK Z y is t 2 GB MOITALTAPE h 802.3 LAN 8 RS-232 3 �"• ------------------------------------------------ ° EPscN P;1H•r�� � C� Ib Ex Cn9 Ne.�r E sC 9 Telminal Terminal i k • O y�1 � i[Q►�®//�.7IO O ®GiDr azii OL. _ � O H Brandon VDU VDU --------------------------------------------------------------------------- Supplied by LP&L HPM-9000 MASTER STATION BLOCK DIAGRAM �,ZSF r HP AORX X.TERMINAL 19' OOLOR CRT 1200 X 1024 6 Mg RAM O_LLt! 4iO Kip O.D- • . O r F ADVANCED CONTROL SYSTEMS` �.. 2755 NORTHWOOOS PARKWAY, NORCROSS. GA 30071 P.O. BOX 922548. NORCROSS, GA 30092-6346 l TEL: (4041446-6e54 FAX: (4041446-0957 September 30, 1993 Mr. Brent Heath, P.E. Substation & Operations Supervising Engineer LUBBOCK POWER & LIGHT PO Box 2000 Lubbock, TX 79457 Dear Brent: Below are answers to your second set of questions to Jack DeLoach. If you have any questions, give me a call. 1. The $795 software cost for the printer includes not only installing and testing the software driver in the HPM-9000 system, but also testing the cabling and hardware multiplexers and peripheral switch to make sure that the printer will work on the specified port. The printer does plug into the peripheral switch such that the output can be switched to the 16 channel mux on each of the CPUs. 2. The PC Emulation Software package would be for the ISC emulation only and would not allow file transfer, etc. One alternative to using a LAN card in the PC would be to use the Kermit protocol delivered with the 9000 to allow the transfer of data serially from the HP 9000 to a communication port on the PC. This is a no cost option for the 9000 but is a serial link and would only support speeds to 19.2 Kbaud. The LAN card in the PC would be a more viable option if the file transfer was very large. However, for small file sizes, Kermit may work quite well and at no additional cost. The LAN card will not support the use of a PC as an X-terminal supporting full graphics. The PC Emulation software will support baud rates of 9.6, 19.2 and 38.4. This is actually a function of the modems purchased for the PC emulation as well as the capability of the PC communications port. i r" 7- ADVANCED CONTROL SYSTEMS Page 2 Mr. Brent Heath, P.E. LUBBOCK POWER & LIGHT 3. The statistical multiplexer should be able to operate both the remote VDU and printer simultaneously. In talking to Clint Cowan, he suggested that you have the wrong firmware in the remote VDU. He seemed to think that that VDU had been sent back to ISC for maintenance or maintenance done somewhere else and that the wrong prom is installed in the CRT causing the problem. He indicated that the CRT prom label should indicate a UDS label of some kind I believe. If only a single device is required at Brandon, then the statistical multiplexer would not be necessary and a pair of 9600 baud modems would work satisfactorily. 4. The cost to lease an HP 715150 workstation (32 MB RAM, 525 MB disk) with the ACS RDAC software installed would be approximately $1,375 per month for the system and $75 per month for maintenance support for a minimum of 6 months. 5. LP&L may ship the MPM-3070A to Atlanta prepaid along with a copy of the shipping invoice and ACS will deduct this amount from the invoice to LP&L for the final system payment. 6. The 1 Gbyte hard drives proposed are sufficient for all SCADA applications. As ACS has yet to port maps from Intergraph, we don't have a good feel for the exact size disk required as this will be a function of the number of Intergraph maps, size of the maps, etc. Obviously, it would be more beneficial to start out with 2 Gbytes assuming budget permits. The incremental cost to increase both CPUs from 1 to 2 Gbytes would be a total of $7,350. 