Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SCADA Systems
oquto nalia ayttuns eo. AUTOMATIC SYSTEMS CO. FINAL WAIVER AND RELEASE OF LIEN WHEREAS, the undersigned, Automatic Systems Co. has furnished to City of Oak Park Heights (Contractor), the following: Materials, Equipment, Programming and Start -up (materials or services) for use in the construction of a project belonging to the City of Oak Park Heights, MN (Name of Owner), and designated as the SCADA Improvement Project (Name of Project). NOW, THEREFORE, the undersigned Automatic Systems Co. for and in consideration of $103,253.00, and other good and valuable consideration, the receipt of which is hereby acknowledged, does hereby waive and release any and all liens, or right to claim of lien, on the above described project and premises, under any law, common or statutory, on account of labor or materials, or both, heretofore and hereafter furnished by the undersigned to or for the account of said City of Oak Park Heights for said project. Given under my hand and seal this 2nd day of February, 2011. AUTOMATIC SYSTEMS CO. By i" , President Bruce A. Wirth MANUFACTURERS REPRESENTATIVES • CONTROLS • MECHANICAL EQUIPMENT 0 MAIN OFFICE: P.O. BOX 120359 ST. PAUL, MINNESOTA 55112 PHONE 651- 631 -9005 (FAX) 651- 631 -0027 ❑ BRANCH OFFICE: P.O. BOX 787 AMES, IOWA 50010 PHONE 515 - 232 -4770 (FAX) 515- 232 -0795 4r,--AIA Document G7O4TM - 2000 Certificate of Substantial Completion PROJECT: PROJECT NUMBER: 55- 09160 -0/ OWNER: ❑ (Name and address) CONTRACT FOR: General Construction ARCHITECT: ❑ Water Systems SCADA Improvements CONTRACT DATE: November 16, 2009 CONTRACTOR: ❑ TO OWNER: TO CONTRACTOR: FIELD: ❑ (Name and address) (Name and address) City of Oak Park Heights Automatic Systems Company OTHER: ❑ 14168 Oak Park Boulevard North 2400 West County Road D P.O. Box 2007 PO Box 120359 Oak Park Heights, MN 55082 -2007 St. Paul, MN 55112 PROJECT OR PORTION OF THE PROJECT DESIGNATED FOR PARTIAL OCCUPANCY OR USE SHALL INCLUDE: All work under the Contract The Work performed under this Contract has been reviewed and found, to the Architect's best knowledge, information and belief, to be substantially complete. Substantial Completion is the stage in the progress of the Work when the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The date of Substantial Completion of the Project or portion designated above is the date of issuance established by this Certificate, which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below: Warranty Dat • C. mencement Bonestroo / / _ October 25, 2010 ARCHITECT Y DATE OF ISSUANCE A list of items to be completed or corrected is attached hereto. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. Unless otherwise agreed to in writing, the date of commencement of warranties for items on the attached list will be the date of issuance of the final Certificate of Payment or the date of final payment. Cost estimate of Work that is incomplete or defective: $0.00 The Contractor will complete or correct the Work on the list of items attached hereto within Thirty (30) days from the above date of Substantial Completion. , _� 1 Automatic Systems Company r P Bru _g_ _w Pres. 1/29/11 CONTRACTOR BY DATE The Owner accepts the Work or designated p s io . substa ially complete and will assume full possession at (time) on (date). City of Oak Park Heights O ) 9 I / WNER BY DATE The responsibilities of the Owner and ontractor for security, maintenance, heat, utilities, damage to the Work and insurance shall be as follows: (Note: Owner's and Contractor's legal and insurance counsel should determine and review insurance requirements and coverage.) AIA Document G704h' — 2000. Copyright © 1963, 1978, 1992 and 2000 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:25:40 on 01/20/2011 under Order No.5967867324_1 which expires on 07/11/2011, and is not for resale. User Notes: (944588866) �fLLm „,mot« �' eo. AUTOMATIC SYSTEMS CO. ,Ai dd Tuesday, February 01, 2011 Mr. Andy Kegley City of Oak Park Heights 14168 Oak Park Heights Boulevard North P.O. Box 2007 Oak Park Heights, MN. 55082 Reference: Water Systems SCADA Improvements Dear Andy: Please find enclosed herewith three (3) signed copies of the Certificate of Substantial Completion for the above referenced project. Please return one (1) executed copy to this office. Thank you very much, we look forward to receipt our payment in the near future. Sincerely, c in , res. Automatic Systems Co. MANUFACTURERS REPRESENTATIVES CONTROLS • MECHANICAL EQUIPMENT i' MAIN OFFICE: P.O. BOX 120359 ST. PAUL, MINNESOTA 55112 PHONE 651- 631 -9005 (FAX) 651 - 631 -0027 ❑ BRANCH OFFICE: P.O. BOX 787 AMES, IOWA 50010 PHONE 515 - 232 -4770 (FAX) 515 - 232 -0795 2335 Highway 36 W St. Paul, MN 55113 Tel 651 - 636 -4600 Fax 651- 636 -1311 www.bonestroo.com Bonestroo January 20, 2011 Mr. Eric Johnson City of Oak Park Heights 14168 Oak Park Blvd. P.O. Box 2007 Oak Park Heights, MN 55082 -2007 Re: Water System Scada Improvements Oak Park Heights Bonestroo File No.: 000055 - 09160 -0 Dear Eric, Enclosed are four (4) copies of Request for Payment No. 1 and Final provided by the contractor for the aforementioned project. Copies of Change Order No. 1 and No. 2 were previously provided to the City. The IC -134 Forms have also been provided by the contractor and are enclosed. The contractor, Automatic Systems Co., in accordance with the contract plans and specifications, has satisfactorily completed this work. Therefore, it is recommended that final payment of $103,253.00 is made and the City of Oak Park Heights accepts the project. After acceptance, please distribute all requests for payments as appropriate. The original contract amount as indicated on the Contractor's Request for Payment is $95,940.00. The contract was amended to include two change orders, resulting in a Revised Contract Amount of $103,253.00. The final construction cost is $103,253.00. Change Order Summary: • Change Order No. 1 — This change order provided for the modifications to the existing flow meters at Pumphouse No. 1 and Pumphouse No. 2. • Change Order No. 2 — This change order provided for the additional work to add Fluoride Feed equipment controls at Pumphouse No. 1 and Pumphouse No. 2. This change order also included deduction of the 1" conduit for the fiber optic cable from the exterior junction box to the control panel inside Pumphouse No. 1. Oak Park Heights Page 2 Water System Scada Improvements January 20, 2011 We have reviewed the original project costs for each part of this project and compared those to the final construction costs as stated below: Original Final Contract Construction Amount Amount BASE Q UOTE Part 1— Water System SCADA Improvements $93,200.00 $93,200.00 Alternate No. 1 — Flow Meter Head Replacement 2,740.00 2,740.00 SUBTOTAL — BASE BID $95,940.00 $95,940.00 Change Order No. 1 5,219.00 5,219.00 Change Order No. 2 2,094.00 2,094.00 PROJECT TOTAL AMOUNTS $103,253.00 $103,253.00 As indicated above in the Project Totals the Final Construction Amount was equal to the Revised Project e9 Contract Amount. If you have any questions or require further information please call me at 651- 604 -4808. Sincerely, BONESTROO Christop er W. Long, P.E. copy: Mark Hanson File • Page 1 of 1 M1NN3F +OTA• REVENUE Contractor's Withholding Affidavit Confirmation AUTOMATIC SYSTEMS CO ID 2455373 Please keep this information for your records. Submit a copy of this page to the project owner to receive your final payment. Confirmation number 358658 Fri Dec 10 10:58:54 CST 2010 Project owner CITY OF OAK PARK HEIGHTS Project number 000055 - 09160 -0 Project begin date April 2010 Project end date October 2010 Project location WATER SYSTEM SCADA IMPROVEMENTS Subcontractors No subcontractors listed. https: / /www.mndor. state. mn .us /wc /action /confirmationPrint 12/10/2010 Owner: City of Oak Park Heights, 14168 Oak Park Blvd N, PO Box 2007, Oak Park Heights, MN, 55082- Date: December 9, 2010 For Period: 11/3/2009 to 12/9/2010 Request No: 1 AND FINAL Bonestroo Contractor: Automatic Systems Co. 2400 West County Road D, St. Paul, MN, 55112 CONTRACTOR'S REQUEST FOR PAYMENT WATER SYSTEM SCADA IMPROVEMENTS BONESTROO FILE NO. 000055 -09160-0 SUMMARY 1 Original Contract Amount $ 95,940.00 2 Change Order - Addition $ 7,313.00 3 Change Order - Deduction $ 0.00 4 Revised Contract Amount $ 103,253.00 5 Value Completed to Date $ 103,253.00 6 Material on Hand $ 0.00 7 Amount Earned $ 103,253.00 8 Less Retainage 0% $ 0.00 9 Subtotal $ 103,253.00 10 Less Amount Paid Previously $ 0.00 11 Liquidated damages - $ 0.00 12 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 1 AND FINAL $ 103,253.00 Recommended for Approval by: BONESTROO Approve y Contractor: Appro • 'j . �i K HEIGHTS AUTOMATIC SYSTEM CO. C OF • P I , Specified Contract Completion Date: Date: I 1, 11 1 000055091600REQ1- Final.xlsm PROJECT PAYMENT STATUS OWNER CITY OF OAK PARK HEIGHTS BONESTROO FILE NO. 000055- 09160 -0 CONTRACTOR AUTOMATIC SYSTEMS CO. CHANGE ORDERS No. Date Description Amount 1 2/25/2010 This change order provides for modifying the existing $5,219.00 flowmerers at Pumphouse No. 1 and Pumphouse No. 2. 2 4/9/2010 This change order provides for additional work to modify $2,094.00 control panels at Pumphouse No. 1 & No. 2 to include Hand -Off -Auto switch for the Flouride equipment. Total Change Orders $7,313.00 PAYMENT SUMMARY No. From To Payment Retainage Completed 1 AND FINAL 1 11/03/2009 1 12/09/10 1 103,253.00 1 1 103,253.00 Material on Hand Total Payment to Date $103,253.00 Original Contract $95,940.00 Retainage Pay No. 1 AND FINAL Change Orders $7,313.00 Total Amount Earned $103,253.00 Revised Contract $103,253.00 000055091 600REQ 1 -F inal.xlsm 4. city copy Owner: City of Oak Park Heights, 14168 Oak Park Blvd N, PO Box 2007, Oak Park Heights, MN, 55082- Date: December 9, 2010 For Period: 11/3/2009 to 12/9/2010 Request No: 1 AND FINAL Bonestroo Contractor: Automatic Systems Co. 2400 West County Road D, St. Paul, MN, 55112 CONTRACTOR'S REQUEST FOR PAYMENT WATER SYSTEM SCADA IMPROVEMENTS BONESTROO FILE NO. 000055 - 09160 -0 SUMMARY 1 Original Contract Amount $ 95,940.00 2 Change Order - Addition $ _ 7,313.00 3 Change Order - Deduction $ 0.00 4 Revised Contract Amount $ 103,253.00 • 5 Value Completed to Date $ 103,253.00 6 Material on Hand $ 0.00 7 Amount Earned $ 103,253.00 8 Less Retainage 0% $ 0.00 9 Subtotal $ 103,253.00 10 Less Amount Paid Previously $ 0.00 11 Liquidated damages - $ 0.00 12 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 1 AND FINAL $ 103,253.00 Recommended for Approval by: BONESTROO Approv y Contractor: Appr -6 Iva er: AUTOMATIC SYSTEMS CO. C ., • ' • K HEIGHTS F Specified Contract Completion Date: Date: i 000055091600REQ 1 -F inal.xlsm I - - Contract Unit Quantity Amount No. Item Unit Quantity Price to Date to Date BASE QUOTE: 1 WATER SYSTEM SCADA IMPROVEMENTS LS 1 93200.00 1 $93,200.00 TOTAL BASE QUOTE: $93,200.00 ALTERNATE NO. 1: 2 FLOW METER HEAD REPLACEMENT LS 1 2740.00 1 $2,740.00 TOTAL ALTERNATE NO. 1: $2,740.00 CHANGE ORDER NO. 1 1 FLOWMETER INSERTS LS 1 5219.00 1 $5,219.00 TOTAL CHANGE ORDER NO. 1 $5,219.00 CHANGE ORDER NO. 2 1 MODIFY CONTROL PANELS AT PUMPHOUSE NO. 1 AND NO. 2 LS 1 2094.00 1 $2,094.00 TOTAL CHANGE ORDER NO. 2 $2,094.00 TOTAL BASE QUOTE: $93,200.00 TOTAL ALTERNATE NO. 1: $2,740.00 TOTAL CHANGE ORDER NO. 1 $5,219.00 TOTAL CHANGE ORDER NO. 2 $2,094.00 TOTAL WORK COMPLETED TO DATE $103,253.00 000055091600REQ1- Final,xlsm PROJECT PAYMENT STATUS OWNER CITY OF OAK PARK HEIGHTS BONESTROO FILE NO. 000055 - 09160 -0 CONTRACTOR AUTOMATIC SYSTEMS CO. CHANGE ORDERS No. Date Description Amount 1 2/25/2010 This change order provides for modifying the existing $5,219.00 flowmerers at Pumphouse No. 1 and Pumphouse No. 2. 2 4/9/2010 This change order provides for additional work to modify $2,094.00 control panels at Pumphouse No. 1 & No. 2 to include Hand -Off -Auto switch for the Flouride equipment. Total Change Orders $7,313.00 PAYMENT SUMMARY No. From To Payment Retainage Completed 1 AND FINAL 1 11/03/2009 1 12/09/10 1 103,253.00 1 1 103,253.00 I Material on Hand Total Payment to Date $103,253.00 Original Contract $95,940.00 Retainage Pay No. 1 AND FINAL Change Orders $7,313.00 Total Amount Earned $103,253.00 Revised Contract $103,253.00 000055091600REQ 1 -Final .xlsm 2335 Highway 36 W St. Paul, MN 55113 Tel 651- 636 -4600 Fax 651- 636 -1311 www.bonestroo.com Bonestroo January 20, 2011 Mr. Eric Johnson City of Oak Park Heights 14168 Oak Park Blvd. P.O. Box 2007 Oak Park Heights, MN 55082 -2007 Re: Water System Scada Improvements Oak Park Heights Bonestroo File No.: 000055 - 09160 -0 Dear Eric, Enclosed are four (4) copies of Request for Payment No. 1 and Final provided by the contractor for the aforementioned project. Copies of Change Order No. 1 and No. 2 were previously provided to the City. The IC -134 Forms have also been provided by the contractor and are enclosed. The contractor, Automatic Systems Co., in accordance with the contract plans and specifications, has satisfactorily completed this work. Therefore, it is recommended that final payment of $103,253.00 is made and the City of Oak Park Heights accepts the project. After acceptance, please distribute all requests for payments as appropriate. The original contract amount as indicated on the Contractor's Request for Payment is $95,940.00. The contract was amended to include two change orders, resulting in a Revised Contract Amount of $103,253.00. The final construction cost is $103,253.00. Change Order Summary: • Change Order No. 1 — This change order provided for the modifications to the existing flow meters at Pumphouse No. 1 and Pumphouse No. 2. • Change Order No. 2 — This change order provided for the additional work to add Fluoride Feed equipment controls at Pumphouse No. 1 and Pumphouse No. 2. This change order also included deduction of the 1" conduit for the fiber optic cable from the exterior . junction box to the control panel inside Pumphouse No. 1. • Engineering Planning Science Oak Park Heights Page 2 Water System Scada Improvements January 20, 2011 We have reviewed the original project costs for each part of this project and compared those to the final construction costs'as stated below: Original Final Contract Construction Amount Amount BASE QUOTE Part 1 — Water System SCADA Improvements $93,200.00 $93,200.00 Alternate No. 1 — Flow Meter Head Replacement 2.740.00 2,740.00 SUBTOTAL — BASE BID $95,940.00 $95,940.00 Change Order No. 1 5,219.00 5,219.00 Change Order No. 2 2,094.00 2,094.00 PROJECT TOTAL AMOUNTS $103,253.00 $103,253.00 • As indicated above in the Project Totals, the Final Construction Amount was equal to the Revised Contract Amount. If you have any questions or require further information please call me at 651 - 604 -4808. Sincerely, BONESTROO Christop er W. Long, P.E. copy: Mark Hanson File Page 1 of 1 MINNESOTA• REVENUE Contractor's Withholding Affidavit Confirmation AUTOMATIC SYSTEMS CO ID 2455373 Please keep this information for your records. Submit a copy of this page to the project owner to receive your final payment, Confirmation number 358658 Fri Dec 10 10:58:54 CST 2010 Project owner CITY OF OAK PARK HEIGHTS Project number 000055 - 09160 -0 Project begin date April 2010 Project end date October 2010 Project Location WATER SYSTEM SCADA IMPROVEMENTS Subcontractors No subcontractors listed. hops : / /www.mndor.state.nln.us /wc /action /confirmationPrint 12/10/2010 Owner: City of Oak Park Heights, 14168 Oak Park Blvd N, PO Box 2007, Oak Park Heights, MN, 55082- Date: December 9. 