Loading...
HomeMy WebLinkAbout4.584 Original Contract I I I I I I I I I I I I I I I I I I I <I. 58</ PROJECT MANUAL for . SUBSTATION MONITORING SYSTEM PROJECT NO. CL-0307 CITY OF PORT ANGELES WASHINGTON MARCH 2008 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For information regarding this project, contact: Terry Dahlquist, City of Port Angeles 360-417 -4 702 PW 0407_01 Part01.doc [Revised March 2008] I I I I I I I I I I I I I I I I I I I i , PROJECT MANUAL for SUBSTATION MONITORING SYSTEM PROJECT NO. CL-0307 CITY OF PORT ANGELES WASHINGTON MARCH 2008 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Prepared by: ,~ ~ / p~l' L. rZ ' Reviewed by: CitY(~~~ I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS _ SUBSTATION MONITORING SYSTEM PROJECT NO. CL-0307 PART I BIDDING REQUIREMENTS: Paqe No(sL Advertisements for Bids... .................. ................. ...................... .......................... ... ....... 1-1 Vicinity Map............................................................................................... ...1-2 Information for Bidders .......... ........................... ................. ....................... ..................... 1-3 Bidder's Checklist.......................................................................................................... 1-4 Non-Collusion Affidavit.................................................................................................. 1-5 - Bid Form...................................................................................................................... 1-6 Bid Security Transmittal form...................................................................................... 1-7 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract.................................................................................................................... 11-1-8 Performance and Payment Bond................................................................................ 11- 9 Certificate of Insurance ..................................................................... (provided by bidder) PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS Section 16900 - Substation Monitoring System....... ......... .... ........ ...................111-1-29 Point Summary ... ..... .. . ......... .. ............... ,.. . .. . ..... . .. . ... .. .... ................. . .. . .. . .. . .. . .. . .111-1 PART IV ATTACHMENTS A. Washington State Prevailing Wage Rates for Clallam County B. Request For Information (RFI) and Construction Change Order (CCO) Forms C. Contractor's Application for Payment Form I I I I I I I I I I I I I I I I I I I PART I BIDDING REQUIREMENTS I I I I 1 I. -. I I I I I I I I I I I I I ADVERTISEMENT FOR BIDS SUBSTATION MONITORING SYSTEM PROJECT CL-0307 City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, unti/2:00pm, April 18, 2008, and not later, and will then and there be opened and publicly read at that time for the construction of the following improvements: Providing and programming new remote monitoring system for the seven substations in the Port Angeles electrical distribution system. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc. at http://www.bxwa.com.Click on: "Posted Projects", Public Works", "City qfPqrt Angeles". Bidders are encouraged to "Register as a Bidder", in order to receive automatic email notification of .future addenda and to be placed on the "Bidders List". Contact the Builders Exchange of Washington (425:258- 1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360- 417-4700). Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted th~City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Glenn A. Cutler, P.E. Director of Public Works & Utilities 1 I -I I I I I I I I I I I I I I I I I INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in theADVERTISEMENTFOR BIDS: Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be consid~red unless accompanied by such bid deposit. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw itsbid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. . The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed within the time as stated in the Advertisement for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and retum to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. 1-3 BIDDER'S CHECKLIST 1. Has the Bid Security Transmittal form been completed, either by (1) attaching a:bid deposit in the form 'of a postal money order, - cashier's check or other security and filling - out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out th.~ section of the form below the words "Bid Bond"? 2. Is the amount of the bid deposit at least five percent (5%) of the total amount oHhe bid? - 3. Have the bid form?_peHn properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 7. Has the non-collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? - _9:c Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? The following forms are to be executed after the Contract is awarded: A. Contract - To be executed by the successful bidder and the City. B. Performance and Payment Bond - To be executed on the form provided by Owner, by the successful bidder and its surety company. To.include name, contact and phone number. and address of surety and power of attorney of siqnatorv. C. Insurance certificate(s). 1-4 I I I I I I I I I I I I I I I I I I I I I. I I I I I I I I. I I I I I I I . I I NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) ) ) COUNTY OF Port Angeles The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Subscribed and sworn to before me this \ QlH day of A P (L \1,.- ,20Q:?. ", Notary Public in and for the Stato of lJ!03hington. fIlO"'A.JC.E of o~.Arc...,~. Residing at ~ \'0' of ~N'\"Q My Comm. Exp.: NO t:::>( {\(L;, Marina Ushycky, Barrister & Sol1cltor . 2000 Argentia Rd. Plaza 2, Suite 106 . Mississauga, Ont., Canada, L5N 1V8 ! " of . i'~ ~ ." . ,; ".'.--E-,. '\ \ .-". . "-... I .. I I I I I I I I- I I I I I I I .- I ~rvQlent ~ ~C'tnO'09Y Project NO. CL-0307 City of Port Angeles, Washington Substation Monitoring System SECTION 4 - COMMERCIAL PROPOSAL BID FORM - SUBSTATION MONITORING SYSTEM Project CL-0307 The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to perform all work described in the Contract Documents. Base Bid $ 49.800.00 Alternate NO.1 $ 11.000.00 Alternate No.2 $ 21.000.00 Subtotal ~ 81 ,800.00 Sales Tax (8.4%) $ 6.871.20 Total Bid $ 88,671.20 The bidder hereby acknowledges,that it has received Addenda No(s). #1 (Enter "N/A" if none were issued) to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Bidder's firm name: Survalent Technoloav Corporation Complete address: 2600 Araentia Road, Mississauaa Ontario L5N 427 Canada (Street address) (City) (State) (Zip) Registration Number: Ontario Corporation Number 001334204 UBI Number Telephone No. (905) 8265000 Signed by: ~ ~~~ Title: Vice President Printed Name: Date: ~~'--\~ ~ , Rup Dhami 59 I I. I I I I I I I I. I I I I I I I I. I Bid Number: 100008148-002 BID SECURITY TRANSMITTAL FORM Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of $ which amount is not less than five (5%) percent of the total bid. SIGN HERE BID BOND KNOW ALL MEN BY THESE PRESENTS: Survalent Technology Corporation Travelers Casualty and Surety Company of America That we, as Principal and as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of 5% of the Tender Amount Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and several- ly, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: SUBSTATION MONITORING SYSTEM PROJECT CL-0307 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain infull force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. 8th SIGNED, SEALED AND DATED THIS _ day of Survalent Technology Corporation, April ! ,2008. Principal Tr"avelers Casualty and Surety Company of America Sure!y 20 Q~leen Street West, Suite 300 Toro~o Ontario M5H 3R3 -'" . Surety address " Agent Agent Address Surety Co and Phone Number Steven Hastings. Attorney-in-Fact 416-642-3661 Agent Contact and Phone Number Dated: Received return of deposit in the sum of $ I POWER OF ATTORNEY WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ..... TRAVELERSJ Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company I I I Attorney-In Fact No. 219678 St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 2 2 4 4 9 4 9 I KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint I I George Petropoulos, Rob Burns, Linda Mountford, Dorinda Torrance, Kevin Irvine, David Hodgson, Leandro Gomez, Howard Friedman, Denise Fraser, Devon Maltby, Barry Norrnet, Linda Archibald, Nancy Fraser, Sheila Spotton, Franco Rasetta, Steven Hastings, Aimee Mather, and Magda Pacheco of the City of Toronto, Ontario , State of Canada , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in thei~.Quslness otguaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitlt;,d\in aI1y<a&iions or-proceedings allowed by law. _~ ~~-:: ~~ ~~v ~~V Ie" . ~'?"l"'\v.:) '<"'~ ~. ....'" _.~ ','." ,.Y <. ,.." \\. ,.' '" r' ." v.Y ~'I:I" I"" il"\\"'" , ",,('>"".'~ ,C'" .,\ "l' . . 0' .... ',;:S""if,/\' AN WITNESS WHEREOF, the Companies have caused this instrum~t,l3beSign2'q~d th.~irk~~ate seals to be hereto affixed, this _0' f March 2008 ~,",<0~~.' "~"~>.". '1''\"::\);,Y. uay 0 ,.:-' ~ < '..' "i' " \,. ",' '\'",. ." . ,.' '.~'. ~}I.... -\\ \ .A ~y~ ~~ . ",. Farmington Casualty comIf. any. A 0 . .~y V t . \\ ~ ""'\~ , - Fidelity and GuarantY!~lJsur~r.~::G.!lmpaIt~~1}0 . Fidelity and Guaranty InsuraJlce~Underwriti~rs, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company I I I I I o ~ I I State of Connecticut City of Hartford ss. I 5th St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company .......~~;-... fs,~~....,........<9i->~ 1 :/~QttPORA,.~..... f"I \ f~: -.- :0; V)...SE;.gJr...i i' ~.~.....~.....~~-6b ..... By: 5th March 2008 . On this the day of , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. I I. In Witness Whereof, I hereunto set my hand and official seal. I y Commission expires the 30th day of June, 2011. I I 58440~5-07 Printed in U.S.A WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 'f(\~ C. j~ "- Marie C. Telreault. Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of 1 America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chmrman, the President, any Vice Chairman, any Executive VIce President, any Semor Vice President, any Vice President, any Second ViC. President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behal 1 of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is !\. . . i; FURTHER REsoLvED, that the Chairinan, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may 1 delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking 1 shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is 1 FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1 I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine lnsuran~~ C9mpan~ St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety\ %.ginpany-of~meric<\r~nd United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power_of\~~~e~ui1d by,\s;[i9~ehmpanies, which is in full force and effect and has not been k d ~,"'il ~ ~\~ ,'l>~ \ ~ ~, revo e . ~ r..'~~ 0~'t~ ": '\.~~"'4 r ~'\.1 8 t h <<b ~ ,,~~ ~~;,~ IN TESTIMONY WHEREOF, I have hereunto set my hand an,\~ffixed the.seals of said'fompanies this ,~;'1>" ~~)' 1\1l" ~~~~~o~~~~~~ ~ "'{"I 'l> Kori M. Johans 1 1 April 08 ,20-el day of I I o ~ .......~'... t..;~~.,..........~:1-~\ ~f!(~O~~~Art:\ ';, \ ;~,...SEA.L./!' 0'..... .....to <t;]!J e"''''''~~ WI twm'ORll, ~ \\ CONIf. II IS, ....~ I To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. I I I I -. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I I I I I I I I I I I I I I I I I I I I PART II . CONTRACT FORMS (TO BE SUBMITTED AT CONTRACT EXECUTION) I I I I I I I I I I I I I I I I I I I PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this 1-iJ,., day of June, 2008, by and between the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred to as "the City", and Survalent Technology Corporation, a Canadian Corporation, hereinafter referred to as "the Contractor". WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to acc:,mplish the following project: SUBSTATION MONITORING SYSTEM, Project Number CL-0307 in accordance with and as described in A. this Contract, and B. the Project Manual, which includes the attached plans, Specifications, Special Provisions, submittal requirements, attachments, Addendum 1, Bid Form, and C. the 2008 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications", and D. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance and Liquidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed N :\PWKS\Light\Engr\Projects\SCADA \Contract.doc 1 I I I I I I I I I I I I I I I I I I I within 120 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor $49,800.00, plus sales tax, for work performed as the "Base Bid" as detailed in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request fonn(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, t::mployee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or in connection with the N ;IPWKSlLightlEngrlProjectslSCADA IContract.doc 2 I I I I I I I I I I I I I I I I I I I performance of this Contract, except for InjUrIes and damages caused by the sole negligence of the City. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 6. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non-discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above-stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above- stated minority status. 10. Assignment and Subcontractors. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. N :\PWKS\Light\Engr\Projecls\SCADA \Contract.doc 3 . . I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. F. The divisions and sections of the specifications and the identifications of any drawings shall not control the Contractor in dividing the work among subcontractors or delineating the work to be performed by any specific trade. G. Nothing contained in the contract documents shall create or be construed to create any relationship, contractual or otherwise, between the Owner and any subcontractor or assignee. Nothing in the contract documents shall create any obligation on the part of the Owner to payor to assure payment of any monies due any subcontractor or assignee. H. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. 1. In addition to all other obligations of the contractor, if the contractor does employ any approved subcontractor, the contractor shall supply to every approved subcontractor a copy of the form, provided in the project manual, to establish written proof that each subcontract and lower-tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The contractor, each approved subcontractor and each approved lower-tier subcontractor shall complete and deliver the form directly to the City. 11. Contract Administration. This Contract shall be administered by Weijun Ren on behalf of the Contractor and by Terry Dahlquist, Electrical Engineering Manger, on behalf of the City. Any written notices required by the N :\PWKS\Light\Engr\Projects\SCADA \Contract.doc 4 I I I I I I I I I I I I I I I I I I I terms of this Contract shall be served or mailed to the following addresses: Contractor: Survalent Technology Corporation 2600 Argentia Road Mississauga, Ontario L5N 4Z7 Canada City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 12. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: CITY OF PORT ANGELES: 5~~",-r~+ 1h.~lo~i By: Name of Contractor c.cr~..."'rtl,. /1... _ ~ By: ~ ~ ;U . - )- -~ ~ . f Title: ? ore <& :~(L.", +- ~:Z:01e City Attorney Attest: I \ .- ^Q.~ .j)pfuA. City C N :\PWKS\Lighl\Engr\Projecls\SCADA \Conlract.doc 5 I I I I I I I I I I I I I I I I I I I PART III SPECIAL PROVISIONS, SPECIFICATIONS I I I I I I I I I I I I I I I I I I I STANDARD SPECIFICATIONS This Contract incorporates the Washington State Department of Transportation's 2008 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as detailed above, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the Standard Specifications and are made a part of this contract. The Sections referenced in these Special Provisions refer to Sections of the Standard Specifications. 1-01.3 DEFINITIONS The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this project. The term "State" is redefined to mean the City of Port Angeles for this project. The term "Commission" is redefined for this project to mean the City Council of the City of Port Angeles. The term "Secretary" is redefined for this project to mean the Director of Public Works for the City of Port Angeles. The term "Department" is redefined to mean the City of Port Angeles Department of Public Works & Utilities for this project. The terms "Engineer" and "Project Engineer" are redefined for this project to mean the City Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. 1-02.2 PLANS AND SPECIFICATIONS Section 1-02.2 of the Standard Specifications is deleted and replaced with the following: Information as to where plans and specifications can be obtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper. 111-1 I I I I I I 'I I I I I I I I I I I I I 1-02.5 PROPOSAL FORMS The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for this project. 1-02.9 DELIVERY OF PROPOSAL, Section 1-02.9 of the Standard Specifications is modified in its entir~ty for this project to now , read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1-03.4 PERFORMANCE AND PAYMENT BOND In accordance with Section 1-03.4 of the Standard Specifications the Contractor shall execute a Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's name and address and shall include a power-of-attorney appointing the signatory of the bond as the person authorized to execute it. 1-04.4 CHANGES IN WORK Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, clarifications, field requests and field authorizations for contract changes shall be documented using the "REQUEST FOR INFORMATION" form. A construction contract change order may be initiated by the Contractor or Engineer by using the RFI form, PW- 404 02. Definitions: a.RFI: Request for Information (City of Port Angeles' Document PW 404_02) b.CCO: Construction Change Order (City of Port Angeles' Document PW 404_04) 1-05.10 GUARANTEES Section 1-05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. 111-2 I I I I I I I I I I I I I I I I I I I Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. STATE SALES TAX The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from theContracting Agency. The provisions of Section 1-07.2(2) apply. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6 and 7 of the City's standard Public Works Contract in Part II of the. Project Manual. HOURS OF WORK Section 1-08.0 is further supplemented by the following: The hours for on-site work at the Light Operations Facility under this contract is limited to Monday through Friday, 7:00 am to 3:30 pm, excluding holidays. Work at City Hall is limited to Monday through Friday, 8:00 am to 5:00 pm, excluding holidays. Access to those facilities will not be allowed at other hours. PAYMENTS Section 1-09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. All contract Payments will be made only through an Electronic Fund Transfer. It is the sole responsibility of the Contractor to provide to the City the applicable account information to allow this to occur. 111-3 I I I I I I I I I I I I I I I I I I I SECTION 16900 - SUBSTATION MONITORING SYSTEM PART I - GENERAL 1.01 General Overview A. This document describes the requirements for a new Substation Monitoring System with some Supervisory Control and Data Acquisition (SCADA) functions for the City of Port Angeles Department of Public Works and Utilities (PW&U) power distribution system. B. All exceptions and/or clarifications shall be indicated in a Table of Compliance and shall be referenced to the specific paragraph of this specification. Minor exceptions between the Vendor's proposal and the specification may be allowed, however any major exceptions may be cause for the Vendor's proposal to be considered non-compliant and to be eliminated. . 1.02 ReQuirements A. Fulfill the following qualification requirements: 1. Vendor shall state the number of years of experience in the design and manufacture of systems of the type specified; 2. Vendor shall provide ten (10) customer reference projects with a similar configuration and functionality to the system proposed. The list of reference projects shall include at least the following information: customer name and address, contact name and phone/email, starting date of commercial operation, operating system platform. 3. Vendor shall utilize standard off-the-shelf hardware and operating system software which are available at least from two different commercial sources; 4. Vendor shall provide support services with a 24/7 availability; 5. Vendor shall state whether there are any anticipated changes in ownership or major corporate policy changes in the next 12 months; 6. Vendor shall state whether there are or there have been any legal claims or litigation actions against him regarding the performance of projects. 1.03 Responsibilities A. The Vendor shall be responsible for the following: 1. Design, assemble, manufacture, factory test, deliver, install and commission a complete, new SCADA system according to the present ?pecifications; 2. Integrate existing substation relays, RTUs and other City devices into new system. 3. Provide training at the City's facilities; . 4. Provide on-site supervision of installation and commissioning of the system; 5. Provide technical support and assistance during the commercial operation of the system; I I I I I I I I I I I I I I I I I I I 1.03 Standards A. The standards which apply to the design and manufacture shall include but not be limited to the . following: .. . 1. ANSI American National Standards Institute 2. IEEE Institute of Electrical and Electronics Engineers 3. NERC North American Electrical Reliability Council 4. NEMA National Electrical Manufacturers Association 5. EPRI Electrical Power Research Institute 6. UL Underwriter's Laboratories B. Where the proposed standards differ from above, the vendor shall state which standard applies. Where non-standard hardware, software or services are offered, the. vendor shall defend their adequacy in relation to the functions to be performed. PART2 - SYSTEM CONFIGURATION 2.01 Single Master Station A. The master station shall consist of a host computer (SCADA server), with one separate operator workstation (SCADA client), interconnected by a high-speed local-area network (LAN). The system shall support the TCP/IP protocol which will be used for all data exchanges between' the various nodes on the network. 2.02 Configuration A. The host server and all workstations shall consist of standard PC architecture machines utilizing Intel or equivalent processors. B. Operating system software shall be industry standard, off-the-shelf software. It shall provide a windowing graphical user interface environment. C. The SCADA host software and the operator interface software shall run directly in the operating system's own windowing environment. X-Windows sessions or other emulations are not acceptable. A system of pull-down menus and dialog boxes shall provide the operator with quick, intuitive access to normal SCADA operations, as well as to database editing and system configuration functions. D. The operator interface shall be graphics based and shall be capable of importing vector graphic data from other mapping systems such as AutoCAD or GIS for incorporation into the SCADA displays. Such imports shall be based on the AutoCAD DWG or DXF file formats. The operator interface software shall include the ability to merge multiple imported maps into one SCADA display and to edit the imported graphics. E. For communication with RTUs, IEDs and other serial-data peripheral equipment, commonly available terminal servers shall cbe provided to off-load serial communication processing from the host computers. The serial data ports provided by the terminal servers shall be capable of two-way serial communications. 2.03 User Interface A. The operator interface software shall provide a single world coordinates based graphical view of the system, arranged schematically or geographically as defined by the user. It shall be possible to navigate freely in this world map, scrolling in two dimensions (pi3nning) and zooming in or out to view any location at any desired degree of magnification. The displays shall contain static graphical information, as well as dynamic elements thatrefle~Uhe information contained in the host computer's database. Database point values displayed by such dynamic elemehts may be either retrieved data from RTUs or calculated by the host server. I I I I I I I I I I I I I I I I I I I B. Operator. interaction with database points shall be by means of clicks of "the--"mouse on the dynamic display elements. This will include operations such as controlling field devices, setting database values, e.g. manuaL updates, acknowledging or blocking alarms and tagging data points to inhibit control. C. The user shall be able to use elements on the display as push buttons to initiate pre-defined actions. These shall include, as a minimum, the ability to: 1. bring up pop-up notes 2. bring up trend graphs 3. bring up other displays 4. bring up Microsoft Excel or Access based reports 5. run command sequences 6. access records in other databases 7. access other displays within the world map D. Displays are specific rectangular areas within the world map. The user shall be able to define any number of displays in the world map. The operator shall be able to go to a display by means of either a pushbutton or by selection from a list.- To facilitate navigation through the list of displays, it shall be possible to organize the list in a hierarchical set of named folders. E. The system shall support an unlimited number of graphical layers which can be de-cluttered either automatically (based on zoom level) or manually by the operator. The system shall also support an unlimited number of displays. . 2.04 Master-to-RTU Communication A. RTU's as used in this specification are existing Schweitzer SEL-2030 communications processors located at each substation, using DNP3 protocol over existing VPN optical fiber cable to each substation though a central hub at City Hall. B. The new SCADA equipment shall have the following open protocols included and available: 1. DNP3.0 Level 2 2. Modbus C. These protocols shall be available for both serial and network interfaces (TCP/IP). D. The above protocols shall be run in native mode, i.e. there shall be no need for an external . protocol converter (hardware unit) or internal converter (third party software driver), nor shall there be any need for any kind of front-end processor. E. The master station database editor shall allow the user to define key parameters for each communication line: baud rate, time allowed for an RTU to respond, the number of retries, accumulator poll interval, interval between scans, and protocol-specific configuration parameters. The communication software shall maintain communication statistics for each RTU. These statistics shall be available as database points so that they can be incorporated in user-defined displays, reports, and alarms. F. In cases where the RTU protocol supports exception polling, the communication software shall make use of it to provide rapid alarm throughput and capture of multiple, rapid succession I I I I I I I I I I I I I I I I I I I A. alarms. The communication software shall automatically interleave polls for results from controls between normal round-robin exception polls. Where applicable, all-station accumulator freeze commands shall be used to provide simultaneous system-wide sampling of accumulator points. 