7. Attached are copies of the one page seminar overview and the ten page syllabus for the HPM-9000 database editing seminar. This is hands-on and an X-terminal is provided for each pair of students. Therefore, at least 50% of the time will be spent at the keyboard by each student during the seminar. As far as the cost for training 4 LP&L students, ACS will allow 2 students in each course for the cost of a single tuition per course. Therefore, 1 LP&L student would ~ be attending each session at no cost. 1 8. ACS will provide the Ethernet cables for each X-terminal to specified lengths as shown in the block diagram. Each cable will include all necessary terminations. ADVANCED CONTROL SYSTEMS Page 3 Mr. Brent Heath, P.E. LUBBOCK POWER & LIGHT I will be out of the office until Monday. If you have any questions concerning any of the above answers, please give me a call on Monday. I should be in the office all next week. Regards, ADVANCED CONTROL SYSTEMS, INC. AV L dJ m 2, JAV* (%Q�M Don G. Bergert RPM-9000 Project Manager DGBJkab cc: Jack DeLoach Bernard -Brewer Jim O'Brien, ACS Regional Manager HPM-9000 DATABASE AND DISPLAY EDITOR 7 (HPM900001) This intensive, hands-on, five-day course provides all the fundamentals necessary to build and maintain a system database, with comprehensive instruction on building master files, integrating RTU information and bringing the dynamic data to the screen for operation. PREREQUISITES: No previous computer experience is required. Students should have a general understanding of the concept of SCADA. The MPR-7000 RTU Maintenance and Operation seminar is suggested, but not required. KEY TOPICS: System orientation Hardware overview * Building master files {^ * File editing d * Display creation * Point control * Report generation * Back-up procedures ` * Troubleshooting and general maintenance r WHO SHOULD ATTEND: The HPM-9000 Database And Display Editor training is designed for s„ individuals who will build and maintain the real-time database and displays for the SCADA system, and those who will operate or k support the system. Note: This seminar is a prerequisite for all other ACS EPM-9000 courses. i. BENEFITS TO YOU: * Class size is kept small to facilitate the learning experience and maximize individual attention. * Hands-on training enables you to gain the confidence you need to successfully build and maintain your database and operate �- the system. P * ACS' technical expertise means you learn from experienced instructors. A controlled environment allows you to learn without worrying about making costly mistakes. RPM-9000 DATABASE AND DISPLAY EDITOR SEMINAR $1,550.00 Per Student, 5 Days -------- 1994--------- January 24 - 28 April 11 - 15 July 25 - 29 October 17 - 21 r FOR INFORMATION AND/OR REGISTRATION, CALL: 1-800-241-7317 -2- 0 ADVANCED CONTROL SYSTEMS, INC. HPM-9000 REAL-TIME DATABASE & DISPLAY EDITOR SEMINAR SEMINAR OUTLINE I. OVERVIEW OF HPM-9000 and File Management A. Hardware B. Software C. Operating System 1. HP-UX 2. HP-UX File Hierarchy D. File Structure: Directory Category File Table Records Fields II. GETTING STARTED A. LOGIN B. Passwords C. Root Menu 1. Local HP Terminal 2. Remote HP Terminal 3. Start Clock 4. Start Load 5. Refresh 6. Restart 7. STARTSCADA S. STOPSCADA 9. xscada 10. remote xscada D. Move, Close, Restore E. Devices (example: hillsa:Devicel) F. Focus, Event Window, Acknowledge and Delete Alarms III. SCADA MENU A. DISPLAY - prompts user for a Display # B. BACKUP - toggles between current display and previous display IIPM-9000 REAL-TIME DATABASE & DISPLAY EDITOR SEMINAR SEMINAR OUTLINE (Continued) �•. III. SCADA MENU (Continued) C . SHOW 1. Main Menu - menu of various Display examples 2. 