2010 For Period: 11/3/2009 to 12/9/2010 Request No: 1 AND FINAL Bonestroo Contractor: Automatic Systems Co. 2400 West County Road D, St. Paul, MN, 55112 CONTRACTOR'S REQUEST FOR PAYMENT WATER SYSTEM SCADA IMPROVEMENTS BONESTROO FILE NO. 000055 -09160-0 SUMMARY 1 Original Contract Amount $ 95,990.00 2 Change Order - Addition $ 7,313.00 3 Change Order - Deduction $ 0.00 4 Revised Contract Amount $ 103,253.00 • 5 Value Completed to Date $ 103,253.00 6 Material on Hand $ 0.00 7 Amount Earned $ 103,253.00 8 Less Retainage 0% $ 0.00 9 Subtotal $ 103,253.00 10 Less Amount Paid Previously $ 0.00 11 Liquidated damages - $ 0.00 12 AMOUNT DUE THIS REQUEST FOR PAYMENT NO. 1 AND FINAL $ 103,253.00 Recommended for Approval by: BONESTROO Approved by Contractor: Approved by Owner: AUTOMATIC SYSTEMS CO. CITY OF OAK PARK HEIGHTS Specified Contract Completion Date: Date: 000055091600REQ1- FNabdsm Contract Unit Quantity Amount No. Item Unit Quantity Price to Date to Date BASE QUOTE: 1 WATER SYSTEM SCADA IMPROVEMENTS LS 1 93200.00 1 $93,200.00 TOTAL BASE QUOTE: $93,200.00 ALTERNATE NO. 1: 2 FLOW METER HEAD REPLACEMENT LS 1 2740.00 1 $2,740.00 TOTAL ALTERNATE NO. 1: $2,740.00 CHANGE ORDER NO. 1 1 FLOWMETER INSERTS • LS 1 5219.00 1 $5,219.00 TOTAL CHANGE ORDER NO. 1 $5,219.00 CHANGE ORDER NO. 2 1 MODIFY CONTROL PANELS AT PUMPHOUSE NO. 1 AND N0.2 LS 1 2094.00 1 $2,094.00 TOTAL CHANGE ORDER NO. 2 $2,094.00 • TOTAL BASE QUOTE: $93,200.00 TOTAL ALTERNATE NO. 1: $2,740.00 TOTAL CHANGE ORDER NO. 1 $5,219.00 TOTAL CHANGE ORDER NO. 2 $2,094.00 TOTAL WORK COMPLETED TO DATE $103,253.00 000055001800 REQ1- FInal.,dsm PROJECT PAYMENT STATUS OWNER CITY OF OAK PARK HEIGHTS BONESTROO FILE NO. 000055 - 09160-0 CONTRACTOR AUTOMATIC SYSTEMS CO. CHANGE ORDERS No. Date Description Amount 1 2/25/2010 This change order provides for modifying the existing $5,219.00 flowmerers at Pumphouse No. 1 and Pumphouse No. 2. 2 4/9/2010 This change order provides for additional work to modify $2,094.00 • control panels at Pumphouse No. 1 & No. 2 to include- Hand-Off-Auto switch for the Flouride equipment. Total Change Orders $7,313.00 PAYMENT SUMMARY No. From To Payment Retainage Completed 1 AND FINAL 1 11/03/2009 1 12/09/10 1 103,253.00 1 1 103,253.00 I Material on Hand Total Payment to Date $103,253.00 Original Contract $95,940.00 Retainage Pay No. 1 AND FINAL Change Orders $7,313.00 Total Amount Earned $103,253.00 Revised Contract $103,253.00 000055091600REQ1-Final.xlsm City of Oak Park Heights 14168 Oak Park Blvd N.• Box 2007 • Oak Park Heights, MN 55082 • Phone (651) 439 -4439 • Fax 439 -0574 SCADA Project Update Automatic Systems Company is in the process of building control panels and programming Oak Park Heights specific processes to run the water system. Below is a tentative schedule for the project: • February 8, 2010 — SCADA programming will be available for review with City Engineer/Public Works Director — Meeting is set to review. • Week of February 8, 2010 — ASC electrical contractor will be onsite for installation of antennas /coax and separate mounted equipment (Could be as early as Thursday 1/4/2010). • Week of February 15, 2010 — ASC electrical contractor onsite for installation of the control panels. Startup technician will be onsite assisting and preparing for switchover. • Week of February 22, 2010 — Technician on site to switchover controls to new startup. Training will be provided — Trending & data logging will not be available until system is set up in New City Hall. • April 1, 2010 ( ?) — Completion — Cannot finish full install until New City Hall is Complete. TREE CITY U.S.A. t SECTION 00 01 05 PROFESSIONAL CERTIFICATIONS 1 PROFESSIONAL ENGINEER 1 I hereby certify that this plan, specification, or report was prepared by me or under my direct supervision and that I am a duly Licensed I Professional Engineer under the laws of the State of M' nesota. Aaron Muel er, • , LEED AP I Date: October 2009 License # 46184 1 END OF SECTION 1 I 1 II 1 1 1 1 PROFESSIONAL CERTIFICATIONS © 2009 Bonestroo 1 000055 - 09160 -0 00 0105 - 1 I ' SECTION 00 01 10 TABLE OF CONTENTS 1 PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP Division 00 - Procurement and Contracting Requirements ' Introductory Information 00 01 05 Certifications Page 00 01 10 Table of Contents 00 41 10 Quote Form 1 Contracting Requirements 00 52 10 Agreement Form 00 61 1113 Performance Bond SPECIFICATIONS GROUP GENERAL REQUIREMENTS SUBGROUP Division 01- General Requirements 01 10 00 General Requirements FACILITY SERVICES SUBGROUP ' Division 26 - Electric 26 05 05 Basic Electrical Materials and Methods 26 05 19 Low Voltage Electrical Power Conductors and Cables ' 26 05 33 26 08 00 Raceways and Boxes for Electrical Systems Commissioning of Electrical Systems PROCESS EQUIPMENT SUBGROUP Division 40 - Process Integration 40 90 10 SCADA System Description 40 91 10 Field Instruments 40 94 10 40 95 10 Computer System Supervisory Control System 40 95 64 Radio Communications 1 ATTACHMENTS Figure E3.01 Pumphouse No.1 Power Plan Figure E3.02 Pumphouse No.2 Power Plan Figure E3.03 Water Tower No.1 Power Plan Figure E3.04 Water Tower No.2 Power Plan Figure E3.05 City Hall Lower Level Power Plan END OF SECTION TABLE OF CONTENTS © 2009 Bonestroo 00055-09160-0 00 01 10 - 1 1 ti 1 DOCUMENT 00 4110 - QUOTE FORM Water System SCADA Improvements ' Oak Park Heights, Minnesota File No. 000055- 09160 -0 Quote Due: Tuesday, October 20, 2009, at 11 :00 A.M., C.D.S.T. Submit to: Mr. Aaron Mueller Bonestroo 2335 West Highway 36 St. Paul, MN 55113 1 ITEM UNIT QTY COST 1 TOTAL BASE QUOTE 1. Water System SCADA Improvements LS 1 $93,200.00 ALTERNATE NO.1 1 1. Flow Meter Head Replacement LS 1 $2.740.00 1 " Total Quote $95,940.00 1 1 s Company Name: Automatic s 'ems Co. 1 Signature: r: --C, _ . - Printed Naigner: Lane St ewart 1 Title: General Manager 1 i\T C T 009 y _ _ QUOTE FORM © 2009 Bonestroo 1 000055 -09160 -0 00 41 10 r 1 SECTION 00 52 10 - AGREEMENT FORM ' CITY OF OAK PARK HEIGHTS, MINNESOTA WATER SYSTEM SCADA IMPROVEMENTS For valuable consideration as set forth below, this Contract dated the day of _ 2009, is made and signed by the City of Oak Park Heights, Minnesota (hereinafter "City ") and Automatic Systems Co. (hereinafter "Contractor "). 1. CONTRACT DOCUMENTS The Contractor hereby promises and agrees to perform and comply with all the provisions of this ' Contract and Specifications, all of which are incorporated hereby by this reference. This Contract shall compromise the total agreement of the parties hereto. No oral order, objection, or claim by any party to the other shall affect or modify any of the terms or obligations contained in this Contract. 1 2. THE WORK The work to be performed by Contractor under this Contract (hereinafter the "work "), is defined in ' Exhibit A (request for Proposal). Any modifications to the work defined in Exhibit A will be made in writing. 3. CONTRACT PRICE 1 For all Work at the prices stated in Contractor's Quote, attached hereto as an exhibit. The Quote prices for Unit Price Work set forth as of the Effective Date of the Agreement are based on estimated ' quantities. The City agrees to pay the Contractor $95,940.00 for the Total Base Quote and Alternate No. 1, payable in accordance with the payment terms of the City of Oak Park Heights General Requirements. ' Contractor will be charged liquidated damages assessed in the amount of $100 per day for every calendar day that the Contract remains uncompleted beyond the 1st day of March , 2010. 4. COMPLETION DATE 1 Contractor shall complete his performance under this Contract by the 1st day of March , 2010 (hereinafter "Completion Date "). 5. LAWS, REGULATIONS AND SAFETY The Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations applicable to performance under this Contract. 6. INDEMNIFICATION ' The Contractor agrees to indemnify, defend, and hold the City harmless from any damages, including costs and attorney's fees, from any claims, demands, actions, or causes of action arising out of any act or omission on the part of the Contractor or its agents, servants, or employees in the performance ' of or with relation to any of the work or services performed or furnished by the Contractor under this Contract. 7. ASSIGNMENT The Contractor shall not assign or transfer, whether by an assignment or notation or otherwise, any of its rights, duties, benefits, obligations, liabilities, or responsibilities without prior written consent of the City. AGREEMENT FORM © 2009 Bonestroo 1 000055 - 09160 -0 00 52 10 - 1 . 1 1 Contract Page 2 1 8. NOTICE 1 The address and telephone number of the Contractor for purposes of giving notices and any other purpose under this Contract shall be 2400 W County Road D, St. Paul, MN 55112 (651) 631 -9Q05 I The address of the City for purposes of giving notices and any other purpose under this Contract shall 14168 Oak Park Boulevard N, PO Box 2007, Oak Park Heights, Minnesota 55082 -2007. The contact person for this Contract is Mr. Andrew Kegley, City of Oak Park Heights Public Works I Director. IN WITNESS WHEREOF, the parties to this Contract have hereunto set their ha . •s and seals as of the I day and year first above , ' • - CITY O' �!,',�i`" HEI .TS, i NESOTA 1 AL By 1Wie .� . pp. • t AS TO FORM: lts ' :' I City Attorney n �8 / By �� I L y / j I / Cit A• inistrator 1 1 CONTRACTOR Automatic Systems Co. By � e 0 , President Its Representative 1 1 1 1 AGREEMENT FORM I © 2009 Bonestroo 1 000055 - 09160 -0 00 52 10 - 2 1 . ■ 1 Contract 1 Page 3 1 STATE OF MINNESOTA ) I ) ss. COUNTY OF WASHINGTON ) 1 The foregoing was acknowledged before me this day of , 2009, by and , the Mayor and City 1 Administrator, respectively, of the City of Oak Park Heights, a Minnesota municipal corporation, on behalf of said municipal corporation. 1 1 Notary Public 1 I STATE OF MINNESOTA ) ) ss. COUNTY OF WASHINGTON ) 1 The foregoing was acknowledged before me on this llth day of N ovember , 2009 by Bruce A. Wirth, President 1 o f Automatic Systems Company, an Iowa Corporation , on behalf of s i d corporation 1 • DEBRA S. BURTON ► 1� a — ,,.� i Notary Public ■ Notary Public Pi,„ . ► ; Minnesota i; ��,6 , My Concession Fires Jan. 31, 2013 ► 1 1 I AGREEMENT FORM © 2009 Bonestroo 1 000055 - 09160 -0 00 52 10 - 3 1 ' PERFORMANCE BOND Bond Number S384434 ' Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. CONTRACTOR (Nam and Address): SURETY (Name and Address of Principal Place of Business): Automatic S s Co . I 4 t Paul Road D Employers Mutual Casualty Company t. ,ei�l �3 PO Box 712 OWNER (Name and Address): Des Moines, IA 50303 City of Oak Park Heights I 14168 Oak Park Blvd, North Oak Park Heights, MN 55082 CONTRACT Date: Amount: Ninety -five Thousand Nine Hundred Forty and No /100 - - -- Dollars ($95,940.00) Description (Name and Location): City of Oak Park Heights, Minnesota Water System SCADA Improvements BOND Bond Number: S384434 I Date (Not earlier than Contract Date): Amount: Ninety -five Thousand Nine Hundred Forty and No /100 - - -- Dollars ($95,940.00) Modificaticns to this Bond Form: None. • I Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY Company. Automatic Systems Co. Signature: ( Seal) Employers Mutual Casualty Company (Seal) Name and Title: Bruce A. Wirth, PreRi dent Surety's N, . d Corporate Seal U By: A • I Signaturers Title oyce•.' ere e , * orney -in- ac (Attach Power of Attorney) (Space is provided below for signatures of additional parties, if required.) y a � Attest: Signature and Title Billie Collins, Bond Act. Coordinator ' CONTRACTOR AS PRINCIPAL SURETY Company. Signature: (Seal) Name and Title: (Seal) e. Surety's Name and Corporate I ty d orpora a Seal By: t Signature and Title (Attach Power of Attorney) Attest: I Signature and Title: • EJCDC No. C-610 (2002 Edition) I Originally prepared through the joint efforts of the Surely Association of America, Engineers Joint Contract Documents Committee, the Associated C 1 Contractors of America, and the American institute of Architects. 00 61 13.13 -1 III 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, 6. Alter Owner has terminated Contractor's right to complete the Contact, and ,if executor; administrators, successor; and assigns to Owner for the performance of the Surety elects to act under Paragraph 4.1, 4.2, or 4.3 above, then the responsibilities of Contract, which is incorporated herein by reference. Surety to Owner shall tat be greua then those of Contractor under the Contract, and the responsibilities of Owner to Surety shall not be greater than those of Owner wider 2. if Contractor pesibrnu the Contract, Surety and Contractor have no obligation the Contract. Ton limit of the amount of this Bond, but subject to commitment by under this Bond, except 10 participate in conferences as provided m Paragraph 3.1. Owner ce the Balance of the Conduct Price to mitigation of cons and damages on the Contract, Surety is obligated without duplication for: 3. lfihere is no Owner Default, Surety's obligation nada this Bond shalt arise alter: 6.1. The responsibilities of Connector for correction of defective Work and I 3.t . Owner bas notified Contractor and Surety, at the addresser described in completion of the Contract; Paragraph 10 below, that Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with 6,2. Additional legal, design professional, and delay costs resulting from Contractor and Surety to be held not later than 15 days alter receipt of Contractor's Defaut, and resulting from the actions or failure to set of such notice to discuss methods of performing the Contract. if Owner, Suety under Pamgraph 4; and Contractor and Surety agree, Contractor shall be allowed a reasonable I time to perform the Contract. but such an agreement shstl not waive 6.3. Liquidated damages, or if no liquidated damages an specified in the Owner's right, if any, subsequently to declare a Contractor Default; and Contract, actual damages caused by delayed performance or non - pesformattce of Contractor. 3.2. Owner has declared ■ Contractor Default and formally terminated I Contractor's right to complete the Contract. Such Contractor Default shall 7. Suety shall not be liable to Owner a others for obligations of Contractor that ate not be declared earlier than 20 days after Contractor and Surety have unrelated to Use Contract, and the Balance of the Contract Price shall not be reduced or received notice as provided in Paragraph 3.1; and set off on account of any such modeled obligations. No right of action shall accrue on this Bond to any person or entity ostha than Owner or its heirs, executors, 3.3. Owner has agreed to pay the Balance of the Contract Price tor. administrator; or successors, • I I. Surety in accordance with the terns of the Contract; 8. Surety hereby waives notice of any change, including changes of time, to Contract or to related subecotmct; purchase orders, and other obligations. 2. Another contractor selected pursuant to Paragraph 4.3 to perform the Contract. 9. Any proceeding, legal or equitable, tinder this Bond may be instituted in any court I of competent n jurisdiction In the location in which the Work pan of the Work is 4. When Owner has satisfied the conditions of Paragraph 3, Surety shall promptly and located and shall be instituted within two years alder Contractor Default or within two at Surety's expense take one of the following actions: years alter Comtraclo► ceased working or within two years after Surety refuses or fails 4, 1. Arrange for Contractor, with consent of Owner, to to worm its obligations under this Bond, whichever occurs first. if the provisions of rag perform and complete this paragraph are void or prohibited by law, the mitirem period of limitation I the Contract; or available to sureties as a derense in the jurisdiction of the suit shall be applicable. 