2.05 Master-to-IEDCommunication- . A. Existing Intelligent Electronic Devices (IEDs) at each substation shall link to the Master Station through existing SEL-2030 communications processors with DNP3 protocol. Devices located or planned at each substation are: 1. SEL-351 S breaker relays 2. SEL-587 Transformer Current Differential Relays 3. Beckwith LTC Control 4. Qualitrol-505 Transformer Temperature Monitors. B. Intelligent Electronic Devices (IEDs) shall be able to either be polled directly by the host server in the same manner as RTUs, or be polled by an RTU. In the latter case, lED data gathered by the RTU shall be reported to the Master Station along with the RTU's own data. B. The Master Station shall support the communication protocols used by the IEDs connected directly to the Master Station. IEDs that are connected to an RTU shall be mapped into the RTU's database by means of user defined mapping tables. These tables shall allow any subset of each lED's data to be mapped into RTU's database. The structure of these mapping tables shall support multiple IEDs on each communication port in the RTU. Different lED protocols shall be supported by the RTU on each port. The mapping tables used by the vendor's RTUs shall be maintainable at the SCADA host server and automatically downloaded to the RTUs by the communication software. C. The proposed system shall not have any limitation in the number of field devices and IEDs to be connected. No software upgrades or additional licenses shall be required to increase the number of IEDs to be integrated into the system. 2.06 System Sizina A. The system software shall be capable of accommodating in its database an unlimited quantity of status and control points, analog input points, text points, communication lines, RTUs, lEOs, operator wokstations, reports, graphic symbols. These unlimited capacities may only be limited py the resources of the servers, operating system (memory size) and network. The size of the World Coordinate system map shall be up to a maximum of 1 billion x 1 billion drawing units. B. The system shall be able to fully process a continuous alarm throughput of 50 alarms per second for at least 60 seconds. Both the World Coordinate map and the displays on all workstations shall be updated and responsive to controls throughout the alarm burst. 2.07 System Maintainability The system shall be designed such that the user will be able to maintain the SCADA system with minimum reliance on vendor's services. B. The system shall include all the necessary software for configuration of the system and maintenance of the database. The database maintenance software shall provide a convenient graphical view of the entire database, with easy navigation throughout the database. The database editor shall allow interact with the user in an intuitive manner by means of dialog boxes and other familiar controls that are standard to the operating system. The vendor shall.... provide training courses covering these subject areas. I I I .1 I I I I I I I .1 I I I I I I I c. The vendor shall provide with the system, a dial-up diagnostic maintenance modem. to provide' access for system troubleshooting and software updates. The vendor shall have the ability to . - provide same day diagnostic troubleshooting and database assistance from the vendor's:',' software facilities during normal working hours. D. Provide evidence that: 1. The proposed software is owned and controlled by the vendor. 2. The proposed system has a low cost of ownership. 3. The vendor has full-time designing and programming staff capable of supporting and enhancing the software. 4. The vendor maintains a full-time customer service department capable of providing same day diagnostic services via modem or VPN. 5. The proposed software has a sizeable installed customer base. 6. The vendor maintains an active User's Group organization. E. The vendor shall have a formal version release method and shall be able to offer upgrades to newer versions of the proposed system software. I I I I I I I I I I I I I I I I I I I PART 3 - SYSTEM HARDWARE 3.01 Hardware Platform A. The hardware platform encompasses all of the physical hardware devices utilized by the SCADA system including host servers, operator workstations (local and remote), storage devices; communication interfaces, GUI devices (LCD Flat Panels) and tANs to which all the hardware devices shaH connect. - B. The system shall be implemented with industry standard general purpose devices and interfaces. The hardware platform shall be scalable such that existing devices shall be able to be replaced with higher performance/capacity devices with no or minimal impact to the system. C. All materials and equipment furnished for permanent installation in the work shall conform to applicable standard specifications and shall be new, unused, and undamaged. D. Utilize existing public fiber cable between Master Station and Substations, routed through City Hall. Virtual Private Network (VPN) connections ace existing. Configuration data may be obtained by the successful bidder from the City IT Department. __"i!f'-':'- 3.02 Host Server A. The system supplier shall provide the Master Station server hardware built by Gateway, IBM, or approved equal. The server shall -be wholly designed, manufactured, warranted, and assembled by the computer manufacturer. Composite component computer frames assembled with multi-vendor cards by second soume manufacturers will not be accepted. B. The host server shall have as a minimum 3.0GHz Intel or equivalent processors with 2GB RAM memory, minimum of two 100 GB mirrored RAID internal disk drives, Read-Write CD-ROM, 40 GB tape backup drive, 10/100baseT Ethernet adapter. One 19-inch color Flat Panel LCD local display shall be provided, plus remote video display as noted elsewhere. A 56K internal modem shall be provided for remote dial-up access by the system supplier for diagnosis or by a portable computer that an operator may use to view system status. Access from designated computers on the City of Port Angeles network shall also be possible over a fiber-optic interface. -- C. Fiber optic cable interface for communications to remote lED's will be provided by the City IT Department. D. The host server shall run the latest MS Windows 2003 Server Edition operating system. 3.03 Remote Workstation Console A The system supplier shall provide one remote workstation console manufactured by Gateway or IBM. The proposed workstation shall have the following as a minimum: 1.3.0 GHz Intel Core 2 Duo E4500 (2.20 GHz 800 MHz FSB 2MB Cache) or equivalent processor 2. 2048 MB DDR2 800 MHz SDRAM memory 3. 160 GB 7200RPM SAT A II internal hard disk drive w/8MB cache 4. 16x Super Multi-format DVD Writer DVD+/R+RW/CD-R/RW 5. 10/1 OObaseT Ethernet adapter 6. One 20-inch Flat Panel LCD Display 7. 256 MB nVidia GeForce 8300GS Graphic Adapter 8. Gateway 104+ Keyboard 9. Two-Button PS/2 Wheel Mouse 10. Six-Bay BTX Case 11. Integrated 300W Power Supply B. The workstation shall run the latest MS Windows XP Professional Edition (SP2) operating system. C. The system shall be able to support any number of workstation consoles without any need for upgrading the system hardware and software. D. The remote console shall communicate using the City wide area network (WAN) or a virtual private network (VPN) for accessing the host server. All functions and features in the local GUI shall also be accessible from the remote console. 3.04 Graphic Video Displav A. The system supplier shall provide one remote video display screen for real-time display of system map or one-line. Display shall measure 65 inches diagonally, 16:9 aspect ratio, with RGB and composite video inputs, 10,000:1 contrast ratio, and be supplied with hardware for wall mounting. Install DisQlay and Remote Workstation Console at PW&U light Operations Dispatch Office. B. Display shall be driven from and connect to the Master Station computer. C. Sharp #LC65D64U, or equal. PART 4 . SYSTEM SOFTWARE 4.01 Compliance with Open System Standards A. The proposed SCADA system shall have been designed for openness. The Master Station shall have been designed around off-the-shelf industry standard software to provide open access across any TCP/IP based networks. B. The following industry standards shall be part of the foundation of the proposed system: 1. MS Windows Operating System. The Windows version running on the host servers shall be Windows server edition whereas the version running on the workstation consoles shall be Windows XP Professional. Hybrid or multiple operating systems such as a combination of MS Windows with OpenVMS, UNIX or L1NUX will not be acceptable. 2. MS SOL Server Relational Database. An off-the-shelf package designed for storing data, sorting information, retrieving data in custom reports and providing an industry standard interface to other applications shall be used. 3. Interfacing to AutoCAD and/or GIS or AM/FM systems using DXF or DWG graphic industry standards. 4. ODBC (Open Database Connectivity) standard which is supported by Microsoft, Oracle, Novell and many others, and creates a common relational database and SOL structure for interoperability between different applications. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I A. 5. TCP/IP - inter-process~~communications standard which provides a standard - protocolforLANIWAN communications and a standard language for Client/Server' applications; 6. DNP3.0Level 2 as a standard communication protocol for RTUs and IEDs adopted" . by the utility industry in North.,A,merica. 7. OPC (Microsoft Ole for Process Control) - as a standard for integrating applications for industrial systems such as: water, gas, etc, used in the vertical utilities. 4.02 Operatina System A. The system shall use a true multi-user, multi-tasking operating system platform as provided by Microsoft Windows. The operating system shall exhibit robust security features, shall support resource accounting at both the user and application level, shall support Microsoft Windows without emulation as well as DOS, shall support 32-bit processing and be memory addressable to 2 GB. B. The system platform shall be scalable including the capability for a distributed architecture with multiple distributed peer workstations, performing concurrent task processing, supporting engineering, management and development activities at various sites. C. The system shall be provided with adequate tools and utilities to monitor the performances and to manage the resources of all subsystems. 4.03 Database Structure A. The database structure shall be speCifically designed for high performance real-time operation. A proprietary hierarchical database will be acceptable for reasons of providing high performance and fast response times. B. On-line database editing capability for adding, replacing or deleting points in the database, RTUs, communication lines, etc, shall be possible without any interference to the system operation. C. A user-friendly graphic editor shall be provided for building of new world maps and displays and for editing existing ones through interactive and intuitive methods. D. Access to capabilities of editing both the database and displays shall be available at all operator and engineering workstation consoles, however it shall be restricted to users with appropriate rights and privileges. E. The system database size shall be able to be expanded to handle additional points without any need to expand the hardware, perform any software change, or pay additional licenses. 4.04 Human-Machine Interface (HMI) Provide, install, and configure a graphical interface on the Console Station that provides all the functionality described in Part 5 of this specification section. City will provide electronic files of maps for backgrounds; Contractor shall develop graphic screens incorporating those backgrounds and do all other programming and configuration. Graphics shall be displayed on terminal monitor or larger graphics display. Include graphic representations of all existing Schweitzer SEL-351S Breaker Protection and Control Relays and SEL-587 Current Differential Relays at each substation. B. One licens-e--"shall' be provided on the server and one on the workstation, with no expiration date. Provide two additional workstation licenses for future remote access. C. HMI software 'to be from one of the following suppliers, or an approved equal: 1. SUhtalent"'WbrldView," 2. Ivensys "Wonderware" - PART 5. SYSTEM FUNCTIONAL REQUIREMENTS 5.01 Data Acquisition A. The proposed system shall be able to provide the following data acquisition functions: 1. Monitor analog values such as Volts, Amps, Watts and VARs at each substation. Convert these values to a digital format. Transmit changed values back to the Master Station. Convert these values into engineering units. Display these values on single line diagrams and provide alarm limit checking. Provide historical storage at user definable interval and retention periods. 2. Monitor the status changes of various switch contacts and other equipment in the field. Provide an audible and visual alarm when the switches have changed status without being commanded. 5.02 Supervisory Control A. The proposed system shall be able to provide the following supervisory control functions: 1. Allow the system operator at the Master Station to issue controls to trip and close breakers through a select-before-operate sequence and automatically monitor breaker auxiliary contacts to ensure operation, 2. Allow the operator to manually control load tap changers and monitor the tap position, 3. Allow the operator to manually control the circuit breakers, unless disabled by a "Lockout" tag at the substation. 