3. ACS Menu - various ACS Displays Equipment - shows the status of the FEP, printers, CPU's, etc. 4. Utilities a. Database Editor - Create/Modify Database # Files b. Display Editor - Create/Modify Display Files t C. RTDB Initialization - Map RTDB From Disc To Memory �- d. RTDB Editor - Interactive Modification of RTDB e. Backup Database f. Restore Database g. Electronic Mail h. LMSG - Map Status Pair Code File Changes From Disc To Memory i. LCOLOR - Map COLOR.DEF File Changes From Disc To Memory j. COPY FILES k. Restart Scheduler 5. 1. HPTERM Shell Peripheral Switch - displays status of peripheral devices 6. Communications - shows the communication statistics of all RTU's D. PRINT - outputs the Display currently shown on the screen to the printer E. MENU - users should edit for creation of their own system menu 7 HPM-2000 REAL-TIME DATABASE & DISPLAY EDITOR SEMINAR SEMINAR OUTLINE (Continued) III. SCADA MENU (Continued) F. OPTIONS 1. LOGOUT - prompts for decision on logging out of the system 2. ENVIRONMENT a. DSPL Printer - prompts for type of b. TEXT Printer - c. Timeout - d. System Time - G. REPORTS 1. Tag Report 2. Status 3. Telemetry 4. Abnormal 5. Events 6. Historic H. HELP CPU "x" ONLINE Display output, either Portrait(x) o r Landscape(x) which printer, Epson(x) time period in minutes before screen black out changes system time IV. DATABASE EDITOR MENU (Targets SHOW * UTILITIES * DATABASE EDITOR) A. DIRECTORY 1. Configuration 2. Control 3. Dynamics 4. Misc 5. Status 6. Telemetry r" HPM-9000 REAL-TIME DATABASE & DISPLAY EDITOR SEMINAR SEMINAR OUTLINE (Continued) IV. DATABASE EDITOR MENU (Targets SHOW * UTILITIES * DATABASE EDITOR) B. FILE 1. CONFIGURATION a. CHAR.DEF File b. COLOR.DEF File C. MASTERCFG.DEF File d. PASSWD.DEF File e. SCFOOOOO.DEF File f. SCHED.DEF File g. STPOOOOO.DEF File h. STPOOOOI.DEF File i. TIMETXTCFG.DEF File 2. CONTROL 3. DYNAMICS 4. MISC. a. TIMOOOOO.DEF b. TXTOOOOO.DEF C. TXTOOOOI.DEF d. TXT00002.DEF 5. STATUS a. (R)emote b. (S)equence-of-events c . ( I) nternal d. (D)iagnostic e. (P)seudo 6. TELEMETRY a. M emote b. (S) equence-of-events c . ( I) nternal d. (D) iagnostic e. (P)seudo f. (A)ccumulator g. (C)alculated 7. TABLES a. Telemetry b. Calculate POW 1 HPM-9000 REAL-TIME DATABASE & DISPLAY EDITOR SEMINAR SEMINAR OUTLINE (Continued) IV. DATABASE EDITOR MENU (Continued) C. EDIT - (only after selecting DIRECTORY, Category, then File #) 1. NEXT - selects the next record in ascending order 2. PREVIOUS - goes back to the previous record 3. INPUT - allows any field to to selected and modified 4. UPDATE - saves the modifications made with INPUT S. COPY - copies a record to any other record 6. INSERT - inserts an empty record between the current and the previous record 7. REMOVE - deletes the current record 8. SEARCH - searches for the fields indicated and will replace them with the modified values 9. GOTO - goes directly to the record number indicated 10. HELP - describes the options on this EDIT -MENU -BAR 11. PRINT - prints the file to a printer D. CREATE - (only after selecting DIRECTORY then Category) Makes a new file from an existing file (.DEF) or an empty file (.FMT) E. ALTER - (only after selecting DIRECTORY, Category, then