4.2. Undertake to perform and complete Use Contract itself, for ugh its agents 10. Notice to Surety. Owner, orContractor shall be mailed or delivered to the address or through independent contractors; or shown on the signature page. 4.3. Obtain bids or negotiated proposals from qualified contractors acceptable 11. When this Bond has been furnished to comply with s statutory requirement in the I to Owner for a contract for performance and completion 0f the Contract, location where the Contract was to be performed, auy provision in this Bond arrange for a contract to be prepared for execution by Owner and conflicting with said statutory requirement shall be deemed deleted herefram and Contractor selected with Owner's concurrence, to be secured with provisions conforming to such statutory requirement shall be deemed incorporated performance and payment bonds execuited by a modified surety equivalent herein. The intent is that this Bond shall be construed as a uatuIory bond and not as a I to the bonds issued on the Contract, and pay to Owner the amount of common law bond. damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by Owner reading from Contractor Default; or 12. Defnuiions. 4.4. Waive its right to perform and complete, arrange for completion, or obtain 12.1 Balance of the Contract Price: The total amount payable by Owner to I a new contractor and wish reasonable promptness under the circumstances: Contractor under the Contract alter all plops adjustments have been made, including allowance to Contractor of any amounts received or to be I. Alter investigation, determine Use amount for which it may be liable to received by Owner in settlement of insurance or other Claims for damages Owrnrer and, as soon as practicable alter the amount is determined, to which Contractor is entitled, reduced by all valid and proper payments I tender payment th crefa to Owner, or made to or on behalf of Contractor under the Contact. 2. Deny liability in whole or in pan and notify Owner citing reasons 12.2. Contract: The agreement between Owner and Contractor identified our the therefor. signature page, including all Contract Doc umeuts and changes thereto. 5. If Surety does not proceed as provided in Paragraph 4 with reasonable promptness, 12.3. Contractor Default: Failure of Contractor, which has neither been I Surety shall be deemed to be in defaull on this Bond 15 days after receipt of In remedied net waived, to perform or otherwise to comply with the tenet of additional wrinen notice from Owner to Surely demanding that Surety perform its the ContracL obligations under this Bond, and Owner shall be entitled to enforce any remedy available to Owner. If Surely proceeds as provided in Paragraph 4.4. and Owner 12.4. Owner Default: Failure of Owner, which has neither been remedied nor I refuses the payment tendered or Surety has denied liability, in whole or in waived, to pay Contractor as required by the Contract or to perform and pan, without further notice Owner shall be emitted to enforce any remedy available to complete or comply with the other tams thereof, Owner. FOR INFORMATION ONLY —Name, Address and Telephone LaMair - Mulock- Condon Co. I Surety Agency or Broker 4200 University Ave., Ste 200 Owner's Representative (engineer or other party) West Des Moines, IA 50266 II 1 00 61 13.13 -2 1 PAYMENT BOND Bond Number S384434 Any singular reference to Contractor, Surety, Owner, or other party shall be considered plural where applicable. C tt OR (Nanne d Address): SURETY (Name and Address of Principal Place of Business): gv �3 Employers Mutual Casualty Company PO Box 712 OWNER t (Name r and dres eic Address): Des Moines, IA 50303 hh I Oa k Park �eigfits, MN 5 CONTRACT Date: t Amount: Ninety -five Thousand Nine Hundred Forty and No /100 - - -- Dollars ($95,940.00) Description (Name and Location): City of Qak Part. H i hht , Minnesota Water system CADA BOND Bond Number: S384434 Date (Not earlier than Contract Date): Amount: Ninety -five Thousand Nine Hundred Forty and No /100 - - -- Dollars ($95,940.00) ' Modifications to this Bond Form: See Attached Rider Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause ' this Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative. CONTRACTOR AS PRINCIPAL SURETY Company: Automatic Systems Co. I Signature: ` (Seat) Employers Mutual Casualty Company Seal Name and Title: lice A. Wirth, President Surety's Name :: • Corporate Seal (Seal) / � r or Signature anr tleJoyce O. Herbert, Attorney -in -Fact (Attach Pow of Attorney) I (Space is provided below for signatures of additional parties, if required.) Attest: €J Signature and Title Billie Collins, Bond Act. Coordinator I CONTRACTOR AS PRINCIPAL SURETY Company: I Signature: (Seal) (Seal) Name and Title: Surety's Name and Corporate Seal By: Signatwe and Title 1 (Attach Power of Attorney) Attest: Signature and Title: II EJCDC No. C-615 (2002 Edition) Originally Prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General Contractors of America, the American Institute of Architects the American Subcontractors Association, and the Associated Specially Contractors. 1 II _I 1. Contractor and Surety, jointly and severally, bind themselves, their heirs, 8. Amounts owed by Owner to Contractor under the Contract shall be used for, executors, administrators, successors, and assigns ro Owner to pay for labor, the performance of the Contract and to satisfy claims, if any, under any materials, and equipment furnished by Claimants for use in the performance of performance bond. By Contractor furnishing and Owner accepting this Bond, the Contract, which is incorporated herein by reference. they agree that all funds earned by Contractor in the performance of the ' Contract are dedicated to satisfy obligations of Contractor and Surety under 2. With respect to Owner, this obligation shalt be null and void if Contractor: this Bond, subject to Owner's priority to use the funds for the completion of 2.1_ Promptly makes payment, directly or indirectly, for all sums due the Work. Claimants, and 9. Surety shall not be liable to Owner, Claimants, or others for obligations of 2.2, Defends, indemnifies, and holds harmless Owner from all claims, Contractor that are unrelated to the Contract. Owner shall not be liable for demands, liens, or suits alleging non- payment by Contractor by any payment of any costs or expenses of any Claimant tinder this Bond, and shall person or entity who furnished labor, materials, or equipment for use have under this Bond no obligations to make payments to, give notices on in the performance of the Contract, provided Owner has promptly behalf of, or otherwise have obligations to Claimants under this Bond. notified Contractor and Surety (at the addresses described in Paragraph 12) of any claims. demands, liens, or suits and tendered 10. Surety hereby waives notice of any change, including changes of time, to defense of such claims, demands, liens, or suits to Contractor and the Contract Of to related Subcontracts, purchase orders and other obligations, Surety, and provided there is no Owner Default. 11. No suit or action shall be commenced by a Claimant under this Bond other 3. With respect to Claimants, this obligation shall be null and void if than in a court of competent jurisdiction in the Location in which the Work or Contractor promptly makes payment, directly or indirectly, for all sums due. part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Paragraph 4.1 or Paragraph 4. Surety shall have no obligation to Claimants under this Bond until: 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction 4.1. Claimants who are employed by or have a direct contract with Contract, whichever of (1) or (2) first occurs. If the provisions of this Contractor have given notice ro Surety (at the addresses described in paragraph are void or prohibited by law, the minimum period of limitation Paragraph 12) and sent a copy, or notice thereof, to Owner, stating available to sureties as a defense in the jurisdiction of the suit shall be that a claim is being made under this Bond and, with substantial applicable. accuracy, the amount of the claim. 12. Notice to Surety, Owner, or Contractor shall be mailed or delivered to the 4.2. Claimants who do not have a direct contract with Contractor: addresses shown on the signature page. Actual receipt of notice by Surety, Owner, or Contractor, however accomplished, shall be sufficient compliance 1. Have furnished written notice to Contractor and sent a copy, or as of the date received at the address shown on the signature page. notice thereof, to Owner, within 90 days after having last performed labor or last furnished materials or equipment included 13. When this Bond has been furnished to comply with a statutory requirement in the claim stating, with substantial accuracy, the amount of the in the location where the Contract was to be performed, any provision in this claim and the name of the party to whom the materials or Bond conflicting with said statutory requirement shall be deemed deleted equipment were furnished or supplied, or for whom the labor was herefrom and provisions conforming to such statutory requirement shall be done or performed; and deemed incorporated herein. The intent is that this Bond shall be construed as a statutory Bond and not as a common law bond. 2. Have either received a rejection in whole or in part from Contractor, or not received within 30 days of furnishing the above 14. Upon request of any person or entity appearing to be a potential notice any communication from Contractor by which Contractor beneficiary of this Bond, Contractor shall promptly furnish a copy of this Bond had indicated the claim wilt be paid directly or indirectly; and or shall permit a copy to be made. 3. Not having been paid within the above 30 days, have sent a 15. DEFINITIONS written notice to Surety and sent a copy, or notice thereof, to Owner, stating that a claim is being made under this Bond and 15.1. Claimant: An individual or entity having a direct contract with enclosing a copy of the previous written notice furnished to Contractor, or with a first -tier subcontractor of Contractor, to furnish Contractor. labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without 5. If a notice by a Claimant required by Paragraph 4 is provided by Owner 10 limitation in the terms "labor, materials or equipment" that part of Contractor or to Surety, that is sufficient compliance. water, gas, power, light, heat, oil, gasoline, telephone service, or Item 6 is Deleted - see Attached Rider Tqumber 1. rental equipment used in the Contract, architectural and engineering 6 When a Claimant has satisfied the conditions of Pa . • • , e Surety services required for performance of the Work of Contractor and sha • o .tly and at Surety's expense take the 1• ; actions: Contractor's Subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, 6.1. Send an an o • tenant, with a copy to Owner, within 45 materials, or equipment were furnished. days after • . • • aim, stating the amounts that are undisputed a, • - .asps for challengt _ amounts that are disputed. 15.2. Contract: The agreement between Owner and Contractor identified on the signature page, including all Contract Documents and changes 6.2. Pay or arrange for payment of any undisp ' • , ounts. thereto. 7. Surety's total obligation shall not exceed the amount of this Bond, and the 15.3. Owner Default: Failure of Owner, which has neither been remedied amount of this Bond shall be credited for any payments made in good faith by nor waived, to pay Contractor as required by the Contract or to Surety. perform and complete or comply with the other terms thereof. FOR INFORMATION ONLY - Name, Address and Telephone LaMair Mulock Condon Co. Surety Agency or Broker; 4200 University Avenue #200 Owner's Representative (engineer or other party): 1 . Bond Rider Issued Concurrently with Performance and Payment Bond Number S384434. 1 Modifications to this Bond are as Follows: 1 Paragraph 6 is deleted in its entirety and the following is substituted in its place ' 6. When the Claimant has satisfied the conditions of Paragraph 4, and has submitted all supporting documentation and any proof of claim requested by the Surety, the Surety shall, within a reasonable period of time, notify the Claimant of the amounts that are undisputed and 1 the basis for challenging any amounts that are disputed, including, but not limited to, the lack of substantiating documentation to support the claim as to entitlement or amount, and the Surety shall, within a reasonable period of time, pay or make arrangements for payment of any undisputed amount; provided, however, that the failure of the Surety to timely discharge its obligations under this paragraph or to dispute or identify any specific defense to all or any part of a claim shall not be deemed to be an admission of liability by the Surety as to such claim or 1 otherwise constitute a waiver of the Contractor's or Surety's defenses to, or right to dispute, such claim. Rather, the Claimant shall have the immediate right, without further notice, to bring suit against the Surety to enforce any remedy available to it under this Bond. 1 1 1 1 1 1 1 1 1 1 THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER • BACK OF THIS DOCUMENT HAS A SIMULATED WATERMARK - HOLD AT AN ANGLE TO VIEW. f E MC Insurance Companies . N a. 8 2 5 5 3 9 P.O. Box • • Des Moines, 50306 - 0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN -FACT KNOW ALL MEN BY THESE PRE that: 1. Employers Mutual Casualty Company, an Iowa Corporation 5.. Dakota Fire Insurance Company, a North Dakota Corporation 2. EMCASCO insurance Company, an Iowa Corporation 6, ` EMC Property &Casualty Company, an Iowa Corporation 1 Union Insurance Company of Providence, an Iowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa. Corporation 4, Illinois EMCASCO Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies ", each does, by these presents, make, constitute and appoint: JEFFREY R. BAKER, F, MELVYN HRUBETZ PATRICK ,K. DUFF, GREG T. LAMAIR, JOYCE O. HERBERT, MARK E. KEAIRNES, NANCY D. SCHWARZ, JOSEPH 1.:SCHMIT, INDIVIDUALLY, DES MOINES, IOWA ....... ......:: ..... ...... ... its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obl i nstruments of a • similar nature as follows:. IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS ($10,000,000.00) and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire • APRIL 1, 2011. unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of- Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer; any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys-in-feat and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey -in -fact at any time and revoke the power and authority given to him or her Attorneys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to, them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of- attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically- reproduced signature of such officer, whether made heretofore or hereafter, :wherever appearing upon a certified copy of any powerof- attorneyof the Company,: shall be valid and binding upon the Company with the same force and affect as though manually affixed. IN WITNESS WHEREOF, the Companies have.caused these presents to be signed for each by their officers as:: shown, 'and the Corporate seals to be hereto! affixed ,this 3RD day of .IANtJARY 2Q0f3 / // • Seals . .,„„ it J/ Fy J 2 LI y dsle. Bruce G. Kelley ha man / y y p �NSLI 0l CE Co. © - v & C G gp C a . ea �, , F � , <,as o Comp :p pPO"gr ; �� �° ` ppPOgQ r , o „FOR, ' Companies 2, 3, 4, 5 & :; President Assistant Secretary ; of Compa 1 V Chairman and `_ o SEA o 185 m : 1953 -� ' CEO of Company 7 t y 5 U RA Ns uR ,, , Uiu4L On this ' 3RDday of JANUARY AD 2008 before me a o 'F .,..1,,\ 4 5 „, , +. •`Q . Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Jeffrey S. _ h� �pPOR,� � . o ; ti _� . RFOA,r fi � � o ; .', O 'POAq, F � 9, : B irdsle Y, 9 by Y say they who, bein b me dui sworn, did sa that the are and are known to me to be the _ SEAL ; ; �° SEAL z SEAL Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of o ; , .,": 0 ° each of The Companies above; that the seals affixed to this instrument are the seals of said , i0wa , * • "°9„" 0A0 tt' s,©$' corporations; that said instrument was signed and sealed on behalf of each! of the Companies ".""'' ",,....' by authority of their respective Boards of Directors; and that the said Bruce G. Kelley a nd -uA r Jeffrey S. Birdsley, as such officers, acknowledge the execution of said instrument: to be the NO s� voluntary act and deed of each of the .Companies. p c t uruq� 7 M y Comm Exp September 30, 2009. „ A rr, t � : ROTA KRUMINS ' Commission Number 176255 meal% , Vrrrr w'; < U ; A '- e ; MyComm. Exp. Sent. 30, 2009 Nota Public in and for the State of loo M. •ES, CERTIFICATE ry 1, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power ofAttorneyissued pursuant thereto on . JANUARY 3, 2008 . on behalf of Jeffrey R. Baker, F. <Melvyn Hrubetz, Patrick K. Duff, Greg T. LaMair, Joyce O. Herbert, Mark E. Keairnes, Nancy D. Schwarz, are true and correct and are still in full force and effect. Joseph i. Schmit • In Testimony Whereof 1 have subsCnbed my name and affixed the facsimile seal of each Company this 1 tt day of NnvembP r _2 - Q0 - 9. AO ' Vice- President Form 7832 (10 -07 SCD) "For verification of the authenticity of the Power of Attorney you may call (515) 345 - 2689.” F 1 ` 1 1 Jurat 1 (Notary's Statement Authenticating Signature) 1 State of Iowa County of Polk 1 1 1, Nancy D. Schwarz , a Notary Public in and for the County of Polk, State of Iowa, do hereby certify that Joyce 0. Herbert is Attorney -in -Fact of the Employers Mutual Casualty Company and further declare that he /she is known I by me personally and that his /her signature as appears for execution of certain bonds to be authentic and true. 1 Witness my hand and seal this 16th day of November , 20 09 . 1 .� NANCY . SCHwARZ ' Nota i Public 1 Nuinbsr 165293 ow l s M y Commission Expires June 4, 2010 My Commission expires 6 - 4 /-& 1 1 1 1 1 1 1 1 1 State of MINNESOTA 1 County of Ramsey 1 This instrument was acknowledged before me on November 11, 2009 Date By Bruce A. Wirth 1 Name(s) of Person(s) II 10.116.. glitrAmatrabgamasmewaylk.a..,■,,A1 1 4.,ittitrt DEBRA S. BURTON Notary Public 1 Minnesota Signature of Notary Public 1 '7e+"0 Notary Jan. 31, 2013 I li Title (or Rank for Military Personnel) Stamp /Seal II I I 1 I 1 1 Client#: 195 AUTOSYST ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION La Mair - Mulock- Condon Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4200 University Ave Ste 200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. West Des Moines, IA 50266 -5945 I 515 244 -0166 INSURERS AFFORDING COVERAGE NAIL # INSURED INSURER A: Cincinnati Insurance Company Automatic Systems Co. INSURER B: Philadelphia Indemnity Insurance Co 1 P.O. Box 120359 INSURER C: St. Paul, MN 55112 INSURER D: INSURER E: COVERAGES I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRC TYPE OF INSURANCE POLICY NUMBER DATE (MMIDD/YYI DATE (MM/DD/YY) LIMITS A GENERAL LIABILITY CPP0824082 09/30/09 09/30/10 EACH OCCURRENCE $500,000 X COMMERCIAL GENERAL LIABILITY DAMAGE DA (ocurrence) $100,000 CLAIMS MADE in OCCUR MED EXP (Any one person) $5,000 1 PERSONAL & ADV INJURY $500,000 GENERAL AGGREGATE $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $1,000,000 n POLICY I I PRO- - JECT X LOC 1 A AUTOMOBILE LIABILITY CPP0824082 09/30/09 09/30/10 COMBINED SINGLE LIMIT $1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ 1 SCHEDULED AUTOS X HIRED AUTOS (Per person) BODILY INJURY $ X NON -OWNED AUTOS (Per accident) 1 X Drive Other Car PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ R ANY AUTO EA ACC $ OTHER THAN I AUTO ONLY: AGG $ A EXCESSAIMBRELLA LIABILITY CPP0824082 09/30/09 09/30/10 EACH OCCURRENCE $3,000,000 OCCUR n CLAIMS MADE AGGREGATE $3,000,000 1 DEDUCTIBLE $ RETENTION $ $ $ AND / 9 09/30/10 X OR STATUS TH A WORKERS COMPENSATION AN WC2291249 09 3010 � 1 TnRY I ■IMI7S _ o- ER 1111 EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. EACH ACCIDENT $100,000 E.L. DISEASE - EA EMPLOYEE $100,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE L POLICY LIMIT I $ 500 , 000 O THER 4 / 0 $1,000,000 Per Claim 1 B Errors & PHSD 56883 09/30/09 09 10 1 000 3 / Omissions $1,000,000 Aggregate P OPERATIONS LOCATIONS VEHICLES X I AD D B ENDORSEMENT DESCRIPTION OF O ERAT ONS I LOCA ON / /EXCLUSIONS CLUS O DE BY / SPECIAL PROVISIONS E 5 Project: City of Oak Park Heights, MN, Water System SCADA Improvements, I File #000055-09160-0. 1 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION I City of Oak Park Heights DATE THEREOF, THE ISSUING INSURER WILL. ENDEAVOR TO MAIL an DAYS WRITTEN Public Works Director NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 14168 Oak Park Blvd North IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Oak Park Heights, MN 55082 REPRESENTATIVES, AUTHORIZED REPRESENTATIVE Vi ACORD 25 (2001/08) 1 of 2 #S155140/M154112 SHS © ACORD CORPORATION 1988 IMPORTANT 1 If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may 111 require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 1 DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1 1 1 1 1 1 1 1 1 1 ACORD 25 (2001/08) 2 of 2 #S155140/M154112 1 1 , SECTION 01 10 00 I GENERAL REQUIREMENTS 1 1. DESCRIPTION OF PROJECT: The Project consists of furnishing and installing a new water distribution SCADA system and other basic electrical equipment along with the installation and programming of a new SCADA computer for the City of Oak Park Heights, MN. I 2. OWNER: The City of Oak Park Heights, Minnesota is designated as the Owner. 3. ENGINEER: Bonestroo is designated as the Engineer. I 4. PROJECT SCHEDULE: Award of the Project is expected to be made by October 27, 2009. 5. COMPLETION: Complete all work by March 1, 2010. I 6. LIOUIDATED DAMAGES: Time is of the essence of this project. The Contractor agrees that the Owner will be entitled to $100.00 per calendar day, not as a penalty but as liquidated damages, for I failure on the part of the Contractor to complete the work on or before the specified Completion Date. Liquidated damages are agreed upon because of the extreme difficulty of ascertaining the actual damages the Owner would sustain. Liquidated damages will be deducted from any monies due or coming due the Contractor or shall be paid to the Owner by the Contractor. I 7. PERFORMANCE BOND: Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance all of Contractor's I obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period. 8. SHOP DRAWINGS: Contractor is to provide 3 copies of shop drawings. I 9. OPERATIONS AND MAINTENANCE MANUALS: 2 copies of Operations and Maintenance Manuals shall be provided prior to delivery of the equipment. I 10. PAYMENT: 1 Lump Sum payment shall be made after Final Project Completion. 11. WARRANTY: All equipment and labor shall be warranted for a period of not Tess than 2 years from I the date of commissioning against defects in materials and workmanship. All warranties shall be comprehensive covering parts and labor. No deductibles shall be allowed for travel time, service hours, repair parts cost, tools, etc. I 12. AWARD OF PROJECT: The award of the Project may be made to the lowest responsible quoter based on the lowest Adjusted Quotation amount or any combination thereof. I 13. TAX: All applicable taxes shall be included in the quotation amounts provided. 1 END OF SECTION 1 I GENERAL REQUIREMENTS 2009 Bonestroo 1 000055 09160 0 01 10 00 1 , 1 1 1 SECTION 26 05 05 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 GENERAL 1 1.01 SUMMARY A. Section Includes 1. References used in electrical and control Specifications. 2. Regulatory requirements for electrical construction. 3. Requirements of equipment and materials. 4. Workmanship. 5. Selective demolition. B. Related Section 1. Division 00 and Division 01 Sections apply to all electrical and control work. 1.02 PRICE AND PAYMENT PROCEDURES ' A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Quote. 1.03 REFERENCES 1 A. ANSI - American National Standards Institute: 1. C2 - National Electrical Safety Code. 2. C62.41 -IEEE - Recommended Practice for Surge Voltages in Low - Voltage AC Power Circuits. B. ICEA - Insulated Cable Engineers Association: 1. S -95 -658 - Thermoplastic - Insulated Wire and Cable. 2. S -65 -375 - Rubber - Insulated Wire and Cable. C. IEEE - Institute of Electrical and Electronic Engineers: 1. 112 - Standard Test Procedure for Polyphase Induction Motors and Generators. 2. 519 - Recommended Practices and Requirements for Harmonic Control In Electric Power Systems. D. NECA - National Electrical Contractors Association: 1 1. NECA 1 - Standard Practices for Good Workmanship in Electrical Contracting. E. NEMA - National Electrical Manufacturers Association: 1. TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 2. PB 2 - Deadfront Distribution Switchboards. 3. ICS 2 - Industrial Control and Systems: Controllers, Contactors, and Overload Relays, Rated Not More Than 2,000 Volts AC or 750 Volts DC. 4. 250 - Enclosures for Electrical Equipment (1,000 Volts Maximum). 5. WC 5 - (See ICEA S -95 -658). 6. WC 7 - (See ICEA S -95 -658). 1 F. NFPA - National Fire Protection Association: BASIC ELECTRICAL MATERIALS AND METHODS © 2009 Bonestroo 1 00055 - 09160 -0 26 05 05 - 1 1 1 1. NFPA 70 - National Electrical Code. G. OSHA - Occupational Safety and Health Administration: 1. 29 CFR 1910 - Occupational Safety and Health Standards. 1 H. UL - Underwriters Laboratories, Inc.: 1. UL -6 - Rigid Metal Conduit. 2. UL -83 - Thermoplastic - Insulated Wires and Cables. 1 3. UL -96 - Lightning Protection Components. 4. UL -360 - Liquid -Tight Flexible Steel Conduit. 5. UL -467 - Electrical Grounding and Bonding Equipment. I 6. UL 486D - Insulated Wire Connector Systems for Underground Use or In Damp or Wet Locations. 7. UL -508 - Industrial Control Equipment. 8. UL -651 - Schedule 40 and 80 Rigid PVC Conduit. I 9. UL -797 - Electrical Metallic Tubing. 10. UL -913 - Intrinsically Safe Apparatus and Associated Apparatus for Use in Class I, II, and III, Division 1, Hazardous (Classified) Locations. I 11. UL -1012 - Power Units Other Than Class 2. 12. UL -1449 - Transient Voltage Surge Suppressors. 1.04 REGULATORY REQUIREMENTS I A. All Work performed under this Contract shall conform to the latest editions of the National Electrical Code (NFPA70), the National Electrical Safety Code (ANSI C2), and the Minnesota State I Building Code. 1.05 INSTRUCTIONS AND PARTS LITERATURE II A. Instruction and parts literature are generally packed with electrical equipment and devices. Contractor shall remove this literature from the packing container or equipment enclosure, identify the literature with the equipment to which it applies, and file the literature in loose -leaf binders I with index tabs. Each binder shall have an index which lists each piece of equipment and the literature which applies to it. An index tab shall be provided for each piece of equipment. B. There are a number of devices, such as solenoid valves, pressure switches, etc., which are I removed from their packaging and installed by other trades. Contractor shall establish a procedure with the other trades for receiving, identifying, and filing this literature as outlined above. I 1.06 SUBMITTALS A. Shop drawings shall be submitted with Contractor's stamp of approval. B. Refer to each Section for additional submittal requirements particular to that Section. C. Product Data Sheets: I 1. Product and component data sheets which describe all equipment and devices to be provided. 2. Include all features specified. 3. Provide dimensioned prints with weights. 4. Highlight or otherwise accentuate on each data sheet the specified product features and 1 product numbers. D. Composite Drawing: I BASIC ELECTRICAL MATERIALS AND METHODS © 2009 Bonestroo 1 00055 - 09160 -0 26 05 05 - 2 1 1 1. Include power and control wiring for all systems and equipment 2. Show Basic Systems on Composite Drawing: 3. Use terminal numbers on drawings and schematics. 4. Use separate drawings to show details of sub - systems. 5. Identify sub - system drawing interface points on composite drawing and sub- system drawings; terminal numbers of interface points shall be the same on both drawings. 6. Revise or redraw manufacturer's standard drawings if necessary to meet above requirements. E. Record all Changes to Existing Systems: 1. Revise all wiring diagrams and schematic diagrams to show final installation: a. Includes all new and existing equipment diagrams. F. Programmable Systems: 1 1. Description of programmable system operation, including but not limited to input/output functions, control capabilities, configuration procedures, starting setpoints, etc. 2. Preliminary graphic screens and reports: a. This submittal shall occur prior to shipment of the system. G. Manufacturers Installation Instructions: 1. Submit with shop drawings. 2. Include with shipment. H. Operating and Maintenance Manuals: 1. Include all the information provided with the submittal packages: a. Update and complete control system drawings and descriptions for all equipment. b. All documentation shall include modifications made which reflect the final installation. 2. Date the manuals with the day, month, and year they are provided to the Owner /Engineer. 3. Provide manufacturers' user manuals. 4. Provide 3 hard (paper) copies in a 3 -ring binder. Provide a table of contents and each piece of equipment or sub - system shall be tabbed. 5. Provide 2 digital copies in a PDF format saved to a compact disk. The saved files shall be clearly identified and organized in a similar manner to the hard copies: a. Contractor shall demonstrate to the Engineer the data saved on the disks is accessible and neatly organized. b. Provide a table of contents which utilizes bookmarks. The bookmark shall take the reader to a specific page when the reader clicks on the desired title in the table of contents. 6. Record all Changes to Existing Systems: a. Insert revised diagrams into the Owner's existing operation and maintenance manuals in place of original diagrams. PART 2 PRODUCTS 1 2.01 EQUIPMENT AND MATERIALS A. All electrical and control equipment and materials shall be provided as specified in the Contract 1 Documents. B. All equipment and materials shall be new and shall bear the Underwriters Laboratories (UL) label if such products are listed by UL. C. Where applicable, equipment and materials shall conform to ANSI, ICEA, IEEE, and NEMA Standards. BASIC ELECTRICAL MATERIALS AND METHODS © 2009 Bonestroo 1 00055 - 09160 -0 26 05 05 - 3 1 1 1 PART 3 EXECUTION 3.01 WORKMANSHIP ' A. All Work shall be performed in a neat and workmanlike manner consistent with the high quality standards of the electrical trade. "A neat and workmanlike manner" shall be as required by NFPA 70, Section 110 -12; and shall conform to NECA 1, Standard Practices for Good Workmanship in Electrical Contracting. Each electrician shall be knowledgeable and well- trained in the particular tasks to be performed. 3.02 EQUIPMENT MOUNTING A. Unless noted otherwise, equipment which is not free - standing shall not be mounted on wood panels, but shall be attached to concrete or masonry walls, support channels, or building structural steel. 