5.03 RTU Communication A. The Vendor shall list the available and proposed protocols that the proposed master station can support. As a minimum, in addition to the protocols required for existing or proposed RTUs and IEDs, the master station shall also have available, as options, such open protocols as DNP3.0 and Modbus for both serial RS232 and IP-based network communication. B. The software subsystem for the proposed protocols shall implement all features of the RTUs and IEDs that are required by the purchaser. As a minimum, the following functions shall be included: 1. Rapid polling of RTUs for exceptions 2. Select-before-operate control execution 3. Variable control durations for momentary controls 4. Detect and report multiple changes of state between poll cycles , if the RTU does not buffer changes but instead reports a "multiple change detect" bit I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 5. Automatic interleaving of multiple priority messages, e.g. automatic "fast scan" after a control and "error scan" after a communication error 6. Scheduled accumulator freezes and polls 7. Scheduled integrity (general interrogation) polls 8. Time synchronization of the RTUs 9. Sequence of events data uploading and processing C. When a user-definable error retry count expires for an RTU, the system shall declare the RTU failed by means of a status point and an accompanying alarm. On RTU failure, the system shall mark all points that are telemetered by the RTU as "telemetry failed". For each point, this telemetry failed quality code shall not clear until a value is subsequently received from the point. D. The user shall be able to define alternate communication ports (or IP addresses) that can be used to reach the RTUs. On a series of communication errors with an RTU, the system shall switch ports after a user-definable port retry count expires. A separate port status point for each RTU shall be maintained to indicate which port is currently being used to poll each RTU. If the communication line is looped, it shall be possible to determine between which two RTUs a break exists by examining the values of the port status points. E. By manually setting the value of a port status point, it shall be possible for the user to force the system to use only one port for the associated RTU. By manually setting the value of an RTU's status point, it shall be possible for the user to shut down polling of that RTU. F. For each RTU, the system shall maintain communication statistics in the form of analog points that may be viewed on displays, printed in reports, or stored in historical data files. Such statistics shall include percentage of successful communication, number of timeouts and number of security errors. G. After an RTU has been declared failed, the system shall continue to poll it but at a reduced rate, for example: poll only one failed RTU on each round-robin poll cycle. If all RTUs are failed on a communication line (on both ports, if two ports are defined), the system shall declare the entire communication line as failed. H. Each communication protocol software module shall support a communication monitoring facility that allows the user to view the messages issued to and returned from the RTUs. The operator shall be able to monitor individual RTUs or all RTUs. 5.04 Status Data Processina A. The system shall be able to acquire, process and display status points (single and multi-bit). Each status point may have a control point associated with it. A control command shall initiate a timer to check if the back-indication is received within a certain time period from the initiation of the control command and if not, an alarm shall be generated. If a change of status is detected which is not the result of a control command, an alarm shall be generated. B. The system shall be able to process the following types of status changes: 1. 2-state status. This type of input shall be used to indicate the status of a device that may be in one of two possible states. The user shall be able to define the names of each state, e.g. ON and OFF, Open and Closed. In addition, a color shall be associated with each state such that a normal state could be green while abnormal could be red. 2. 3-state status. These inputs are similar to the 2-state status points except that the device may take on any of three possible states. The user shall be able to define the 5.05 A. B. C.m names and colors associated with each state, e.g. Open, Closed and In-transit, or Illegal. I I I I 'I I I I I I I I I I I I I I I 3. Multiple State Change. This feature shall provide support for multiple, status changes that result frOm control commands. For each control point, it shi:lIl be- possible to specify a list of up to 30 status points that may change as a result of a command. If not all the expected transitions occur within the control point response time..:out, the system shall generate an alarm for the control point as well as an additional alarm for each associated point that did not undergo the expected transitions. Analog Data Processing The system shall scan every analog input in the RTUs at predefined scanning intervals. Any . failure to complete a scan shall be marked with a data quality flag. Also the system shall scan each analog input every second and compare that input to the previously reported input. When the difference between these values exceeds its reporting band, the analog value shall be reported (report-by-exception). The master station shall convert each scanned analog point to engineering units whereby both the telemetered and converted data shall be stored in the database. The user shall be able to specify the scale factor and offset to represent the conversion factors for a linear conversion of the telemetered input values to engineering units. The system shall be capable of checking the analog values for at least three sets of limits: warning, emergency and reasonability. Each of these three sets of limits shall be provided wit an upper limit, a lower limit and a dead band. The dead band associated with each limit is used to prevent multiple alarms from being generated when the value hovers near a limit value. D. To allow the removal of noise readings around the zero mark of the engineering scale, a range of engineering values inside the point value range shall be specified which shall clamp the input value to zero. For example, if the zero clamp deadband s 3.0, any input value which is converted to between +3.0 and -3.0 engineering units will be clamped to zero. E. The system shall provide a rate-of-change for analog input values by computing the difference between the new and previous value and dividing this by the difference between the current time and the time the point was last updated. The rate-of-change shall be checked against the limits for rate-of-change. 5.06 Pulse Accumulator Data Processin..Q A The system shall be able to process accumulators received from the RTUs. The system shall send a command to freeze the accumulators either to all RTUs or to selected RTUs. However this freeze command shall not reset the accumulators in the individual RTUs. Upon receiving the accumulator readings' at the master station, the system shall automatically calculate the difference from the last reading. B. The system shall retrieve the hourly accumulators every. hour from the RTUs and shall convert them to engineering units. C. The system shall also be able to retrieve accumulators at user-definable intervals from 15 to 30 minute intervals. 5.07 Control Output Reauirements I I I I I I I I I I I I I I I I I I I 5.09 A. - -.~-;...- .- A. The system shall perform all control operations to field devices in a safe secure manner. The operator shall be promptly informed if any anomalies occur during the control sequence. B. There shall be-the:following types "of controls available in the system: control & indication, raise/lower:control,:-anatogoutputcontrol, pulse output control. - - '--:. --:. _. --,.1.': ., . - ~. -" ---- - - C. The controL:-& indication type shall be used for controlling the status of breakers, recloser circuits, ground circuits;-Iine switches and similar devices. This type of control shall be able to accommodate either a single sending contact (two-state control & indication) or two sensing contacts (three- or four-state control & indication) per point. The raise/lower controls shall be used for controlling tap changes, control valves and similar devices. D. Where supported by the RTU protocol, the system shall utilize a Select-Checkback-Execute technique that requires secure handshaking with the RTU before any controls are executed. In such cases, control of a point requires the following exchange of messages: 1. Master to "RTU - control point selection 2. RTU to Master - point address check-back 3. Master to" RTU - control execution 4. RTU to Master - execute acknowledgement E. If the Master Station does not receive proper acknowledgement of either the select request or the execute command, a check-back failure alarm shall be generated by the system. If the acknowledgements are correct, but the expected status change does not occur within the point's control response timeout, a control failure alarm shall be generated. An optional multiple status change validation feature shall be available to handle cases where a control causes multiple status changes to occur. 5.08 Zones of Responsibility A. The SCADA software__shall be able to be partitioned into 128 "zones" of responsibility. The user shall have the ability -- to assign any combination of the 128 zones to each database point (telemetered or calculated) and/or to each login account. B. Examples of how zones may be used to partition the system are into high voltage and low voltage circuits for transmission and distribution system control. No control of the transmission system is included in this project. C. The user shall be able to create any number of zone groups containing various combinations of the 128 zones and to give each zone group a name. D. In addition, each user account shall specify the types of activity that are permitted for that user. These individual user privileges must be individually enabled or disabled and should consist of such activities as point editing, report editing, alarm acknowledgement and blocking, manual set and control, and tagging. An operator shall be able to manipulate only those points whose zones overlap those of his login account. Taa Manaaement - When a controlled device or a line fed by a controlled device requires maintenance, it is required that the system provide a facility for limiting control of that device. The system shall allow operators to inhibit control of devices by means of a secure, multi-level tagging feature. This feature shall allow operators to apply up to eight tags to each point, each tag being stored with a date/time stamp and optional operator-entered description. ._ uB. Each point shall be able to be provided with a visual attribute showing that the point has one or more tags on each display where that point is shown. ). It shall be possible to create tables of symbols that are to be displayed on tagged points. If a point is tagged, the display shall show. the symbol that corresponds to the highest-level tag on the point. u. C: The system shall provide the capability to configure a custom set of tag types that are mapped to the following four basic types of tags: Inhibit ON and OFF controls, Inhibit ON control only, Inhibit OFF control only, Information only (no control inhibit. D. The system shall permit no means of bypassing the control inhibit caused by a tag. This applies to any and every application supplied by the vendor or written by the purchaser using the vendor's API. E. A group tag function shall be provided that allows an operator to define a tag, select multiple points and apply the same tag to all selected points. 5.10 Calculations A. The system shall include a periodic calculations program that allows the user to define both arithmetic and boolean calculations. B. The following built-in functions shall be available: 1. Arithmetic (+, -, *, / ) operations 2. Boolean (AND, OR, XOR, NOT) operations 3. Comparisons (GT, L T, EO, etc) 4. Trigonometric functions (sine and cosine) 5. Exponential and natural logarithm 6. General digital filter 7. Minute/hourly/daily/weekly/monthly sample 8. Minute/hourly/daily/weekly/monthly reset 9. Average over time 10. Current date and time 11. Accumulated time open/closed 12. Hourly/daily maximum, minimum and average 13. Normalized rate accumulation 14. Interlock (inhibit control) 15. Setpoint Deviation 5.11 Graphical User Interface (GUn Environment A. The operator interface shall utilize the Windows graphical user interface (GUI) environment, making extensive use of mouse point-click-drag functions, pull-down menus and interactive dialog boxes. The operator interface should support the display of multiple windows that can . be re-sized, moved, overlaid in a tiled fashion, or shrunk to an icon. 5.12 Operator Displavs A. The system shall provide the following types of displays for use by the operators: 1. World Map Display. This type of display shall consist of a high-resolution vector display of the user's network with the current analog values and status of devices superimposed on a city map, or as a one-line diagram. One-line or map display shall be user selectable, and displayed I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I on the remote graphic video display described in Section 3 of this specification. The display shall allow the operator to select displayed objects in order to issue or inhibit controls, acknowledge or block alarms, or modify operating parameters such as limits. 2. Alarm Summary Display. This type of display shall show a user-customizable list of alarms that are in the system. The operator shall have the ability to acknowledge and/or block alarms and to control the operation of the audible alarm. This display shall be configurable by the operator by means of filtering by station, zone of responsibility, alarm priorities, chronological or reverse chronological order, typeface and size of text, blocked alarms, any combination of active, cleared, acknowledged or unacknowledged alarms. 