File #) Changes the number of records in a File F. REMOVE - (only after selecting DIRECTORY, Category, then File #) Removes a File from disk I RPM-9000 REAL-TIME DATABASE & DISPLAY EDITOR SEMINAR SEMINAR OUTLINE (Continued) IV. DATABASE EDITOR MENU (Continued) G. OPTIONS 1. Print - prints a file to the printer 2. Purge - erases the data in a File by filling all the records with zeros 3. Library - contains common information for repeated file preparation a. STATUS b. TELEMETRY C. CONTROL d. DYNAMICS 4. DB-->TEXT a. DBC - converts a binary DATABASE File to a TEXT File b. UNDBC - converts a TEXT File to a binary DATABASE File H. HELP - describes each target on the MAIN -MENU -BAR V. DATABASE EDITING A. LIBRARY- (Target SHOW*UTILITIES*DATABASE EDITOR*OPTIONS) a. STATUS (STATUS.LIB) b. TELEMETRY (TELEMETRY.LIB) C. CONTROL (CONTROL.LIB) d. DYNAMICS (DYNGBL.LIB) (DYN2SS.LIB) (DYN2SL.LIB) (DYNMSS.LIB) (DYNTLM.LIB) (DYNGRF.LIB) (DYNTIM.LIB) (DYNTXT.LIB) (DYNTRP.LIB) (DYNCMD.LIB) F F HPM-9000 REAL-TIME DATABASE & DISPLAY EDITOR_SEMINAR f SEMINAR OUTLINE (Continued) �.. V. DATABASE EDITING (Continued) f B. CONFIGURATION - (Target SHOW*UTILITIES*DATABASE EDITOR* DIRECTORY) 1. COLOR.DEF File - defines the default colors for limits, normal states, inhibit states, etc. 2. MASTERCFG.DEF File - used to size the database. Should reflect the capacity of each RTU rather than actual points installed 3. PASSWD.DEF File - used to define capability r- levels for different operators using each Device 4. SCFOOOOO.DEF File - (Scale Factor) defines { values used to convert raw values from the RTU to engineering units 5. SCHED.DEF File - schedules any program to 6. STPOOOOO.DEF File run - (Status Pair) ACS USE ONLY 7. STPOOOOI.DEF File - (Status Pair) lists binary 0 State and r- 1 State descriptions for status data 8. TIMETXTCFG.DEF File - used for message and time data entries C. STATUS - (Target SHOW*UTILITIES*DATABASE EDITOR*FILE) I[ 1. STSR#####.DEF File - Remote Status 2. STSS#####.DEF File - Sequence -of -events Status 3. STSI#####.DEF File - Internal Status 4. STSD#####.DEF File - Diagnostic Status 5. STSP#####.DEF File - Pseudo Status r r HPM-9000 REAL-TIME DATABASE & DISPLAY EDITOR SEMINAR SEMINAR OUTLINE (Continued) V. DATABASE EDITING (Continued) D. TELEMETRY - (Target SHOW*UTILITIES*DATABASE EDITOR*FILE) 1. TLMR#####.DEF File - Remote Telemetry 2. TLMS#####.DEF File - Sequence -of -events Telemetry 3. TLMI#####.DEF File - Internal Telemetry 4. TLMD#####.DEF File - Diagnostic Telemetry 5. TLMP#####.DEF File - Pseudo Telemetry 6. TLMA#####.DEF File - Accumulator Telemetry 7. TLMC#####.DEF File - Calculated Telemetry a. Telemetry Table - describes calculated telemetry points b. Calculate Table - the formula index used Note: Record # in the Telemetry must match Record # in Calculate E. CONTROL - (Target SHOW*UTILITIES*DATABASE EDITOR*FILE) 1. CTL#####.DEF File - consists of all the records used to remotely control relays in an RTU and/or to perform D-to-A and setpoint outputs F. MISC. - (Target SHOW*UTILITIES*DATABASE EDITOR*FILE) 1. TIM#####.DEF File - used to create time messages 2. TXT#####.DEF File - used to create text messages G. DYNAMICS - (Target SHOW*UTILITIES*DATABASE EDITOR*FILE) Will be discussed in the next. section VI.DISPLAY EDITOR MENU (Target SHOW*UTILITIES*DISPLAY EDITOR A. FILE - prompts the user to enter a five (5) digit display (background) number B. CREATE - makes a new file from an existing one C. EDIT - (only after selecting or creating a file) 1. INPUT - allows any field