1 3.03 IDENTIFICATION A. Nameplates shall be used to identify all field devices, such as disconnect switches, local pushbutton stations, transmitters, etc. B. All nameplates shall be engraved phenolic nameplates attached with stainless steel screws or a permanent stamped brass tag. 3.04 RECEIVING AND STORING EQUIPMENT 1 A. All equipment shall be handled and stored in accordance with the manufacturer's instructions. B. In general, equipment packaging is not designed to protect the contents for outdoor storage. As a minimum, Contractor shall store the equipment prior to installation in a dean, dry location free from excessive temperatures, humidity, or foreign materials normally encountered at a Site. If the storage facility is unheated, Contractor shall provide heating to protect control equipment from condensation, which could cause electronic components to corrode or to be otherwise damaged. 3.05 ALTERNATES 1 A. Alternate No.1: Each pumphouse utilizes a Water Specialties propeller style flow meter. Replace the flow meter head with a unit which outputs a 4 -20mA signal to be monitored by the SCADA system under this Alternate. Flow meter head, associated conduit and conductors to RTU and all associated installation work shall be provided under this Alternate. 3.06 SELECTIVE DEMOLITION A. Existing electrical equipment shall be removed as described on the drawings. This shall include but is not limited to the following: 1. Conduit to field devices. ' 2. Associated Conductors. 3. Existing control panels. B. Removal of existing electrical wiring and equipment shall be scheduled with the other trades so 1 that the existing waster distribution system remains in service until the new system is operating. END OF SECTION BASIC ELECTRICAL MATERIALS AND METHODS © 2009 Bonestroo 1 00055- 09160 -0 26 05 05 - 4 1 1 SECTION 26 05 19 LOW VOLTAGE LECTRICAL POWER CONDUCTORS AND CABLES PART1 GENERAL 1.01 SUMMARY A. Section Includes 1. 600 -volt wire and cable. 1 2. Ethernet cable. 3. Mufti-conductor instrument cable. 4. Terminals and connectors. 5. Wire Color Coding. 6. Conductor Identification. 7. Installation. 8. Splices and terminations. 1 9. Identification. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Quote. PART 2 PRODUCTS 2.01 600 -VOLT WIRE AND CABLE A. Feeder and Branch Circuit Wire 1. Stranded copper conductor, solid copper for lighting and convenience receptacle circuits only. 2. THWN insulated for conductor sizes #4 AWG and smaller. 3. XHHW or THWN insulation for conductor sizes #3 AWG and larger. B. Control Wire 1. #14 AWG, 7 or 9 strand copper. 2. THWN or XHHW insulation. 3. Solid color. 1 C. Insulation of all wire shall conform to ICEA S -95 -658, NFPA 70, and UL -83. D. M Wire and Cable Shall Be: 1. New and coiled or on reels. 2. Each coil and /or reel shall have a label with the manufacturer's name, trade name of wire, size of wire, and UL label. 1 2.02 ETHERNET CABLE A. Unshielded twisted pair, 4 pairs. B. #24 AWG solid bare copper conductor. LOW VOLTAGE LECTRICAL POWER CONDUCTORS AND CABLES © 2009 Bonestroo 1 00055- 09160 -0 26 05 19 - 1 1 C. Color coded fluorinated ethylene proplylene insulation. D. ANSI/TIA/EIA- Category 5E. E. Type CMP. F. Hitachi Cable 39419 -008, or equal. 2.03 MULTI - CONDUCTOR INSTRUMENT CABLE 1 A. 2- conductor, 3- conductor, or 4- conductor #16 shielded. B. Stranded tinned copper conductors. 1 C. Polyethylene color -coded insulation. D. Aluminum foil shield and drain wire. E. Overall PVC or neoprene jacket which is resistant to oil, ozone, moisture, and sunlight. F. General Cable Corp. VNTC Series, or equal. G. Special instrument and signal cable shall be provided with the equipment which requires them. 1 2.04 TERMINALS AND CONNECTORS A. Tool compressed terminals and connectors shall be made of 1 piece seamless highly conductive 1 copper with a uniform tin -plate coating to minimize corrosion; Burndy, 3M, or equal. B. Step -down adapters shall be copper compression type; Greaves PT -R Series, or equal. 1 C. Electrical spring connectors shall be 3M "Scotchlok" or "Ranger," Ideal "Wing- Nut," or equal. D. Fork Terminals: 1 1. Vinyl or nylon self-insulated locking type. 2. Terminal insulation that supports wire insulation. 3. Thomas & Betts Type FL, Burndy Type TP -LF, Panduit Type PNF, 3M Type MNG, or equal. 1 E. Waterproof kits shall be utilized for all outdoor below -grade splices and connections as follows: 1. Heavy wall, heat shrinkable with interior coating of hot melt adhesive — sealant. Tubing shall be chemically cross linked, thermally stabilized polyolefin. 2. UL listed (UL- 486D). 3. 3M — ITCSN, or equal. 2.05 WIRE COLOR CODING 1 A. Contractor may use color coding at his discretion, except for the following colors, which shall be used only as designated below for both power and control circuits: 1. Control Circuits: a. Dark Blue - Direct current circuits. b. Light Blue - Intrinsically safe conductors. c. Green - Grounding conductor. d. White - Neutral conductor. LOW VOLTAGE LECTRICAL POWER CONDUCTORS AND CABLES © 2009 Bonestroo 00055-09160-0 26 05 19 - 2 1 1 1 2. Power Circuits (Use solid colors through Size No. 8 AWG. Use black conductors with tape color 1 identification No. 6 AWG and larger): Voltage 120/240 208Y/120 480Y/277 a. Phase A Black Black Brown 1 b. Phase B Red Red Orange c. Phase C Blue Yellow 1 d. Neutral White White Gray e. Ground Green Green Green 1 2.06 CONDUCTOR IDENTIFICATION A. Imprinted labels shall be Brady heat shrinkable, 3M ScotchCode, Raychem TMS or Thomas & Betts 1 E -Z Code. B. Label sleeves shall be non - burning, heat - shrinkable, clear; Brady HSB, or equal. 1 PART 3 EXECUTION 3.01 INSTALLATION 1 A. All wire shall be installed in the specified raceways. Wire pulling shall be performed through the system in such a manner as to not exceed the maximum tensile strength of the cable being pulled as allowed by the NFPA 70 and /or cable manufacturer. All handling and installation of wire and I cables shall be done by competent and skilled workmen who shall use methods which will prevent damage to the wire and cable. Pulling compound shall dry to a fine lubricating non-conductive powder and shall be approved by the cable manufacturer. 1 B. Adequate measures shall be employed to determine that the raceways are free of foreign material and moisture before pulling wire or cable. 1 C. Any conductor used for equipment grounding purposes shall be green in color, unless it is bare. Conductors with white or green covering shall not be used to indicate other than neutral or grounding. This limitation applies to all power and control circuits. 1 D. Conductors shall be without splice from termination to termination, unless indicated otherwise on the Drawings. 1 E. Conductors for ac and dc circuits shall be installed in separate conduits. F. All 4 -20mA signal circuits shall be multi - conductor instrument cable. 1 3.02 SPLICES AND TERMINATIONS A. All splices, taps, and terminations shall be made with tool compressed connectors. Contractor shall 1 provide all wire connectors, lugs, and terminals, unless indicated otherwise. B. Bolted compression lugs furnished as an integral part of the equipment shall be used to terminate I the conductors to that equipment. C. Electrical spring connectors shall be used for splices and taps in lighting and 120 -volt receptacle circuits. I LOW VOLTAGE LECTRICAL POWER CONDUCTORS AND CABLES © 2009 Bonestroo 1 00055 - 09160 -0 26 05 19 - 3 1 D. All control wiring shall be terminated to terminal strips at both ends with fork terminals. Spare wires in control panels shall be terminated to spare terminals. Spare wires in motor control centers 1 shall be coiled by respective conduit, labeled, and shall be long enough to reach the compartment furthest from conduit. E. Every bolt, lug, and screw termination shall be tightened with a torque wrench or torque screwdriver to the torque values specified in UL Standards and /or as specified by the device manufacturer. 3.03 IDENTIFICATION A. Control circuits may be color -coded using available colors, except gray and green; however, they shall be identified at each terminal with an imprinted sleeve, which shalt be protected with a dear, heat - shrinkable, non - burning outer sleeve. Each control circuit shall be identified at both ends with the same number; wire number shall be the same as the wire number shown on the Equipment Drawings. Spare conductors shall be identified with a single letter at both ends. 1 B. Conduits shall be tagged as a group where they enter each major electrical panel or box, such as control panels, motor control centers, service entrance switchboard, generator, and large pull boxes or a terminal cabinets. Tag shall identify the location of the other end of the run. Tags shall be 3/4 inch by 3 -1/2 inches nylon plates, Panduit Part No. MP350, or approved equal, marked in black with a marking pen specifically designed for such use; Panduit Part No. PX -O, or equal. If more space is required than available on the above nylon plates, tags shall be approximately 2 -3/8 inches by 4 -3/4 inches medium weight shipping tags with reinforced eyelet, Dennison Size 5, Grade G, or approved equal. Tags shall be marked with black ink and the writing shall be covered with adhesive - backed plastic or dear polyester film tape, such as 3M Scotch Brand 3750 Clear Box Sealing Tape, or equal. END OF SECTION 1 1 1 1 1 1 LOW VOLTAGE LECTRICAL POWER CONDUCTORS AND CABLES © 2009 Bonestroo 1 00055 - 09160 -0 26 05 19 - 4 1 1 1 1 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART1 GENERAL 1 1.01 SUMMARY A. Section Includes 1. Conduit. 2. Conduit fittings. 3. Underground warning tape. 4. PuII and junction boxes. 5. Fire stop material. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Quote. PART 2 PRODUCTS 1 2.01 RIGID METAL CONDUIT A. Steel 1. Galvanized inside and outside. 2. NFPA 70, Article 344, 3. UL Listed. B. Aluminum 1. 6063 aluminum alloy, T -1 temper. er. P 2. NFPA 70, Article 344. 3. UL Listed. 2.02 RIGID METAL CONDUIT FITTINGS 1 A. Threaded couplings and fittings only; no set screw, land type, or split fittings. 9 9 Y� , 9 tYp , P B. Grounding type insulated bushings; O- ZJGedney Type BLG, or equal. C. Insulated bushings; Midwest Electrical Mfg. Co., O- ZJGedney Type B, or equal. D. Sealing locknuts; Midwest Electrical Mfg. Co., RACO, or equal. 111 E. Expansion Fittings 111 1. 4- inches conduit movement. 2. External bonding jumper. F. Pull Fittings (C, LB, etc.): Clamp type, stamped covers with gaskets and stainless steel screws and 1 clamps. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS © 2009 Bonestroo 1 00055 - 09160 -0 26 05 33 - 1 1 1 1 G. Conduit Hubs 1. Full contact type with sealing "0" ring. 2. Myers "Scru- tite," or equal. H. Material: Fittings, hubs, etc. shall be galvanized steel for galvanized steel conduit and copper free aluminum for aluminum conduit. I. Corrosion Resistant Coatings: All rigid metal conduit installed underground, or in contact with concrete, shall be painted with 1 coat of Carboline Carbocrylilc 120 (for both steel and aluminum conduit), or equal, as a pre- treatment followed by 2 coats of Carboline Bitumastic 300M, or coated with 3M Scotchrap Pipe Primer, and wrapped with 3M Scotchrap Corrosion Protection Tape. 1 2.03 RIGID NONMETALLIC CONDUIT AND FITTINGS A. EPC -40 -PVC and EPC -80 -PVC for Type II and Type III applications. 1 B. Sunlight resistant. ' C. NEMA TC2. D. NFPA 70, Article 352. 1 E. UL Listed. F. Manufacturer: Carlon, CertainTeed, or equal. 1 2.04 ELECTRICAL METALLIC TUBING (EMT) A. Galvanized exterior. 1 B. Corrosion resistant, lubricating interior coating. C. Galvanized or Zinc Plated Finish Steel Fittings 1. Set screw, concrete -tight type, except raintight /concrete -tight gland compression type in wet locations. 2. Insulated throat connectors. 1 3. Appleton, Midwest Electric, 0 -Z /Gedney, or equal. D. NFPA 70, Article 358. 1 E. UL Listed. 2.05 LIQUIDTIGHT FLEXIBLE METAL CONDUIT 1 A. Galvanized steel core. B. Built -in continuous copper ground in 1/2 inch through 1 -1/4 inches. C. PVC jacket. 1 D. NFPA 70, Article 350. E. UL listed. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS © 2009 Bonestroo 00055-09160-0 26 05 33 - 2 1 1 F. Amer -Tite Type UL, Anamet Anaconda Sealtite Type U.A., Electri -Flex Liquatite Type L.A., or equal. G. Connectors: 1. Grounding ferrule and insulated throat. 2. Appleton STB, Crouse -Hinds LTB, Midwest Electric LTB, or equal. 2.06 PULL AND JUNCTION BOXES A. Covers attached with hinges and stainless steel screws located within 1/2 inch of each corner opposite the hinges and spaced not more than 12 inches apart. B. Neoprene gasketed covers. C. Sized per NFPA 70 with enough capacity to add to each side at least 2 conduits of the same size as the largest conduit entering the box. D. Square cornered masonry type boxes, 2 -1/2 inches minimum depth, shall be used for all flush switches and receptacles in glazed tile, face brick, and unfinished block walls. E. Type FS or FD copper -free aluminum cast device boxes for all surface mounted small boxes. Boxes in chemical rooms shall be non - metallic FS or FD boxes. F. Galvanized fittings and boxes for EMT conduit. 1 2.07 FIRE RETARDENT MATERIAL A. Fire stop foam. 1 B. Fire stop sealant. C. 3 -hour fire rating. D. UL Classified per UL -1479. E. Chase Technology Corp., Dow Corning, General Electric, 3M, or equal. 2.08 ALUMINUM THREAD COMPOUND 1 A. Anti - oxidant and anti -seize compound. B. Burndy Penetrox, Ideal NOALOX, Ilsco DE -OX, or equal. 1 2.09 DUCT SEALING COMPOUND A. Soft, fibrous, slightly tacky, non - hardening, and easily applied by hand at all working temperatures. 1 6. Clean and non - staining. C. J.M. Clipper Corp. Duxseal, O -Z /Gedney DUX, or equal. 2.10 CONDUIT CLAMPS 111 l i RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS , © 2009 Bonestroo 1 00055 - 09160 -0 26 05 33 - 3 1 Al 1 A. Conduit clamps for rigid metal conduit shall be malleable iron, 1 hole clamp with malleable iron ' clamp backs; Crouse -Hinds MW500 Series, Raco 1303/1324, Appleton CL75M /600M, or equal. 2.11 CABLE FITTINGS 1 A. Aluminum or stainless steel threaded body and gland nut. B. Neoprene bushing. C. Stainless steel wire mesh grip. 1 D. Crouse -Hinds CGB with RPE wire mesh grip, Killems CG, or equal. PART 3 EXECUTION 3.01 CONDUIT INSTALLATION A. Conduit size shall be as shown on the Drawings or as required by the NFPA 70 with a minimum size of 3/4 inch, except that 1/2 inch may be used to connect to devices which have a knock -out or fitting for only 1/2 -inch conduit. All raceways shall be installed in accordance with NECA 1, Standard Practices for Good Workmanship in Electrical Contracting, and as specified herein. 1 B. Threads of aluminum conduit and fittings shall be coated with an anti -seize compound before the connections are made. C. Pull boxes or fittings shall be installed as Site and pulling requirements dictate. I D. All raceways shall be installed exposed, except in the finished areas designated on the Drawings or p where noted otherwise. 1 1. All exposed raceways in the pumphouse pump rooms shall be EMT to match existing. 2. All exposed raceways in the pumphouse chlorine rooms shall be non - metallic PVC conduit. 3. All exposed raceways in the water Towers shall be rigid metal conduit. ' 4. All raceways in the new City Hall may be EMT. Conduit shall be may installed above the ceiling or concealed in the walls in the finished areas or installed exposed where existing conduit is installed exposed. 5. All exposed conduit outdoors shall be rigid metal. 1 6. Liquidtight flexible metal conduit shall be used to connect from the rigid conduit system to equipment and devices if a rigid connection is improper or impractical. 