3. Operator Summary Display. This type of display shall show the operations messages that have been logged by the system. This display shall be configurable by the operator by means of filtering by alarm priority, station, zone of responsibility, specific database points, time range, typeface and size of text. 4. Tabular Data Display. This type of display shall list the status and analog points by station and systemwise. The information shown on this display shall include the point names, descriptions, current values and quality codes and other parameters from the database, e.g. transition counts and alarm limits. This display shall be used for operation and control in the sense that from this display, the operator can perform point operations such as control, tag, alarm acknowledge or block, as well as modify operating limits and reset transition counts. 5.13 World Map Displav A. This display shall consist of a high-resolution environment in which the operator uses a movable window on a large-scale world map. The operator shall be able to navigate through the map using convenient mouse-oriented tools that include continuous panning and zooming, as well as poke points that cause the world map to jump to pre-defined displays. B. A user-extendable library of ready-to-use symbols, colors and text styles shall be provided. C. The world map display system shall be able to accommodate a coordinate space of up to 1 billion by 1 billion world units. D. Methods of navigation within the world map display shall include the ability to continuously pan and zoom, to jump to other displays at pre-defined locations and magnification levels and to snap to a view that is defined by rubberband mouse operation, i.e. a view selection rectangle. E. The world map display shall be implemented in a multilayered structure. When a map is imported from a DWG or DXF file, the layers that are contained in the DWG/DXF file should be preserved in the resulting SCADA world map. There should be no upper limit on the number layers that may be contained in the world map. F. It shall be possible to assign a specific zoom level to each layer for automatic decluttering. Such assignments should be easy to make by navigating to desired zoom levels and clicking on pushbuttons in a dialog fashion. Declutter levels shall not be lost when the map is re-imported from an updated DWG/DXF file. G. The operator shall have the ability to override the automatic decluttering and manually either turn a layer on or off regardless of the current zoom level. By organizing layers in a hierarchical system of folders, it shall be possible to easily turn entire folders of layers on or off. The system of folders shall be preserved when the map is re-imported from an updated DWGIDXF file. H. The user shall be able to specify the number of alarm lines for the unacknowledged alarms to be displayed in an alarm banner at the bottom of any display. The alarm banner shall not resize when the operator zooms in or out on the world map display. The operator shall be able to temporarily resize the alarm banner by dragging the frame separator, showing more or less alarm lines. The operator shall be able to toggle the alarm banner on or off. It- shall also be possible to acknowledge and/or block the alarms that are displayed in the alarm banner via a pop-up menu. I. The user shall be able to represent status points with animated GIF (Graphics Interchange . . Format) files. Animated GIFs are a popularway to display the change .ofstate of a.device" or motion such as a pump in operation. The operator shall be able to set the blink rate to control the speed of the GIF file. J. It shall be possible to use bitmaps (image files) rather than symbols to represent status points, station points, and pushbuttons. The displayed bitmaps should scale as the user will zoom in and out. The supported bitmap file types shall include GIF, JPG and BMP. K. The user shall have the ability to create any number of views within the world map display. The views may be accessed via a scrollable list box or via pushbutton (poke points) on the world map display. For ease of navigation in the views list box, it shall be possible. to organize the views in a hierarchical system of folders. Both the folders and the views themselves shall be preserved when the map is re-imported from an updated DWG/DXF file. 5.14 Notes A. The displays shall support a system of "post-it" notes that allows operators to add and remove note icons on any display. Clicking on a note icon shall cause a pop-up window to appear to show free-form notes on any topic. The notes can be entered and modified in this window. B. The system shall also support notes that are specific to database points. Such notes shall be accessible from a pushbutton in the point dialog box that appears when the point is selected. When a point has some notes, the pushbutton icon in the dialog box shall be highlighted. C. Point-specific notes shall also be accessible from the alarms display. When a point-related alarm is selected, a pushbutton in the tool bar should highlight if there are notes for the selected point. Clicking on this pushbutton shall bring up the point's notes. 5.15 Drawina File Import A. The proposed system shall provide the capability to import graphics from other drawing packages (e.g. AutoCAD and GIS systems) via direct DXF and DWG file import. The layers contained in the DXFIDWG file shall be preserved as layers in the SCADA world map. The symbols, colors and text styles contained in the DXFIDWG file shall be imported into the libraries used by the SCADA world map, where they may be edited or used as is in dynamic map elements. B. The system shall allow the import of multiple DXFIDWG files into the same SCADA world map. It shall be possible to subsequently re-import an updated DXFIDWG file and have its layers replace the corresponding layers in the existing SCADAworld map without disturbing the graphics contained in the other layers of the SCADA map. 5.16 Control Panels A. The proposed system shall include the capability of Control Panels' as, a tool for visualizing the data collected from IEDs in the substations. . I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I B. The Control Panel shall be provided as a rapid graphical user interface (GUI) development tool that is built into the-operator interface. It allows dynamic elements and database values to be superimposed over a picture of the front panel of an lED, or other substation device. In the case of an lED, the Control Panel operates in the same fashion and displays the same information as if the' operator was standing directly in front of the device in the substation. For each lED -in the substation;_ the; user shall be able to simply. select-the template and to specify the station name of the IED;The system shall take care of instantiating all of the indications and controls. C. It shall be possible to-couse picture files (*.bmp, *.jpg, *.gif) in the system GUI as well as to overlay pictures with dynamic elements of indication, analog values, and control. The user shall be able to create custom control panels and to use points from up to four different lED's in each control panel D. The vendor shall supply a library of control panel templates for the most common IEDs available. . 5.17 Full Graphics Editor A. A full graphics editor shall be provided as an integral part of the database and display building tools. Access to the editing capabilities shall be available at all local and remote consoles, however it shall be password-protected. B. A copy of the world map and supporting libraries shall reside on each workstation console, such that when viewed in live mode, only dynamic data such as point values and alarms shall be retrieved from the host server in order to minimize network traffic and make feasible dial-up connections even with large displays; Publication of changes to the displays and libraries to other workstations shall be via standard file transfer mechanisms. C. The full graphics editor shall allow the user to create any number of layers and displays of the world map. The editor shall allow the user to assign zoom levels to each layer for automatic decluttering. The editor shall allow the user to specify an image file for any display that is to be used as a background for the display. The image file formats that can be used for this shall include JPG, GIF and BMP. D. The full graphics editor shall contain easy-to-use tools for re-Iayering, re-coloring and re-styling (text) as well as duplication (copy/cut and paste), stretch and re-size. E. The full graphics editor utility shall provide topological support. It shall allow consistency checks between the graphical- display and the corresponding database. Connectivity information shall be stored in the database-in order to allow the topology to be dynamically changed. 5.18 Drawina Tools A. The proposed system shall include drawing tools as part of a full graphics editor to allow the user to add to and/or modify the drawings that were imported via DWG/DXF file. The drawing tools that are provided in edit mode shall include at least the following capabilities: 1. draw line 2. draw rectangle (open and filled) 3. draw polygon (open and filled) 4. draw circle and ellipse (open and filled) 5. draw arc (open and filled) 6. insert text 7. insert symbol 8. insert dynamic element (e.g. point or poke point) B. C. G. The following'ediUngfunctionsshall be provided: . 1. cut and paste 2. rotate 3. snap to'grict/. 4. stretch' '," ,. . The following alignment tools shall be provided: 1. Align objects left 2. Align objects right 3. Align objects top 4.' Align objects bottom 5. Center objects vertically 6. Center objects horizontally 7. Distribute objects vertically 8. Distribute objects horizontally 9. Distribute objects matrix (user details the number of rows and columns) 10. Resize to maximum selected object height 11. Resize to maximum selected object width 12. Resize to maximum selected object height and width 13. Resize to minimum selected object height 14. Resize to minimum selected object width 15. Resize to minimum selected object height and width D. The editor shall support at least 99 undo and redo editing changes. E. The user shall be able to create libraries of the following: 1. drawing styles (colors and line styles) 2. text styles 3. symbols 4. dynamic elements F. The system should include an initial ready-to-use set of such libraries. On import of a DWGIDXF file, the colors, text styles and symbols that are contained in the DWGIDXF file should be imported into the libraries, where they may be customized or just used as is. The display editors shall allow the user to define displays of dynamic data fields as follows: 1. analog values 2. status values 3. station alarm status 4. remote station status 5. dynamic line segment coloring 6. historical data trend graphs 7. text strings H. The proposed system shall provide the capability to display a telemetered or calculated analog value in the form of a numeric string, horizontal or vertical bar graph (the length of a bar graph reflects the value of the analog point), or in an analog gauge. Both numeric strings and bar graphs'shall be color-coded to reflect any violation of alarm limits. The color-coding shall be user-definable. It shall be possible to create multiple color-coding schemes. Analog gauges shall have the capability to represent a meter or dial type gauge. The user-definable properties shall include: angle start, angle length, dial color, dial direction, label properties, limits properties, major/minor divisions, needle properties, and the radius. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I. The proposed system shall provide the capability to display the state of a telemetered or calculated status point by means of a user-definable dynamic element that specifies one of the following: 1. a set of four symbols 2. a set of four text strings 3. one symbol and a set of four colors. J. Two-state points shall use only two of the four symbols, strings or colors. 5.19 Data Quality A. The proposed system shall provide the capability to display data quality indications adjacent to each analog value or status point indication. These shall include the following as a minimum: 1. telemetry failed 2. manually set 3. calculated from manually set data 4. alarm blocked 5. out-of-range 6. tagged 7. interlocked 5.20 Database Editor A. The system database shall be defined and maintained with the help of an interactive database editor. The database editor shall be of Windows dialog style and shall be supported by a detailed database manual that explains the format, purpose and interrelationships of all database fields. B. The database editor shall provide a graphical tree-like representation of the complete database and shall support easy navigation throughout the database to the desired items to be edited. Database items to be edited in this way shall include Stations, Communication Lines, Communication Channels, RTUs, lEOs, as well as all the individual database points (analog values, status indications, accumulators, etc). C. The database editor shall operate as a "client" program which communicates with a "server" program running on the host computer. However the database editor shall be able to run on any computer that is connected to the host server via the network. With this arrangement, it shall be possible to manage the database maintenance from any suitably configured PC on the network without being necessary to go to the control room to do it. D. 1. 2. 3. 4. 5. 6. 