on the current record to be selected and modified 2. DRAW - loads the BKG#####.I file and allows the creation of the background 3. TARGETS - loads the DYN#####.DEF file and allows the dynamic records to be created or edited 4. UPDATE - saves the modifications 5. QUERY - allows you to browse the current file of existing dynamics n iE Z; HPM-9000 REAL-TIME DATABASE & DISPLAY EDITOR SEMINAR SEMINAR OUTLINE (Continued) VI. DISPLAY EDITOR MENU (Continued) 6. ERASE - erases the display named 7. HELP - describes the options on the menu D. REMOVE - removes the current working file from disk E. PRINT - prints the current file to a printer F. OPTIONS - Not Used At This Time G. HELP - describes each target on the menu VII. DISPLAY EDITING A. BKG#####.I - the actual background or one -line drawing NOTE: the BKG##### and the DYN##### are the same B. DYN#####.DEF (Dynamic Overlay) - the placement of the dynamic data (status, telemetry, control, time, text, commands) on the background 1. DYNGBL.DEF Table - Dynamic Global Attributes 2. DYN2SS.DEF Table - Dynamic Two -State Short 3. DYN2SL.DEF Table - Dynamic Two -State Long 4. DYNMSS.DEF Table - Dynamic Multi -State Short 5. DYNTLM.DEF Table - Dynamic Telemetry 6. DYNGRF.DEF Table - Dynamic Graphics 7. DYNTIM.DEF Table - Dynamic Time Display 8. DYNTXT.DEF Table - Dynamic Text Messages 9. DYNTRP.DEF Table - Dynamic Trip Counter 10. DYNCMD.DEF Table - Dynamic Commands VIII. REPORTS (from SCADA MENU) A. TAG REPORT B. STATUS C . TELEMETRY D. ABNORMAL E. EVENTS F. HISTORIC r RPM-9000 REAL-TIME DATABASE & DISPLAY EDITOR SEMINAR !SEMINAR OUTLINE (Continued) IX. vi EDITOR X. FRONT END PROCESSOR DEFINITION FILE (fep.def) Defines the baud rate, poll timers, scan timers, and the number of points to be polled for each RTU XI. RTDB EDITOR (rtdb edit) XII. CMI - COMMAND INTERPRETER • LUBBOCK POWER & LIGHT P.O. BOX 2000 • LUBBOCK, TEXAS 79457 • (806) 767-2509 r FAX COVER SHEET DATE: TO: NAME: TA `K DE1. oA C,y COMPANY: 6zxAA Qy - 8 aEwER DEPARTMENT: VOICE #: 793 - 00 99 FAX #: 7 9 3— 0 0 -Ta. _______________________________�_---_--___--___--____=____ FROM: NAME: BRENT HEATH DEPARTMENT: SUBSTATION AND OPERATIONS VOICE #: (806) 767 - 2584 FAX #: (806) 762 - 6732 COMMENTS: T/iE GlTY OF LW BBotK PEPA,¢THEN , ffAS TEAfT.QT/VEL,Y SET K P NOV. /8 � RfP .46 TNr- ciTs 40VA14i� DgTE TO A!'P�c'OVE AWARD/N� T//Z` ScAD,41 TO ASS /f W —= c R /✓ RESOLVE TIV S 77,6,C 5 o f I SS c✓ � 0,W S<< r/Onl a PAGE to �F R 7111S /SSNE WAS /NI7-//7L4Y MENT/ONEA ON T/lC r-AY.. 7W ci7- OF .406B0C)< PjC0P0-5 REP/-AciNG TWE (.1N� DAAEA %o s FRoM o 30 a o / o /J --- c2 0 Z a 3 0 /o a 0%, 1cw //-- TNiS /S TOTAL NUMBER OF PAGES BEING SENT INCLUDING COVER SHEET: / A cc E PTA6 LE ASAP /A/ O-<vEP- ADVANCED CONTROL SYSTEMS, 1805 STAN FORD AVE. METAIRIE, LA 70CC.3 U.S.A. TEL : 50 4-- 456-9311 FAX: 504-8$5-•4876 INC DATE. October 27, 1933 FAX 806-762-6732 TO: BEENT HEATH COMPANY: LUBBOCK POWER 6, LIGHT FROM- JIM O'Brien SUBJECT! PAYMENT TERMS. rj:X OF 10•-26-93 CONVERSATION OF SAME DAY TOTAL NUMBER OF PACES: ]. (INCLUDING COVER SHEEP) Brent, Per the subject fax and -:-�b sequer.t, conversation please be advised that ACS woiald he ac;reeable to payment terms of, (in cyder), 20%, 30%, 40%, 10*, in lieu of the standard terms as quoted on section 7, page 6 of our RF'P proposal. Brent, we looks forwatA t.o working with you on the i:np) e;nentation of this project , Sincerely, ADVAWIED COtiTROL SYSTEMS, INC. J. H. (Jim; O'Brien Regional Sales Manager l JR0/dd Jack DeLoach DavF. Moore - ACS �" Dark Felwardr, -ACS