1 E. Conduits or groups of conduits shall run parallel to or perpendicular to building lines. Grouped conduits shall be supported at proper intervals with trapeze or bracket type hangers constructed of galvanized Unistrut, Power- Strut, or equal. All hangers, fasteners, nuts, etc. shall be galvanized steel or stainless steel. Support fasteners shall be preset inserts, beam clamps, expansion shields, 1 or gun- driven studs. In the chemical handling rooms and other areas designated on the Drawings, all hangers, fasteners, inserts, screws, etc. shall be PVC or nylon. 1 F. Conduit and Penetration Sealing 1. Any conduit run which goes through an exterior building wall or between rooms of more than 30 degrees F difference in temperature shall be sealed internally with duct sealing compound at the point where they leave the room. 1 2. All conduits leaving the chemical handling rooms and other areas designated on the Drawings shall be sealed internally with duct sealing compound at the point where they leave the room. 3. All penetrations thru fire rated walls shall be sealed according to NFPA 70, Article 300.21. I RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS © 2009 Bonestroo 1 00055 - 09160 -0 26 05 33 - 4 1 t r G. No raceways, fittings, outlets, junction boxes, or pull boxes shall be attached to grating; they shall be connected to supports which are attached to structural members. 1 H. All pull and outlet boxes shall be set plumb. Boxes for concealed wiring shall be flush with the finished surface. All boxes shall be UL listed for the location in which they are installed. I. Expansion fittings shall be installed at building expansion joints and where the length of straight run requires it. 3. All conduits shall be kept dry and free of water or debris with pipe plugs or caps. K. Conduit and boxes shall not be attached to or suspended from equipment or mechanical ductwork. Where box or conduit must be mounted below ductwork, provide a structural channel support which is suspended from the ceiling or bracketed from a wall. Attachments to equipment shall be directly to the electrical devices associated with it. L. Conduit terminations to terminal boxes, cabinets, and enclosures shall have double locknuts and insulated bushings. External locknuts shall be sealing locknuts. M. All conduits which enter major equipment, such as the service entrance switchboard and motor ' control centers, shall have grounding type insulating bushings. N. Conduit terminations to outdoor or below ground NEMA 3R, 4, and 4X terminal boxes, pull boxes, cabinets, and enclosures shall use full contact hubs. O. Liquidtight flexible metal conduit 1 -1/2 inches and larger shall have an external bonding jumper sized in accordance with NFPA 70, Table 250.122, up to a maximum of No. 6 wire. Grounding liquidtight connectors with insulated throat, Efcor Brand, O -Z /Gedney, or approved equal, may be used in lieu of the grounding clamp on the conduit. P. Only raceway types which are specified herein shall be used. Q. Provide cable fittings and wire mesh grip for cable entry into conduit. 3.02 OPENINGS A. Contractor shall review the size and location of all openings to be sure they meet the requirements of the equipment that is furnished and /or installed as a part of this Contract. Contractor shall be responsible for providing all required openings necessary for a complete installation. All required openings are not shown on the Drawings. B. All openings shall be filled with an approved sealant, caulking, or grout after the conduit or cable installation is complete. C. Openings through grating shall have the bars of the grating banded. END OF SECTION t RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS © 2009 Bonestroo 1 00055 - 09160-0 26 05 33 - 5 1 SECTION 26 08 00 COMMISSIONING OF ELECTRICAL SYSTEMS PART1 GENERAL 1 1.01 SUMMARY A. Section Includes 1. All equipment checks, adjustments, tests, and system energization shall be performed as specified below. If any test specified will void the warranty of any equipment to be tested, the Engineer shall be notified and further instructions received before proceeding with the test. 2. The following items shall be tested: a. Receptacle outlets. b. Control circuits and systems. 3. When the Work is complete, a final inspection will be made and the Contractor shall demonstrate that all equipment and systems conform to the Drawings and Specifications. 1.02 PRICE AND PAYMENT PROCEDURES 1 A. Measurement Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Quote. 1.03 QUALIFICATION OF PERSONNEL 1 A. All personnel responsible for testing and commissioning equipment as a part of this Project shall be specially trained for the tasks they are to perform. B. Personnel operating test equipment shall have had previous training and experience in using the equipment and shall be thoroughly familiar with the equipment capabilities and limitations. C. All tests shall be made by or under the direct supervision of service personnel who are factory- 1 trained in the application and operation of the device being tested. D. Evidence of the experience of test personnel in the form of certificates of training or other acceptable documentation shall be made available upon request of the Engineer. E. The Engineer reserves the right to require the Contractor to provide different test personnel if those performing the tests do not demonstrate competency in their work. 1.04 SCHEDULING AND REPORTING A. All tests shall be scheduled 48 hours in advance with the Engineer and shall be conducted in his presence or the presence of his representative. Test results shall be tabulated neatly and legibly on the test forms, which are included at the end of this Section and which are available from the Engineer. Any other report forms shall be submitted for approval at least 4 weeks before tests are made. Test reports shall include the pertinent readings or observations, a description of the method used, and a list of the equipment employed. B. If the materials or equipment fail under test, the test reports shall include the following: 1. Pertinent readings or observations made up to the point of failure. COMMISSIONING OF ELECTRICAL SYSTEMS © 2009 Bonestroo 1 00055 - 09160 -0 26 08 00 - 1 I , I 2. Any abnormal readings. I 3. Any data which might indicate the cause of failure. 4. The cause of the failure, if determined. 5. Corrective measures taken. 1 C. In all cases of test failure, the Contractor shall demonstrate that the corrective measures proposed are adequate before making any repairs, adjustments, or replacements. 1 1.05 TESTING EQUIPMENT A. Testing equipment used for a given test shall be recommended by the manufacturer for that I particular test and shall be approved by the Engineer. B. Voltage and current measurements shall be made with a true RMS instrument, which has an accuracy of ± 1 percent of full scale. Scale shall be selected so that the reading is not less than 1 one -half scale. C. All test equipment shall be provided by the Contractor. 1 PART 2 PRODUCTS NOTUSED I PART 3 EXECUTION 1 3.01 INSPECTION A. All equipment shall be given a thorough visual inspection by the installer to detect insofar as possible any loose or erroneous connections, damaged components, the presence of foreign I objects or materials, poor workmanship, incorrect rating of protective devices, or other abnormal conditions. I B. Every bolted or screwed connection or terminal shall have a torque wrench or torque screwdriver applied to assure tightness before any equipment is energized. This shall apply to both factory made an field made connections and terminations. Any problem or damage resulting from a faulty connection or termination shall be the responsibility of the Contractor. I C. Covers shall be installed on all pull boxes, junction boxes, and raceway fittings before the final inspection. 3.02 RECEPTACLE TESTS A. After the system is energized, each receptacle shall be checked with a receptacle tester to verify 1 proper connection of the hot, neutral, and grounding conductors. 3.03 COMMISSIONING 1 A. Contractor shall demonstrate to the satisfaction of the Engineer that all control and alarm systems are functioning as specified. This shall include but is not limited to motor control circuits, heating controls, and level alarms. Contractor shall make all adjustments necessary to obtain the proper I operation of the above systems. This shall include but is not limited to adjusting limit switches and level controls; providing the necessary type and quantity of device, relay, and starter contacts; changing wire connections to device contacts; and calibrating signal devices. I END OF SECTION COMMISSIONING OF ELECTRICAL SYSTEMS © 2009 Bonestroo 1 00055- 09160 -0 26 08 00 - 2 1 1 . 1 SECTION 40 90 10 ' SCADA SYSTEM DESCRIPTION 1.01 SECTION INCLUDES ' A. Existing SCADA System Description. B. Proposed SCADA System Description. 1 C. Sequence of Operation. 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement Payment 1. All Work and costs of this Section shall be incidental to the Project and included in the Total Base Quote. 1 1.03 RELATED SECTIONS A. Bidding Requirements, Contracting Requirements, Division 1, and Division 26 Sections apply to all 1 Work of Division 40. 1.04 EXISTING SCADA SYSTEM DESCRIPTION 1 A. The existing water system consists of two wells and two towers. The existing sites are monitored by an existing Autocon SCADA system. The SCADA master control panel is located at the existing City Hall. Each of the remote sites communicates with the SCADA master control panel using telephone communications. This existing system shall be replaced with a new system as described below. B. The existing SCADA system control panel at each site shall remain in service until the new SCADA RTU has been installed, operating and approved. Contractor shall remove the existing equipment as noted on the drawings and as specified. 1 1.05 NEW SCADA SYSTEM DESCRIPTION A. An Omni antenna shall be mounted on Tower No.1. Tower No.1 is to be used as a repeater and communicate to the remote sites. Tower No.1 RTU shall communicate with the Pumphouse No.1 SCADA master over an Ethernet connection. Provide all necessary programming and equipment for the SCADA system to provide communications to all remote sites. B. The SCADA system master PC shall be located in the Public Works Directors office at the new City ' Hall. An existing fiber optic cable is provided between the new City Hall and Pump house No.1. The SCADA system master control panel is to be installed at Pumphouse No.1. 1 C. The SCADA system master control panel is to be installed at Pumphouse No.1. The SCADA master shall communicate with the City Hall via an Ethernet connect using a fiber optic cable. D. An RTU is to be installed in the new City Hall's server room. The fiber optic cable from Pumphouse No.1 is to terminate at this RTU. A connection through an Ethernet switch in the RTU shall allow SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 1 00055 - 09160 -0 40 90 10 - 1 1 1 1 r the SCADA system to interface with the City Hall Ethernet network. This RTU will monitor an automatic transfer switch at City Hall and communicate with an alarm dialer. 1 E. A SCADA computer shall be installed at the new City Hall. The SCADA computer shall interface with the SCADA network through the City Hall ethernet network. The computer shall allow the City staff to control and monitor the SCADA system as well as generate automated reports and provide trending information. F. The remote sites shall communicate with the SCADA system utilizing spread spectrum radio communications. G. The SCADA system shall be provided with provisions to allow the City to add their lift stations, a future pumphouse, and other remote sites in the future. 1.06 SEQUENCE OF OPERATION A. A HAND -OFF -AUTO (HOA) selector switch shall be mounted on each pump house SCADA control panel. The Operator may use the switch to select the controlling mode for each well pump as follows: 1. HAND: The associated well pump shall be required to run continuously. a. The speed control of the VFD shall be via the potentiometer or keypad on the VFD. b. In the HAND position, alarm (i.e. flood, etc) and well pump proof of operation shall not shut the pump down. 2. OFF: The associated well pump shall be taken out of operation. 3. AUTO: The associated well pump shall be controlled by the SCADA system as specified here- in. B. The Operator shall use the SCADA Master PC or an OIT in either pump house to select the controlling mode (HAND -OFF -AUTO) for the well pumps as follows: 1. HAND: The associated well pump shall be required to run continuously. The Operator will use the PC or an OIT to enter the desired well pump VFD speed set point. 2. OFF: The SCADA system will not require the associated pump to operate. 3. AUTO: The SCADA system will control the well pumps to maintain a water level in the towers as specified here -in. C. AUTO mode of control: 1. The Operator shall use the SCADA Master PC or a OIT in either pump house to select the controlling tower level. 2. The Operator shall use a 3 x 3 matrix set up on the SCADA computers to control and view the alternation of Lead and Lag and Backup pumps: a. The Operator shall use the SCADA system to enter LEAD PUMP START, LAG PUMP START, LEAD PUMP STOP, LAG PUMP STOP tower level setpoints. When the water level in the controlling tank falls to a START set point, the associated well is started. When the water level in the controlling tank rises to a STOP set point, the associated well shall discontinue running. b. The lead and lag pump shall automatically alternate lead duty every cycle. Operator shall be able to select manual alternation via the operator interface. c. An adjustable 0 to 3 minute timer in the PLC shall delay the starting of the lag pump. d. The backup pump will be added in the future. Until the third well is installed, this feature shall be disabled. When enabled the backup pump shall only be required to run when the tower level falls to an operator adjustable setpoint. 3. The Operator shall enter a Low Level Alarm and High Level Alarm set point for each Tower. When the water level in a tower falls to the Low Level Alarm set point, a Low Level Alarm shall SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 1 00055- 09160 -0 40 90 10 - 2 1 1 activate. When the water level in the tower rises to the High Level Alarm Set point, a High Level Alarm shall be activated. 4. Tower #1 and the Tower #2 RTU PLCs shall monitor an analog 4 -20mA signal from an pressure transmitter and it shall be used for control as specified above. The transducer power supply shall be furnished with the RTU. 5. The VFD speed shall be manually set on the SCADA PC or an OIT. 6. The Pump required signal shall energize the pre -lube water solenoid and the pre -lube time delay relay. This shall be a time delay relay independent of the PLC. After the pre -tube time 1 delay (0 to 360 seconds), the well pump shall be called to start. D. Once the well pump is called for, the PLC shall monitor the flow meter, check valve and the ' associated run and fail contacts from the VFD to prove pump operation: 1. After an adjustable time delay of 0 to 3 minutes, the flow meter must have reached an adjustable flow set point and the associated run contact from the VFD must be made. If 1 or both of these items are not satisfied, the call signal to the pump shall be removed and an alarm shall be initiated. 