7. The database editor shall include features which will make it easy to create and modify the database such as: using the Station Cloning feature to create an entire new station and all its points, based on an existing station; copying, cutting and pasting in the Windows environment; using a model feature to create points and other database. items that are based on previously created ones; using a Station Rename feature to copy a portion of an existing display, and to reassign all those dynamic points to points in a different station, all in one operation; editing or modifying the database on an MS Excel spreadsheet and importing it into the system real-time database; deleting existing database points; providing a consistent "look and feel" to the system. E. 5.21 All changes and updates of the database shall be completed and validated while the system is in online operation. Under no circumstances shall the real-time system operation be interrupted or disturbed by the.databaseeaiting and maintenance process. lED Wizard A. The proposed system shall provide an lED Wizard feature which automates the creation of the database for an lED. In just a few simple steps, it shall be possible to create not only the required points in the real-time database system, but also, for an lED that is a slave to an RTU, the mapping of these points for automatic download to the RTU. B. The lED wizard shall contain an extensive library of the most common IEDs that are available on the market. The mapping process shall be based on a series of intuitive templates that will guide the user through the process. The user shall be able to select from a list of devices for each lED vendor, specify a unit address and the point group, and drag the point group into the RTU's point map. All of the telemetry and control addresses and RTU-to-IED mapping shall be automatically generated. The lED Wizard should completely eliminate the tedious error-prone data entry of telemetry addresses and mapping tables. C. The user shall be able to create for each lED multiple templates with different sets of point definitions. The vendor shall supply tools for creating templates for Schweitzer SEL relays. Templates shall be easy to modify and an unlimited number of different versions or variations of the same or similar templates shall be possible to handle for use in the system. 5.22 User Riahts and Privileaes A. The proposed system shall provide for a highly secure environment which only allows authorized users to interact with the system and its database. There shall be user names and passwords assigned on all servers and workstations for general operating login. There shall also be user names and passwords assigned on all workstations for login to the SCADA functions. The user name, password and user rights shall be defined in a user account. B. Each user account shall be assigned a set of user rights that determines the actions that the user may take. This shall provide individual control over various operating and editing functions. As a minimum, the user rights for normal operation shall determine the access of a user to the following functions: 1. alarm acknowledge 2. alarm page acknowledge 3. alarm block 4. alarm unblock 5. alarm station acknowledge 6. alarm silence 7. manual set operations 8. control points operations 9. activate points operations 10: tag points operations 11. run command sequences C. In addition, the user rights for changes to the system shall determine the privileges of a user for the following functions: 1. . edit database 2. edit display 3. edit report I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 4. edit analog limits 5. edit notes . 6. edit control sequences D. Each user account may also be assigned Privilege Mode or Training Mode. If neither ofthese is assigned, the user is in Normal Mode. Privilege Mode shall be required to access certain high- level functions in the system depending on the applications. Training Mode shall restrict the operator to only those stations in the database that are also in training mode. This shall prevent the operator from controlling real system devices in training mode. E. Each user's account, functional levels, zones of responsibilities, etc, shall be controlled from an access management set of displays. Only the system administrator shall have the right to edit and modify the access management displays. F. The proposed system shall be able to handle an unlimited number of user accounts with their corresponding user rights and privileges. 5.23 Alarm Processing A. The system shall alert he operator when abnormal conditions or certain events that are designated as being important occur such as: 1. any uncommanded change in a status input or calculated status; 2. any analog input or calculated value that crosses over any defined alarm limits; 3. any commanded change of a control & indication point that does not result in a back- indication within some specified period; 4. any failure of the Master Station to communicate with any RTU; 5. any failure of a given RTU to respond correctly to a previously specified number of interrogations; 6. any failure of a major component of the SCADA system. B. Alarms and operational events shall be continuously synchronized in real-time to the standby host server, in the case of a dual-redundant system configuration. C. The proposed system shall be able to handle a minimum of 100 alarms or events per second per operator consoles regardless of the other workload. 5.24 Alarm Priorities A. The system shall provide at least five (5) alarm priority levels. Alarms with priority zero - the lowest, shall be considered to be pre-acknowledged. Such alarms shall neither sound any audio alarm signals nor cause points to flash on the display. B. Higher priority alarms shall require acknowledgement and shall sound audio alarm signals. The audio alarm signals shall consist of .WAV files that can be assigned to each priority. All alarms shall be logged regardless of priority to at least three destinations: alarm summary displays, event printers and operator log files. C. For each status point, it shall be possible to define which state (0 or 1) is abnormal and to assign a separate alarm priority to each state. D. When either the select or execute check-back fails, the system shall generate a check-back failure alarm. If the check-back is successful but the expected status change does not occur within a timeout period that is user-definable for each control, the system shall generate a control failure alarm. E. For each analog point, the user shall be able to define three sets of nested upper and lower alarm limits, With a-separate dead band for each limit. In addition, analog points shall be able to generateanalarrrFVlihencfrate of change is exceeded, either in the increasing or decreasing" direction,orboth~Eactr alarm limit shallsuppbrt a separate alarm priority. F The system shall provide the operator with a visible "telemetry failure" indication when the value of any displayed point is not currently being updated by the system because of an RTU or communication IinefailUre'~Any points that are calculated using, as inputs, the values of other telemetryfailed~poTnts,:shall als0 be marked telemetry failed. G. The user shallbe--abletd specify any Windows sound file (*.WAV) to be used for the audio alarm signal. The-systeri1shall allow the user to browse for sounds and to test play the selected sounds. The system shall allow different sounds for each alarm type and a different set of sounds for each workstation. 5.25 Alarm Formatting A. The user shall have control over the format of alarm messages by means of alarm format statements.- As a minimum, the message format editor shall allow the user to incorporate the following into the alarm messages in any desired sequence: 1. strings of fixed text 2. name of the point in alarm 3. poinldescription 4. station name of the point in alarm 5. station description 6. alarm priority level 7. . point value or status 8. alarm limit that was violated (for analog limit violation) 9. calculated rate-of-change that violated the rate-of-change limit 10. point engineering units B. The system shall provide summary lists for all unacknowledged, acknowledged, blocked, suppressed and for all alarms. The user shall be able to perform alarm filtering based on certain parameters or filters. The filtering of alarm summary lists shall be performed from a template where the operator can enter the filtering parameters and obtain the filtered lists. 5.26 Remote Alarm Annunciation A. The proposed system shall have the ability to remotely transmit any pre-defined alarm condition to any cell phone or e-mail. There shall be no limit in the number of alarm conditions that are required to be remotely annunciated. This function shall be fully integrated into the SCADA system and no third party software shall be required to achieve the functionality. The communication between the remote alarm annunciation system and the annunciation providers shall be available over serial connections, e.g. modems, as well as over TCPIIP wide area networks; e.g. Ethernet, VPN, etc. B. The system shall have the capability to send e-mails for alarm messages. The user shall be able to define which points are annunciated in this fashion, and for each point, which alarms, e.g., which states for a status point and which limits for analog point. C. The system shall also have the capability to call a cell phone to forward alarm messages to on- call personnel. The user shall be able to define which points are annunciated in this fashion, and for each point, which alarms, e.g. which states for a status point and which limits for analog point. I I I I I I I I I I I I I I I I I I I I I I- I I I I I I I I I I I I I I I I D. The system shall accommodate up to 8 phone numbers for alarms, that will be called in sequence, continuing until an acknowledgement code is received from one number. E The user shall be able to define a schedule for. remote alarm annunciation so that it starts automatically after hours and turns off automatically in the morning. The user shall also be able to specify an annunciation time delay, so that if someone is in the building but not in the control room, he/she will have time to come back to the control room and respond to the alarm before someone is paged. The user shall be able to specify a re-annunciation time interval, such that if the alarm is not acknowledged after this time interval, the page will be fe-issued. 5.27 Report Generation A. The system shall support a report generation capability that will allow the user a high level of flexibility in the definition, formatting and scheduling of on-demand and periodic reports. The reports shall include data from both the real-time database the historical database. The system will allow the user to schedule reports for automatic printing or saving to hard disk files for subsequent transfer to CD or tape. The system shall use commercial tools such as Miscrosoft Excel and Access to generate the reports. 5.28 Report Editor A. A report editor shall be available to allow the user to define reports by specifying a database table, a set of desired data fields and the selection criteria for retrieving records from the database table. B. In a report definition, the user shall be able to specify: a. Choice of database table to access (e.g. status points, alarm file) b. Choice of the data fields available in the chosen table c. Filtering by the value of any data field in the selected table d. Ordering data by value of any data field e. Grouping of displayed data according to any data field C. Examples of such selection and filtering requests are reports for: 1. points in specific "point type" categories 2. points in certain stations 3. points in certain zone(s) of responsibility 4. points associated with a specific communication line 5. points that are manually set 6. analog values that are in out-of-range condition 7. points that are tagged 8. points in alarm condition D. A graphical report in the form of scheduled prints of selected views of the world map shall also be provided. E. The system shall include a scheduling facility that will allow the operator to define the schedLlles and destinations for all reports. It shall be possible to direct a scheduled report to multiple printers, one or more of which can be directories on disk. 5.29 Data Export to MS Excel and MS Access . A. The proposed system shall be provided with direct interfaces using open standards such as DOBC, DOE and SQL that will allow the user to export real-time and historical data from the SCAOA system to MS Excel and MS Access. All data points in the database, not just values, shall be available for export. RThe user shall be able to specify the desired data fields, the column headings, as well as to define compound selection criteria that will filter the data to be exported, e.g. Value> 100, or Value < 100. The process shall not require any programming by the user, but rather a direct pointing by mouse clicks to the data desired to be included in the spreadsheet. C. The user shall be able to save multiple queries on the same spreadsheet or on multiple spreadsheets and to have queries automatically executed when the spreadsheet is invoked. O. The system shall provide the ability to set timers to have one or more queries periodically executed at fixed time intervals as well as on a pre-defined change. 5.30. Data Collection and Storaae A. The system will provide a historical data collection facility that allows the user to define the points that are to be sampled, the sample frequency and how long to retain the sample data. In each dataset, the oldest samples should be overwritten by the newest. B. The collected historical data must be able to be trended, included in reports, exported to MS Excel or MS Access or transcribed to relational databases. C. The historical data software shall be capable of sampling at intervals as low as 1 second. There should be no upper bound on the duration of samples within each dataset, and thus no upper bound on the amount of historical data that can be stored other than the limitation imposed by available disk space. O. The historical data software shall allow the user to specify recording of statistics in the sample records. The statistics shall include time averages, summations, maximums and minimums, and times of maximums and minimums and shall be based on user-definable observation intervals. E. The system shall also allow the user to create "secondary" datasets that extract information from primary datasets. For example, a primary dataset could contain 15-second samples for several days. A secondary dataset could extract daily maximums and minimums, as well as the times of the maximums and minimums and record these for ten years. 5.31 Data Trendina A. The proposed system shall provide the ability to store and view any data value from the database in a trend graphical format. The system shall bring up pixel-resolution trend graphs of historical data. Sample rates as low as 1 second must be supported. B. Trend graphs shall be displayed in separate windows that can be moved, re-sized and minimized to an icon. The trend graph window shall include tools that allow the user to configure and customize the graph display. C. A trend graph window shall have the ability to plot at least five points from the historical. database. The trend graph displays shall be interactive allowing the operator to quickly adjust the time frame, duration and resolution of the graph. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I D. In cases where there are more samples in the dataset than can be displayed in the graph window, it shall be possible to scroll back in time. It shall be possible to see the numeric values and time-stamp- of:ttre-traces at any time position in the graph by manipulating a time cursor inside the-trendgraph.: _,".'"0'. - --_ E. The user shall be able to display trend comparison graphs from left to right, for at least five comparison trends. In trend comparison graphs, the time origin at the extreme left of the graph is a fixed time ottheday;uhowever it may be a different day for each trend. The purpose of this is to allow the user-to observe the build-up of the current day's trace, e.g. a load curve, against that of other days in the-past, -typically the days that contained the last week peak or the current month peak, etc. The' trend comparison graph shall have an option to set a start time and day of the week so that the trend graph is automatically launched. PART 6 - EXECUTION 6.01 Proiect Schedule A. The Vendor shall submit a schedule with the proposal as identified in the Bid Submittal Instructions. B. Within one (1) month after contract execution, the Vendor will submit a detailed schedule showing each major and minor project task, including critical dates and tasks for the Purchaser. 6.02 Shippina and Installation A. All equipment deliveries shall be F.O.B. destination prepaid and allowed to the City of Port Angeles Light Operations, 2007 S. 0 Street, Port Angeles, Washington. Deliveries shall be sent to the attention of the person that will be designated by the City. B. Provide all plans' and procedures necessary for the system installation and integration. This includes all Vendor supplied equipment, including third party or subcontractor equipment the Vendor is providing or has made part of its system. This also includes hardware recommended by the Vendor for purchase by the Purchaser to support the system. The City shall have the opportunity to review all installation plans and procedures prior to installation. C. The City will prepare all sites for the installation of equipment in accordance with the Vendor- furnished ir:lstructions~ .' D. The Vendor shall be responsible for starting up the system. The purpose of system startup shall be for the Vendor to verify that all system functions operate properly under actual field conditions. This shall include all application programs. E. The City will prOVide general service power, lighting, and room/equipment air conditioning. The Vendor shall indicate the general service circuit capacity, environmental, and protection req uirements. 6.03 Installation and Commissionina A. The installation and commissioning shall be conducted by the Vendor's personnel at the City's facilities in Port Angeles, Washington. Any problems encountered during commissioning will be brought to the attention of the Vendor. The Vendor shall promptly correct all problems encountered with its own field service personnel unless the City agrees to provide personnel for a particular item. B. Supplier shall fully program system with graphics, controls, and alarms, as coordinated with the City during the contract period. Deliver and connect a fully complete and functional system .. ready for immediate use. Successful completion of commissioning means the City is satisfied.. that the system has met all requirements described in this specification, excluding warranty' provisions. .c. - A preliminary summary of points to be monitored or controlled is included in Appendix A of . these specifications. A more detailed list will be provided to the Contractor during the contract period for inclusion in the final system. Points referred to as "Analog" are currently converted to DNP3 digital format by the indicated "Data Source," and are.to be represented in the displays or data base as numeric values. "Digital" points are discrete conditions such as ON/OFF or OPEN/CLOSED. 6.04 Training A. The Vendor shall include two days of 8-hour training sessions for a 5-person group on the operation, maintenance, startup, recovery, application software, database and display maintenance. The training shall be conducted at the City's facilities unless otherwise agreed to by both parties. B. Training course outlines shall be included in the Shop Drawings. C. Persons with sufficient training experience shall conduct training. These trainers shall have sufficient expertise on the subject of the training. D. The City's PW&U staff attending the training shall receive individual copies of the training materials and pertinent documents prior to the scheduled start of the course. E. The cost of additional training recommended as suitable to the needs of the City shall be provided as an optional cost part of the proposal. The plan and schedule shall include a description of the training classes and perquisites, proposed order of the classes, length of classes, the minimum and maximum number of attendees per class. 6.05 Documentation ( A. The documentation requirements shall apply to all items described in this specification. This includes all items provided by subcontractors or suppliers of the Vendor unless specifically noted otherwise. B . The Vendor shall provide a complete documentation list/inventory and shall update it periodically during the project to reflect what documentation has been delivered. C, The software documentation shall provide, through a set of logically coordinated documents, a comprehensive and detailed description of all software necessary for the operation and maintenance of the proposed system. It shall describe the system's overall functions, subsystems, databases, macros, libraries and procedures. The requirements in this section do ... not apply to Original Equipment Manufacturer (OEM) provided software, e.g., operating systems). For OEM provided software, the standard OEM manuals shall be provided. D. The Vendor shall provide the documentation electronically wherever it is appropriate. At a minimum, two (2) complete printed sets of all documentation - standard and project specific- shall be provided to the City. I I I I I I I I I I I I I I I I I -I I I I I I I I I I I I I I I I I I I I I PART IV ATTACHMENTS I I I I I I I I I I I I I I I I I I I ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY I I State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504"4540 I Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rateof fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. I CLALLAM COUNTY Effective 03-02-08 I ********************************************************************************************************** I Classification PREVAILING WAGE I ASBESTOS ABA TEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER . LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 $36.24 $50.33 I $43.75 $14.67 I $43.91 $43.75 $43.75 $43.85 $43.79 $43.75 $43.75 $43.75 $44.75 $43.95 $43.75 $43.75 $43.75 $43.75 I I I I $36.24 I $85.75 $44.22 I $44.59 $44.08 $44.59 $44.64 $46.21 $44.08 $44.59 $44.21 I I $43.59 I I Page 1 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1H 50 1C 5N 1M SA 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1H 50 1M 50 8A 1M 50 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1E 5P I CLALLAM COUNTY Effective 03-02-08 I ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code. ELECTRICIANS -INSIDE I CABLE SPLICER $55.05 - 1E 5A CABLE SPLICER (TUNNEL) $58.86 1E 5A CERTIFIED WELDER $53.16 1E 5A CERTIFIED WELDER (TUNNEL) $57.15 1E 5A I CONSTRUCTION STOCK PERSON $28.83 1E. 5A JOURNEY LEVEL $51.25 1E 5A JOURNEY LEVEL (TUNNEL) $55.05 1E SA I ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLlNE CONSTRUCTION I CABLE SPLICER $56.53 4A 5A CERTIFIED LINE WELDER $51.64 4A 5A GROUNDPERSON $37.15 4A 5A I HEAD GROUNDPERSON $39.19 4A 5A HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A JACKHAMMER OPERATOR $39.19 4A 5A JOURNEY LEVEL LINE PERSON $51.64 4A 5A I LINE EQUIPMENT OPERATOR $43.83 4A 5A POLE SPRAYER $51.64 4A 5A POWDERPERSON $39.19 4A 5A I ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 ELEVATOR CONSTRUCTORS MECHANIC $60.85 4A 6Q I MECHANIC IN CHARGE $66.25 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 I FENCE ERECTORS FENCE ERECTOR $13.80 FENCE LABORER $11.60 FLAGGERS I JOURNEY LEVEL $31.01 1H 50 GLAZIERS JOURNEY LEVEL $43.76 1H 5G I HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $46.59 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $16.00 I HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $36.75 1H 50 INDUSTRIAL ENGINE AND MACHINE MECHANICS I MECHANIC $15.65 INDUSTRIAL POWER VACUUM CLEANER \ JOURNEY LEVEL $9.24 INLAND BOATMEN I CAPTAIN $59.22 COOK $34.81 DECKHAND $34.52 I ENGINEER/DECKHAND $58.62 MATE, LAUNCH OPERATOR $50.20 Page 2 I I CLALLAM COUNTY I Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 GROUT TRUCK OPERA TOR $11.48 I HEAD OPERA TOR $12.78 TECHNICIAN $8.07 TV TRUCK OPERATOR $10.53 INSULATION APPLICATORS I JOURNEY LEVEL $20.50 IRONWORKERS JOURNEY LEVEL $47.92 10 5A I LABORERS ASPHALT RAKER $36.75 1H 5D BALLAST REGULATOR MACHINE $36.24 1H 5D BATCH WEIGHMAN $31.01 1H 5D I BRUSH CUTTER $36.24 1H 5D BRUSH HOG FEEDER $36.24 1H 5D BURNERS $36.24 1H 5D I CARPENTER TENDER $36.24 1H 5D CASSION WORKER $37.20 1H 5D CEMENT DUMPER/PAVING $36.75 1H 5D CEMENT FINISHER TENDER $36.24 1H 5D I CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D CHIPPING GUN (OVER 30 LBS) $36.75 1H 5D CHIPPING GUN (UNDER 30 LBS) $36.24 1H 5D I CHOKER SETTER $36.24 1H 5D CHUCK TENDER $36.24 1H 5D CLEAN-UP LABORER $36.24 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D I CONCRETE FORM STRIPPER $36.24 1H 5D CONCRETE SAW OPERATOR $36.75 1H 5D CRUSHER FEEDER $31.01 1H 5D I CURING LABORER $36.24 1H 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $36.24 1H 5D DITCH DIGGER $36.24 1H 5D DIVER $37.20 1H 5D I DRILL OPERATOR (HYDRAULIC, DIAMOND) $36.75 1H 5D DRILL OPERATOR, AIRTRAC $37.20 1H 5D DUMP MAN $36.24 1H 5D I EPOXY TECHNICIAN $36.24 1H 5D EROSION CONTROL WORKER $36.24 1H 5D FALLER/BUCKER, CHAIN SAW $36.75 1H 5D FINAL DETAIL CLEANUP (Le., dusting, vacuuming, window cleaning; NOT $28.45 1H 5D I construction debris cleanup) FINE GRADERS $36.24 1H 5D FIRE WATCH $31.01 1H 5D FORM SETTER $36.24 1H 5D I GABION BASKET BUILDER $36.24 1H 5D GENERAL LABORER $36.24 1H 5D GRADE CHECKER & TRANSIT PERSON $36.75 1H 5D I GRINDERS $36.24 1H 5D GROUT MACHINE TENDER $36.24 1H 5D Page 3 I I CLALLAM COUNTY Effective 03-02-08 I ********************************************************************************************************** - ... (See Benefit Code Key) Over I PREVAILING Time Holiday Note .Classification - W AGJ; Code gode Code GUARDRAIL ERECTOR $36.24 1H 5D I HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 5D HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 50 HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D HIGH SCALER $37.20 1H 5D I HOD CARRIERlMORTARMAN $36.75 1H 50 JACKHAMMER $36.75 1H 50 LASER BEAM OPERATOR $36.75 1H 5D I MANHOLE BUILDER-MUDMAN $36.75 1H 5D MATERIAL YARDMAN $36.24 1H 50 MINER $37.20 1H 50 NOZZLE MAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $36.75 1H 50 I PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $36.75 1H 51J PILOT CAR $31.01 1H 50 I PIPE POT TENDER $36.75 1H 50 PIPE RELlNER (NOT INSERT TYPE) $36.75 1H 50 PIPELAYER & CAULKER $36.75 1H 50 I PIPELAYER & CAULKER (LEAD) $37.20 1H 50 PIPEWRAPPER $36.75 11-1 50 POT TENDER $36.24 1H 50 POWOERMAN $37.20 1H 50 I POWDERMAN HELPER $36.24 1H 5D POWERJACKS $36.75 1H 5D RAILROAD SPIKE PULLER (POWER) $36.75 1H 50 I RE-TIMBERMAN $37.20 1H 5D RIPRAP MAN $36.24 11-1 50 RODDER $36.75 1H 5D SCAFFOLD ERECTOR $36.24 11-1 50 I SCALE PERSON $36.24 1H 50 SIGNALMAN $36.24 1H 5D SLOPER (OVER 20") $36.75 1H 50 SLOPER SPRAYMAN $36.24 1H 5D I SPREADER (CLARY POWER OR SIMI.':AR TYPES) $36.75 1H 5D SPREADER (CONCRETE) $36.75 1H 5D STAKE HOPPER $36.24 1H 5D I STOCKPILER $36.24 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $36.75 1H 50 TAMPER (MULTIPLE & SELF PROPELLED) $36.75 1H 50 TOOLROOM MAN (AT JOB SITE) $36.24 1H 50 I TOPPER-TAILER $36.24 1H 5D TRACK LABORER $36.24 1H 50 TRACK LINER (POWER) $36.75 1H 50 I TRUCK SPOTTER $36.24 1H 50 TUGGER OPERATOR $36.75 1H 50 VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $36.24 1H 50 VIBRATOR $36.75 1H 50 I VINYL SEAMER $36.24 1H 50 WELDER $36.24 1H 50 WELL-POINT LABORER $36.75 1H 50 I Page 4 I I CLALLAM COUNTY I Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification , WAGE ',Code Code Code I LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $36.24 1H 50 PIPE LAYER $36.75 1H 50 LANDSCAPE CONSTRUCTION I IRRIGATION OR LAWN SPRINKLER INSTALLERS $12.89 ' 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89 1 LANDSCAPING OR PLANTING LABORERS $12.89 1 LATHERS " ", I JOURNEY LEVEL $43.79 1M 50 METAL FABRICATION (IN SHOP) FITTERlWELDER $15.16 I LABORER $11.13 -: ~--.