2. An alarm shall also be initiated if the VFD fail contact is made. 3. A simulated "Flow Meter /Check Valve" switch in the PLC operator interface shall allow the I operator choose either the flow meter or Check Valve for well pump proof of operation. E. Contractor shall provide all programming and modify all VFD set points as required to achieve the specified well pump operations. F. The pre -tube solenoids shall be required to operate anytime the pump is required to run. G. A restart delay relay shall prevent the pump from starting for an adjustable time delay of 0 to 3 minutes after it has stopped. This shall be an adjustable set point in the PLC. A "Restart Delay" indicator on the SCADA system shall be active during the restart delay period. H. A watchdog loop shall be configured to monitor the telemetry system between the each SCADA panel, the SCADA master, and the SCADA PC. The Operator shall use the SCADA PC or an OIT to enter the amount of failed connection attempts before a Communication Failure Alarm is activated. If the amount of failed attempts matches the adjustable set point, the SCADA system shall initiate a Communication Failure Alarm. I. A relay shall be provided ahead of an UPS installed each SCADA enclosure to indicate normal power failure. The PLCs shall monitor the relay and upon activation of a power failure signal, the PLC shall initiate an alarm over the SCADA system. ' J. Flow Meter: 1. The existing flow meters will be equipped with 4 -20mA output capabilities under Alternate No.1. The SCADA system shall be programmed and configured to monitor the analog signals under the base quote. ' 2. The flow meter's 4 -20mA output signal shall be input to the PLC and shall be used for control as specified above. 3. The flow meters converter /power supply shall be installed inside the SCADA panels. 4. The flow rate, 24 -hour flow total and cumulative flow total, shall be displayed on the SCADA system. K. Well Level: 1. Each well has an existing well level monitor which produces a 4 -20mA output signal. These signals shall be monitored by the SCADA system. 2. The well level shall be displayed on the SCADA system distance from pump floor to water level. SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 1 00055 - 09160 -0 40 90 10 - 3 1 1 3. The SCADA system shall also display each well's last 10 lowest pumping levels, along with corresponding times and dates. 4. A low well level (draw down) alarm shall be initiated and the associated well shall shut down if a well level drops below an adjustable set point. A restore level setpoint shall be provided to allow the well to restart after the level has risen above this setpoint for an adjustable 0 -60 minute period. L. Pumphouse Pressure Transducer: 1. The existing pressure transducers 4 -20mA output signal shall be input to the PLC and shall be displayed over the SCADA system. 2. The pressures shall be displayed and trended on the SCADA system. M. Chemical Feed: 1 1. A HOA switch for the chlorine booster pump shall be mounted on the RTU at each pumphouse. a. HAND: The associated pump shall be required to run continuously. b. OFF: The associated well pump shall be taken out of operation. c. AUTO: The associated booster pump shall be controlled by the PLC: 1) The chlorine booster pump shall be started and solenoid valve shall be opened after proof of flow is confirmed. 2) While in "Automatic" control, the chemical feed systems shall stop and the well pump shall run for an adjustable time of 0 to 30 seconds after it is called to stop in order to ensure chemical feed has stopped completely. 2. Contractor shall modify the starter wiring for the operation as specified above. 1 N. City Hall Automatic Transfer Switch: 1. A new ATS is to be provided in the new City Hall under a separate contract. The transfer switch position shall be monitored by the new SCADA system and generate an alarm when the system is under standby power. O. A new floor flood float switch shall be provided in each pump house and monitored by the SCADA system. Upon activation of a floor flood signal, the PLC shall activate a Floor Flood alarm. If a well pump is running when a flood alarm is activated, the SCADA system shall discontinue the pump's operation. 1 P. Existing low temp alarm thermostats shall be monitored and a high temperature alarm thermostat shall be installed at each pump house. A new low temp alarm thermostat shall be installed and monitored at each water tower. The SCADA system PLCs shall monitor the thermostats. Upon a temperature alarm the SCADA system shall signal an alarm. Q. Security: 1. The door contact shall monitor the position of the exterior pump house doors and hatches. 2. Upon sensing the opening of the door, the control system shall initiate 2 adjustable time delays. 1 shall be 0 to 180 seconds. The other shall be 10 to 30 seconds longer than the first. 3. A security code shall need to be entered into the PLC operator interface. Each operator shall have a designated login code. 4. If the code is not successfully entered prior to the first time delay expiring, the alarm horn shall sound for 3 seconds. If the security code is not entered prior to the second time delay expiring, an alarm shall be initiated and the alarm horn shall be activated. 5. The alarm horn can be deactivated by entering the correct code; however, the alarm shall remain active until cleared remotely from the water SCADA system. 6. The operator shall then re- active the security system by entering the code again. The system will re- activate after an adjustable time delay of 0 to 180 seconds after the code is entered. 7. The system shall automatically rearm itself after an adjustable time delay of 0 to 4 hours. SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 1 00055 - 09160 -0 40 90 10 - 4 1 1 1� R. Alarm Handling: I 1. All alarms shall be indicated on the SCADA PC and OITs, and activate the alarm dialing software when selected to do so by the operator. Screen(s) shall be provided to allow the operator to enable /disable each alarm from activating the dialing sequence. I 2. A backup alarm dialer shall be provided at the City Hall. Upon a failure of an Operator to acknowledge an alarm after an adjustable period of time and /or a watchdog loop times out the alarm dialer shall be activated and dial out an alarm. 3. Alarm lights and indication on the SCADA PC and operator interfaces shall flash until the alarm I is acknowledged. The SCP lights /indication shall remain on steady until the alarm condition is cleared. 4. If the alarm clears before the operator acknowledges it, the alarm indication shall remain active. I ' 5. The combination of computer system HMI server software and the alarm dialing software shall be configured to allow the operator to remotely access the system and check the status of alarms to determine specifically which alarm points are in the "unacknowledged," I acknowledged," and "normal" states. If all alarms are normal, the system shall state "all alarms normal." 6. The following alarms shall be monitored by the SCADA system: I a. Pump House #1 1) Well Pump VFD Fault. 2) Well Pump Failure. 3) Low Well Level. 1 4) Intrusion Alarm. 5) Floor Flood Alarm. 6) Low Temperature Alarms. 7) High Temperature Alarm. 8) Power Failure. 9) UPS Alarm. 10) Telemetry Failure I b. Pump House #2 1) Well Pump VFD Fault. 2) Well Pump Failure. I 3) Low Well Level. 4) Intrusion Alarm. 5) Floor Flood Alarm. 6) Low Temperature Alarms. I 7) High Temperature Alarm. 8) Power Failure. 9) UPS Alarm. I 10) Telemetry Failure c. Tower #1 1) High Tower Level. 2) Low Tower Level. I 3) Low Temperature Alarm. 4) Power Failure. 5) UPS Alarm. I 6) Telemetry Failure d. Tower #2 1) High Tower Level. 2) Low Tower Level. 1 3) Low Temperature Alarm. 4) Power Failure. 5) UPS Alarm. SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 1 00055 - 09160 -0 40 90 10 - 5 i 1 1 r 6) Telemetry Failure 7. An alarm dialer shall be mounted in the City Nall network room. Contractor shall coordinate the installation and connection to the phone lines with the Owner. The following alarms shall be dialed out by the alarm dialer: 1) Pump house #1 Alarm. 2) Pump house #2 Alarm. 3) Tower Alarm. 4) Lift Station Alarm (Future). S. Miscellaneous: 1. Run time, flow rate /total, well level, alarm indication, equipment run /fail indication, etc. shall be accumulated /displayed in the PLC, SCADA PC and operator interfaces as specified later in this Specification Section. 2. All variables, such as alarm set points, time delays, etc., shall be operator adjustable via the PLC operator interface and SCADA PC. 3. Power Failure: a. Power failure shall initiate an alarm and shut down all processes. b. After a power failure, the system shall automatically restart all automated equipment in a timed sequence. c. A relay shall be provided ahead of the UPS to indicate normal power failure. d. A UPS fail alarm circuit shall bypass the UPS and initiate an alarm upon activation. 4. Provisions shall be provided to allow the addition of a future pump house and all of the City's lift stations to the SCADA system. 1 PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED 1 END OF SECTION 1 1 1 1 SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 1 00055 - 09160 -0 40 90 10 - 6 1 I s SECTION 40 91 10 I FIELD INSTRUMENTS 1 PART1 GENERAL II 1.01 SECTION INCLUDES A. Elevated Tank Pressure Transmitters. 1 B. Low Temperature Alarm Thermostats. C. Propeller Flow Meters. 1 D. Automatic Alarm Dialer. E. Security Door Contacts. 1 F. Installation, Testing, Commissioning. I 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement Payment 1. All Work and costs of this Section, unless otherwise notes, shall be incidental to the Project I and included in the Total Base Quote. 2. All work and costs associated with replacing the existing flow meter heads shall be included in the ALTERNATE NO.1 lump sum. 1 1.03 RELATED SECTIONS A. Bidding Requirements, Contracting Requirements, and Division 1 Sections apply to all Work of I Division 40. 1.04 SUBMITTALS I A. Product Data Sheets: 1. Include all features specified. 2. Highlight or otherwise identify on each data sheet the specified features. I B. Manufacturers Installation Instructions: 1. Submit with shop drawings. 2. Include with shipment. I C. Operation and Maintenance Manuals: 1. Include all of the information in the above submittals. 1 PART 2 PRODUCTS 2.01 ELEVATED TANK PRESSURE TRANSMITTERS A. Direct electronic sensin • microprocessor based; EEPROM memo 9� P based; memory. I FIELD INSTRUMENTS © 2009 Bonestroo 1 00055 - 09160 -0 40 91 10 - 1 I • 1 B. On board temperature sensor for digital temperature compensation. C. A 4 -20 mAdc output with digital signal based on HART protocol. D. Accuracy 0.075 percent of span; 100:1 range - ability; 0.1 percent stability for 12 months. E. Local non - interactive external 0 and span adjustments; User - selectable damping from 0 to 36 seconds. F. Stainless steel 316L wetted parts; NEMA 4X housing; Sensor module filled with silicon. G. Range as required. H. Provide the following components: 1. Low temperature alarm thermostat. 2. Thermostatically controlled freeze protection. 3. Shut off valve with pressure input through side of enclosure. 4. Bleed valve with bulkhead fitting through bottom of enclosure. 5. Pressure gage 4 -1/2 inches scaled in PSI and feet. I. Self - regulating heat tracing tape for the full length of the pressure sensing line from the tap to the pressure transmitter enclosure. J. Integral transient protection terminal block for pressure transmitter which meets IEEE Standard 587, Category B and IEEE Standard 472, Surge Withstand Capability; Rosemount T1 option, or approved equal. K. Manufacturer: Rosemount, or equal. 2.02 TEMPERATURE ALARM THERMOSTATS 1 A. Non - Corrosive Areas: 1. Line voltage, heavy duty with SPDT contacts rated 7.4 amps at 120 Vac. 2. Low Temperature Alarm: Control range 0 to 70 degrees F. 3. High Temperature Alarm: Control range 35 - 100 degrees F. 4. Honeywell, or approved equal. B. Chlorine Room: 1. Line voltage with 0 to 100 degrees F control range. 2. 20 feet of stainless steel capillary. 3. Honeywell T675A, or approved equal. 2.03 PROPELLER FLOW METER HEADS A. Accuracy: +/ -2 percent 1 B. Conform to all requirements of AWWA C704 -02. C. Totalizer to provide flow totalization, instantaneous flow indication with 4 -20mA current signal output proportional to rate of flow. D. Pipe size to be verified in the field. FIELD INSTRUMENTS 1 © 2009 Bonestroo l 00055 - 09160 -0 40 91 10 - 2 1 1 , I E. Manufacturer: Water Specialties. I 2.04 AUTOMATIC ALARM DIALER 1 A. Monitor a minimum of 4 alarm signals. B. Ability to call up to 8 pre - programmed phone numbers. C. Makes phone calls with customized voice messages. D. Remote access capability to allow Owner to call in to check status of monitored points and to 1 acknowledge alarms. E. Keypad and speaker for local programming. 1 F. Voice Over Internet Protocol (VoIP) capable. 2.05 SECURITY DOOR CONTACTS 1 A. Surface mounted, hermetically sealed magnetic contacts, which are UL listed. B. Contacts shall be rhoduim plated, SPDT rated 0.3 amp at 30 Vdc with screw terminals. I C. Contacts shall be designed to operate with a gap of up to 1 inch. I D. Manufacturer: Sentrol 1085T Series, or equal. PART 3 EXECUTION 1 3.01 COMMISSIONING A. Contractor shall change relay connections, position limit switches, and make all other adjustments it required to obtain the proper operation of the equipment. B. Contractor shall demonstrate to the Owner and the Engineer that all control systems operate as specified. I C. Contractor shall coordinate the installation of the Alarm Dialer with the Owner. Contractor shall program and setup the alarm dialer. Coordinate the recorded alarm messages and phone I numbers with the Owner. 3.02 TESTING AND COMMISSIONING I A. Contractor shall check, test, calibrate, and put into operation all control systems specified herein and shall demonstrate their operation to the Engineer. I B. All changes shall be recorded and all control schematic and wiring diagrams shall be revised and re- issued with the changes. 3.03 IDENTIFICATION A. All devices shall be identified with a laminated plastic nameplate which has white lettering of not less than 3/16 inch on a black background. Nameplates shall be attached with screws. 1 FIELD INSTRUMENTS © 2009 Bonestroo 1 00055 - 09160-0 40 91 10 - 3 1 I SECTION 40 94 10 COMPUTER SYSTEM 1 PART1 GENERAL 1.01 SECTION INCLUDES A. Computer hardware. 1 B. Computer software. C. Uninterruptible Power Supply (UPS). 1 D. Installation, programming, and training. 1.02 PRICE AND PAYMENT PROCEDURES 1 A. Measurement Payment 1. All Work and costs of this Section, unless otherwise notes, shall be incidental to the Project and included in the Total Base Quote. I 1.03 RELATED SECTIONS l A. Bidding Requirements, Contracting Requirements, Division 1, and Division 26 Sections apply to all Work of Division 40. 1.04 SUBMITTALS I A. Product data sheets for all software specified herein. I B. Description of computer system operation, including but not limited to input /output functions, control capabilities, configuration procedures, etc. I C. Dimensional data and arrangement drawings on all computer system components. D. Preliminary graphic screens and reports. This submittal shall occur prior to shipment of the system. 