- MACHINE OPERATOR $10.66 PAINTER $11.41 I PAINTERS JOURNEY LEVEL $33.94 2B 5A PLASTERERS JOURNEY LEVEL $25.83 I PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.07 PLUMBERS & PIPEFITTERS I JOURNEY LEVEL $57.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $44.92 1T 50 8L I BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $45.41 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH ATTACHMENTS) $45.96 1T 50 8L BACKHOES, (75 HP & UNDER) $44.50 1T 50" 8L I BACKHOES, (OVER 75 HP) $44.92 1T 50 8L BARRIER MACHINE (ZIPPER) $44.92 1T 50 8L BATCH PLANT OPERATOR, CONCRETE $44.92 1T 50 8L BELT LOADERS (ELEVATING TYPE) $44.50 1T 5D 8L I BOBCAT (SKID STEER) $42.14 1T 50 8L BROOMS $42.14 1T 50 8L BUMP CUTTER $44.92 1T 50 8L CABLEWAYS $45.41 1T " 50 8L I CHIPPER $44.92 1T 50 8L COMPRESSORS $42.14 .1T 50 8L CONCRETE FINISH MACHINE - LASER SCREED $42.14 1T 50 8L I CONCRETE PUMPS $44.50 1T 50 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 50 8L CONVEYORS $44.50 1T 50 8L I CRANES, THRU19 TONS, WITH ATTACHMENTS $44.50 1T 50 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44.92 1T 50 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $45.41 1T 50 8L WITH ATACHMENTS) I CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45.96 1T 50 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46.53 1T 50 8L WITH ATTACHMENTS) I CRANES, A-FRAME, 10 TON AND UNDER $42.14 1T 50 8L CRANES, A-FRAME, OVER 10 TON $44.50 1T 50 8L Page 5 I I CLALLAM COUNTY Effective 03-02-08 I ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47.09 1T 50 8L I ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $44.92 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $45.41 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45.96 1T 50 8L I CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45.96 1T 50 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46.53 1T 50 8L CRUSHERS $44.92 1T 50 8L DECK ENGINEER/DECK WINCHES (POWER) $44.92 1T 50 8L I DERRICK, BUILDING $45.41 1T 50 8L DOZERS, 0-9 & UNDER $44.50 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44.50 1T 50 8L I DRILLING MACHINE $44.92 1T 50 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $42.14 1T 50 8L EQUIPMENT SERVICE ENGINEER (OILER) $44.50 1T 50 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 50 8L I FORK LIFTS, (3000 LBS AND OVER) $44.50 1T 50 8L FORK LIFTS, (UNDER 3000 LBS) $42.14 1T 50 8L GRADE ENGINEER $44.50 1T 50 8L I GRADECHECKER AND STAKEMAN $42.14 1T 50 8L GUARDRAIL PUNCH $44.92 1T 50 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44.50 1T 50 8L HORIZONTAUDIRECTlONAL DRILL LOCATOR $44.50 1T 50 BL I HORIZONT AUDIRECTIONAL DRILL OPERATOR $44.92 1T 50 8L tiYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $42.14 1T 50 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $44.50 1T 50 8L I LOADERS, OVERHEAD (6 YO UP TO 8 YO) $45.41 1T 50 8L LOADERS, OVERHEAD (8 YO & OVER) $45.96 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $44.92 1T 50 8L LOCOMOTIVES, ALL $44.92 1T 50 8L I MECHANICS, ALL $45.41 1T 50 8L MIXERS, ASPHALT PLANT $44.92 1T 50 8L MOTOR PATROL GRADER (FINISHING) $44.92 1T 50 8L I MOTOR PATROL GRADER (NON-FINISHING) $44.50 1T 50 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $45.41 1T 50 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1T 50 8L OPERATOR I PAVEMENT BREAKER $42.14 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44.92 1T 50 8L PLANT OILER (ASPHALT, CRUSHER) $44.50 1T 50 8L POSTHOLE DIGGER, MECHANICAL $42.14 1T 50 8L I POWER PLANT $42.14 1T 50 8L PUMPS, WATER $42.14 1T 50 8L QUAD 9,0-10, AND HD-41 $45.41 1T 50 8L I REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 1T 50 8L EQUIP RIGGER AND BELLMAN $42.14 1T 50 8L ROLLAGON $45.41 1T 50 8L I ROLLER, OTHER THAN PLANT ROAD MIX $42.14 1T 50 8L ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $44.50 1T 50 8L ROTO-MILL, ROTO-GRINDER $44.92 1T 50 8L I SAWS, CONCRETE $44.50 1T 50 8L Page 6 I I CLALLAIVi COUNTY I Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $44.92 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $45.41 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $44.50 1T 5D 8L I SCREED MAN $44.92 1T 5D 8L SHOTCRETE GUNITE $42.14 1T 5D 8L SLlPFORM PAVERS $45.41 1T 5D 8L I SPREADER, TOPSIDE OPERATOR - BLAW KNOX $44.92 1T 5D 8L SUBGRADE TRIMMER $44.92 1T 50 8L TOWER BUCKET ELEVATORS $44.50 1T 5D 8L I TRACTORS, (75 HP & UNDER) $44.50 1T 5D 8L TRACTORS, (OVER 75 HP) $44.92 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44.92 1T 5D 8L . TRANSPORTERS, ALL TRACK OR TRUCK TYPE $45.41 1T 5D 8L I TRENCHING MACHINES $44.50 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $44.50 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $44.92 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44.92 1T 5D 8L I WHEEL TRACTORS, FARMALL TYPE $42.14 1T 5D . 8L . YO YO PAY DOZER $44.92 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND,SEWER & WATER I (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $37.61 4A 5A SPRAY PERSON $35.73 4A 5A I TREE EQUIPMENT OPERATOR $36.19 4A 5A TREE TRIMMER $33.68 4A 5A TREE TRIMMER GROUNDPERSON $25.43 4A 5A I REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $27.68 RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $43.75 1M 5A I RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 RESIDENTIAL CEMENT MASONS I JOURNEY LEVEL $25.63 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 RESIDENTIAL ELECTRICIANS I JOURNEY LEVEL $27.78 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21.36 I RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 I RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 RESIDENTIAL PLUMBERS & PIPEFITTERS I JOURNEY LEVEL $14.60 Page 7 I I CLALLAM COUNTY Effective 03-02-08 I ********************************************************************************************************** .. ~ . (See Benefit Code Key) Over I PREVAILING Time Holiday Note . 'Classification WAGE Code Code CO.9J2 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS I ,JOURNEY LEVEL $55.41 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $33.04 1E 6l. RESIDENTIAL SOFT FLOOR LAYERS I JOURNEY LEVEL $10.88 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 I ROOFERS JOURNEY LEVEL $36.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A SHEET METAL WORKERS I JOURNEY LEVEL (FIELD OR SHOP) $51.97 1E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $31 .46 1H 6W I HEAT & FROST INSULATOR $46.59 1S 5J LABORER $12.16 1 MACHINIST $1"1.16 1 SHIPFITTER $14.66 1 I WELDER/BURNER $14.66 1 SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 I SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12.15 SOFT FLOOR LAYERS JOURNEY LEVEL $36.08 1B 5A I SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) I JOURNEY LEVEL $19.67 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 SURVEYORS I CHAIN PERSON $9.35 INSTRUMENT PERSON $11.40 PARTY CHIEF $13.40 I TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32.34 1E 5A TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $30.66 2B 5A I HOLE DIGGER/GROUND PERSON $17.19 2B 5A INSTALLER (REPAIRER) $29.41 2B 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $28.53 2B 5A I SPECIAL APPARATUS INSTALLER I $30.66 2B 5A SPECIAL APPARATUS INSTALLER II $30.05 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30.66 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $28.53 2B 5A I TELEVISION GROUND PERSON $16.31 2B 5A TELEVISION L1NEPERSONIINSTALLER $21.68 2B 5A TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A I TELEVISION TECHNICIAN $23.19 2B 5A TREE TRIMMER $28.53 2B 5A Page 8 I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $41.96 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $35.79 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1K 5A TRUCK DRIVERS ASP HAL T MIX ( TO 16 YARDS) $41.19 1T 50 8L ASPHALT MIX (OVER 16 YARDS) $41.90 1T 50 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $41.90 1T 50 8L TRANSIT MIXER $23.73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 OILER $9.45 WELL DRILLER $11.60 Page 9 I I I I I I I I I I I I I I I I I I I ATTACHMENT B CHANGE ORDER FORMS I I I I I I I I I I I I I I I I I I I CONTRACT CHANGE ORDER (CCO) NO. __ Project Name Substation Monitorinq System Date Contractor Project No. CL-0307 DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: Such work will be com pensated by: check one or more of the following as applicable [ ] Increase or Decrease in bid items; [ ] Force Account; [ X ] Negotiated Price: The described work affects the existing contract items and/or adds and/or deletes bid items as follows: [ ] Item Description RFI # Qty. Unit $ Cost Per Unit $ Cost Net $ Cost Adj. Days No. 1 OriC!. Rev. 2 OriC!. Rev. ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE ORDERS, EST. CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER DAYS: DAYS: DAYS: DAYS: DAYS: * Amount with applicable sales tax included All work, materials and measurements to be in accordance with the provisions of the original contract and/or the standard specifications and special provisions for the type of construction involved. The payments and/or additional time specified and agreed to in this order,include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including delays to the overall project. APPROVED BY: SIGNATURE: . DATE: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: I I I I I I I I I I I I I I I I I I I ATTACHMENT C CONTRACTOR'S APPLICATION FOR PAYMENT FORM I I I I I I I I I I I I I I I I I I I PORT ANGELES - PUBLIC WORKS AND UTILITIES DEPARTMENT PAYMENT REQUEST MEMORANDUM "MAINTAINING AND BUILDING A BETTER COMMUNITY" DATE: TO: Glenn A. Cutler, Director Public Works and Utilities FROM: Terry J. Dahlquist, Electrical Engineering Manager RE: Substation Monitoring System - Project CL0307 (Payment _) CONTRACT THIS PAY PREVIOUS TOTAL WORK REQUEST PAYMENTS TO DATE Oriqinal Contract Amount .. .' ........ . ..... ....... .... Change Orders to Date (2) Subtotal Sales Tax (8.4%) LESS Retained Percentaqe (5%) Contractor Payments Authorized ... Total Contract Amount Percent Completion: DISBURSEMENT SUMMARY (Account No. 451-7188-594-6510, WF78798-03, CL0307) CONTRACTOR: RETAINAGE - No Escrow Account: TOTAL DISBURSEMENT FOR THIS PAYMENT COMMENTS: PREPARED BY: Terry J. Dahlquist Electrical Engineering Manager APPROVED BY: Glenn A. Cutler, P.E. Director of Public Works and Utilities I I I I I I I I I I I I I I I I I I I ADDENDUM NO.1 TO PROJECT MANUAL FOR REMOTE MONITORING System PROJECT NO. CL-0307 NOTICE TO PROSPECTIVE BIDDERS April 11 J 2008 Bid opening remains unchanged for April 18, 2008, 2:00 pm. NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: 1. Substitute the enclosed Bid Form for that shown on Page 1-6 of the project manual. Contractor may provide lump sum quotations for the base bid, with or without one or both of the indicated additive alternates. The City may select none, one, or both of the Alternates. 2. Delete the large screen display described in Section 16900-3.04 of the project manual from the Base Bid. Indicate this cost separately on the Bid Form as the amount to be added for Alternate NO.1. 3. Delete from the Base Bid the programming and commissioning functions described in 16900-1.03A and 16900-6.03. Base Bid is for hardware, software, and training only, and assumes the City will provide programming and screen development. Provide the additional cost in Bid Alternate NO.2 for the Contractor to provide the functions described in those sections for a complete turnkey system. 4. The Base Bid is to provide computer hardware, software, and training. The following items may be deleted from the project requirements if the Contractor is only quoting the Base Bid and Alternate NO.1. These contract provisions are required for Bid Alternate NO.2 only: a. Contractor Registration number on Bid Form. b. UBI number on Bid Form. c. Prevailing wage requirements in Paragraph 4 of the Contract. d. Insurance provisions in Paragraph 7 of the Contract. e. Performance and Payment Bond. 5. Section 16900-6.04: Provide 5 days of 8-hour training sessions at the City's facilities, instead of the two days indicated. Training shall include instructions for creating screen graphics, point tables, and other functions required to create a complete and operating system. Addendum NO.1 Page 1 of 3 Addendum No. 1 Page 2 of 3 I I I I I I I I I I I I I I I I I I I This addendum must be acknowledged in the space provided on the enclosed Bid Form when it is submitted to the City with your bid. Failure to do so may result in the bid being rejected as being non-responsive. ~Jl. ~ , GLENN A. CUTLER, P.E. Director of Public Works & Utilities END OF ADDENDUM NO.1 I I I I I I I I I I I I I I I I I I I Mandatory Bidder Responsibilitv Checklist The following checklist may be used by Owners in documenting that a Bidder meets the mandatory bidder responsibility criteria. It is suggested that Owners print a copy of documentation from the appropriate website to include with this checklist in the contract file. ment Securi Employment Security Department Number: Yes 0 No 0 I I I I I I I I I I I I I I I I I I I vVashington State DepartJnent of Revenue State Business Records Database Detail TAX REGISTRA nON NUMBER: UBI: lEGAL ENTITY: DOING BUSINESS AS: MAILING ADDRESS: 2600 ARGENTIA RD MISSISSAUGA, ON l5N 5-1,'4 OWNER TYPE: ACCOUNT OPENED: ACCOUNT ClOSED: NAICS CODE: 602619091 602619091 SURVAlENT TECHNOLOGY CORPORATION BUSINESS lOCATION: 1509 N GRAIG RD SPOKANE, WA 99224-0000 CORPORA nON 12/22/2006 OPEN 561621 06/05/200810:31 AM FOR NON-COMMERCIAL USE ONLY http:// dOL wa.gov limages/BRD Image.aspx?tra= F2tAgMOY +qxaa4rv F3 YRG 3mOySY c42LE Page 1 of 1 6/5/2008