1 E. Training Manuals: This submittal shall occur prior to operator training. F. Operation and Maintenance Manuals. I 1.05 SOFTWARE MANUFACTURER A. The manufacturer of the software shall have installed similar software systems in municipal water I and wastewater facilities for the last 5 years. PART2 PRODUCTS 1 2.01 COMPUTER SYSTEM SOFTWARE 1 COMPUTER SYSTEM © 2009 Bonestroo 1 000121 - 08145 -0 40 94 10 - 1 1 ii II 1 1 A. The following software is the minimum required and not inclusive. All software provided shall be of the latest version and shall be 32 bit. Ancillary software packages required to provide complete system functionality of all hardware shall be provided. B. Real -Time Data Acquisition and Process Control Software: 1. Windows based object oriented, graphical man - machine interface application generator for supervisory control and data acquisition with the following features: a. Object oriented graphics. b. Ability to import .DXF and .WMF files. c. Animation links with capability to animate .DXF files. d. Data sharing capability with other Windows packages via DDE, ODBC, and OLE. e. Network ready. f. Real -time database. g. Real -time and historical trends. h. Easily configured and prioritized alarms. i. Supports logical and mathematical expressions. j. Script editor. k. User -based security. I. On -line configuration. m. Windows printing /documentation. n. Available tag names as required with ample spares for future sites. 2. Base Bid Software shall be RS View by Rockwell or InTouch by Wonderware The package shall include toolkits and optional features as required to provide complete system functionality as specified herein. C. Alarm Management /Dialing Software: 1. Proven integration with the Real Time Data Acquisition and Process Control Software. 2. Unlimited phone book definitions and alarm groups. 3. Archive alarms and inquiries for historical documentation. 4. Remote notification of selected critical alarms by phone and pager. 5. Custom recorded voice messages and priority calling. 6. Full support of 32 bit applications. 7. Base Bid Software shall be SCADA alarm. Provide all necessary modem and dialing requirements. D. Windows XP Professional based operating system. Operating system shall be compatible with the Real Time Data Acquisition and Process Control Software. 1 E. Microsoft Office Suite (including at a minimum Word, Excel, and Access). Office suite shall be the most current edition at time of order. F. Anti -Virus Software: Norton, McAfee, or equal. G. Firewall Software: Norton Personal Firewall, McAfee Personal Firewall Plus, or equal. 1 H. Remote Communications Software: Microsoft Remote Desktop 2.02 HARDWARE ALLOWANCE 1 A. An allowance of $3,000 shall be reserved for the purchase of 1 desktop computer, monitors, modems, and surge strips, as required for the SCADA System, and shall be included in the Lump Sum Quote. (Operating System, Anti - Virus, and Microsoft Office Suite Software shall be considered as included in this allowance). COMPUTER SYSTEM I © 2009 Bonestroo 1 000121 - 08145 -0 40 94 10 - 2 1 1 , B. This amount is totally available to the Owner. I C. The Contractor shall completely coordinate the selection, ordering, and delivery of the equipment. The hardware shall not be purchased until such time where the Contractor is immediately ready to I load the SCADA Software and commence programming. The Contractor shall submit a bill of materials and invoice from the computer manufacturer (i.e. Gateway, Micron, Dell, etc.) for approval prior to purchasing the hardware. I D. The allowance shall be used to cover the cost of the hardware, sales tax, and delivery. If the cost is less than the allowance, the difference shall be credited to the Owner in the form of a Deduct to the agreed upon Contract Price. The actual invoice shall be submitted subsequent to purchase to I verify hardware costs. E. Any costs for equipment installation labor, set up, cables, connectors, overhead and profit, and all other equipment necessary for a complete and functional installation is to be figured over and above the allowance amount. F. Actual hardware purchased will vary with what is readily available at the time of purchase, but in I general, the allowance will be used to purchase the following: 1. 1 personal computers (Micron, Gateway, Dell, or approved equal) with the following features: a. Pentium or AMD based processor. Clock speed and bandwidth shall be consistent with latest technology at time of order. I b. DDR RAM and hard drive with capacity consistent with the latest technology at time of order. c. CD /DVD- Recordable /ReWriteable Drive. I d. AGP Graphics Accelerator Card, RADEON or Nvidea with TV -out and DVI. e. USB, parallel and serial ports as required. f. Mouse and enhanced soft click keyboard. g. Ethernet network interface card. I h. Speakers, sound card, and related appurtenances as required. 2. Flat Panel Monitors: One 19 -inch LCD: a. Resolution: 1,280 by 1,024. I b. Minimum contrast ratio 500:1. c. Pitch: 0.294 mm dot. d. Brightness: 300 cd /m2 minimum. e. Response Time: 25 ms maximum. I f. Anti -glare coating. g. Energy Star compliant. I PART 3 EXECUTION 3.01 INSTALLATION I A. Contractor shall coordinate work with the Owner's staff and City Hall contractors to provide SCADA communications over the City Hall's network. B. All programming for the SCADA system shall be provided by the Contractor. Programming shall be I done in such a manner as to allow complete access to the program in the future by the Owner for changes and or additions. Program locks shall not be used. Complete program documentation shall be provided within the program. A complete, fully commented hard copy (print out) of the program I plus a complete, fully documented copy on compact disk shall be provided. 1 COMPUTER SYSTEM © 2009 Bonestroo 1 000121- 08145 -0 40 94 10 - 3 1 1 1 C. A preliminary submittal (3 copies) of graphics screens and reports shall be provided for review by the Owner and Engineer. Modifications to control sequences, displays, set points, trends, reports, maintenance logs, and related features shall be expected during the review period, acceptance testing, and startup. These modifications shall be considered incidental to the Project. Programming shall include but is not limited to the following: 1. Complete data base building all I/O specified and shown on the Drawings. 2. Real time display of input data. 3. Graphics. 4. Alarm logging. 5. Trending for each analog input. 6. Printouts. 7. Daily, weekly, monthly, and yearly reports. The start and stop times for all reports shall be operator adjustable. 8. Event logging (pump run times, pump start, and stop times). D. Graphic Displays: 1. Main screen shall be a system block diagram which shows a map of the City, including all RTU sites. The map shall be approved by the City and shall show the entire area of the City of Oak Park Heights. Future additions to the SCADA system will occur and the map shall be chosen so that new sites can be added without increasing the map view area. 2. A pop down menu shall be provided for each Site (including future sites) on the main screen, which allows the operator to select that site and then choose from the following menu items: a. Graphic display of the selected site which will show an accurate pictorial section of the site; all related flows, levels, and pressures; flow totals; run time and run status for each piece of equipment and status of each point monitored at the Site. Pump runtime screen which shall show individual runtimes for all pumps in the system. These shall be viewable in digital, bar graph, line graph, and pie graph forms. b. Alarm screen which shows the status of all alarms. This screen shall have a check box to enable or disable any alarm from being called out on the SCADAIarm software. If the alarm is disabled, the alarm shall show on the alarm screen but shall not call out. 3. Report Screens: a. In as much as possible, all reports shall use real -time automatically generated data. Reports shall use manually entered data where real time data is not available. b. Flows: 1) Daily, monthly, quarterly, and annual flow totals for each flow meter in the system. 2) Department of Natural Resources - Water Appropriation Reports for each well. 3) Metropolitan Council Wastewater Services - Survey of Sewer Use Data Report. c. Pressure /Levels - Trends showing pressures or levels throughout an operator selectable time period for each pressure and level transmitter in the system. d. Well Levels - Trends showing well levels throughout an operator selectable time period for each well in the system plus 5 future wells. Screen shall also display which wells are running during the selected time period. e. Trend(s): Trends shall show values throughout an operator selectable period for each analog input in the system. Trends requiring different units shall be presented on different trending charts. E. Logs: 1. The start/stop times of each piece of equipment and all alarms shall be logged with time and date stamping. 2. Operator shall be able to select which events are printed on the event printer. F. Reports: 1 1. The SCADA system shall automatically populate reports with data for the Operator to print. COMPUTER SYSTEM 1 © 2009 Bonestroo 1 000121- 08145 -0 40 94 10 - 4 1 i , 2. Contractor shall work with the Owner to develop the report formats. 3. Basic reports shall include; a. Well Pump Run Times. b. Well Pump Flow Rates. c. Tower Levels. d. Alarms. G. Alarms: 1 1. Alarm management /dialing software shall be programmed in conjunction with the data acquisition software to provide all required alarm management: a. Alarm screen shall be provided to show the status of each alarm. I b. Alarms shall be specific (i.e.: location, equipment, specific alarm,) and be recorded using a real human voice. c. The operator shall have the ability to designate the following response to each alarm: 1) Dial out upon activation. I 2) Activate alarm notification but do not dial out. 3) Maintenance. 4) Disabled. 2. All alarms shall be logged. These shall be identified as alarm logs and shall be divided into 3 selectable orders. First order alarms shall require immediate action they shall be displayed in an alarm band on the monitor, shall sound an audible alarm, and shall activate the alarm dialing system. Second order alarms shall require attention as a part of daily operations. Third order alarms shall require attention as a part of the regular maintenance schedule. Separate logs shall be provided for each order of alarms and they shall be printed on the designated alarm printer. First order alarms shall have first priority and shall be printed immediately. All I alarms shall be displayed with a flashing image until acknowledged; at which time they shall go to reverse video. H. System shall be configured to shutdown upon low battery power alarm from the UPS. I. Backup Alarm Dialer: Provide a backup alarm dialer to the software dialer. Watchdog alarm and UPS low battery alarm shall be input to the alarm dialer. Upon failure of the computer or PLC, the I backup dialer shall be activated. The SCADA system shall also be programmed to call out on the backup alarm dialer if the software dialer is not acknowledged within a time setting (initially set at 15 minutes). J. Documentation and Licenses: 1. Complete documentation shall be provided for all software. 2. Owner shall be provided with an operating license for installation on 1 computer. A minimum I of 1 sessions shall be licensed to access the system simultaneously. K. Installation of the modem and software on the Owner's existing computer shall be coordinated with the Owner to minimize interruption of the staff. I 3.02 OPERATOR TRAINING A. A minimum of 12 hours of training shall be provided initially for the computer system. One additional 4 -hour sessions shall be provided 6 months later. Items to be covered shall include, but not be limited to: 1. SCADA computer system: I a. Hardware (including the PC). b. HMI Software. c. Remote Access Software. 1 COMPUTER SYSTEM © 2009 Bonestroo 1 000121 - 08145 -0 40 94 10 - 5 I I 1 d. Anti -Virus Software. e. Firewall Software. f. Maintenance Software. g. Alarm Dialing Software. 2. PLC Hardware, including any operator interfaces and cards installed in the computer. 3. Communication hardware (modems, radios, etc.). 4. Miscellaneous control panel hardware, such as UPS, power supplies, relays, surge suppressors, heaters, etc. 5. Field hardware. 6. Report handling and manipulating data. 7. Remote sites controls and operator interfaces screens. B. Training periods shall be performed in 4 hour increments. ! C. 3 copies of a custom, Project specific training manual shall be provided before training. The manuals shall be bound in 3 ring binders to allow the Owner to make additional copies as required. The manual shall provide a brief, Project specific outline of each of the above items with basic startup and /or troubleshooting procedures for each item. Manual shall also include a detailed description of operation of each piece of equipment or system in the facility. D. Training dates shall be coordinated with the Owner. Signed copies of the training log (included at the end of this Section), shall be completed and submitted to the Engineer for each training session. 1 1 1 1 1 1 1 i COMPUTER SYSTEM t © 2009 Bonestroo 1 000121 - 08145 -0 40 94 10 - 6 1 1 1 TRAINING LOG City of Oak Park Heights, MN Project: Water System SCADA Improvements City project number Bonestroo project number 000055 - 09160 -0 1 Date: Training topic: Attendees: 1 1 1 1 1 1 i 1 END OF SECTION 1 1 COMPUTER SYSTEM © 2009 Bonestroo i 000121 - 08145 -0 40 94 10 - 7 1 1 SECTION 40 95 10 SUPERVISORY CONTROL SYSTEM PART1 GENERAL ' 1.01 SECTION INCLUDES A. Quality Assurance. B. Control panels. C. Programmable Logic Controllers. D. Operator interface terminals. E. Uninterruptible power supplies. 1 F. Surge Protection. G. Ethernet Switches. H. Relays. I. Pilot Devices. 3. Panel Wiring. 1 K. Spare Parts. L. Installation, identification, testing, commissioning, and training. 1 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement Payment 1. All Work and costs of this Section, unless otherwise notes, shall be incidental to the Project and included in the Total Base Quote. 1 1.03 RELATED SECTIONS A. Bidding Requirements, Contracting Requirements, Division 1, and Division 26 Sections apply to all Work of Division 40. 1.04 SUBMITTALS 1 A. Provide submittals consistent with Section 01 10 00 and Section 26 05 05. B. Provide submittals for each product provided under this section. 1 C. In addition to the Section 26 05 05 requirements provide the following for the products provided under this section: 1. Operating and Maintenance Manual: SUPERVISORY CONTROL © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 1 1 1 a. Provide 3 compact disks with the PLC and HMI programs in the ladder logic format. 1) Each rung of shall be noted with a description of the control, process and devices. 2) Each tag /registry used for field device inputs and outputs shall be noted with a description of the associated field device. 3) On each disk provide one file in the original manufacturer's format. 4) On each disk provide one file saved to a PDF format. 2. Provide copies of the HMI software and OIT screens. 1.05 QUALITY ASSURANCE 1 A. The Supervisory Control System Supplier shall have experience in their respective area of Work in the successful construction and rehabilitation of at least 3 municipal water treatment SCADA systems within 3 years. B. The Supervisory Control System Supplier shall have been in business designing and implementing water system SCADA control projects that include Allen - Bradley PLC based control panels, HMI Software, MDS radios, and alarm dialing software of equal or greater size to this Project for 5 years. C. A licensed Professional Electrical Engineer shall certify design concepts established by the 1 Contractor to meet the Functional Specifications of this Section. D. Panels provided under this Section shall meet the requirements of UL -508 and shall be labeled as such. The Supervisory Control System Supplier shall maintain in -house UL -508 and UL -698A shop procedures for both open and enclosed Industrial Control Panels. E. The Supervisory Control System Supplier shall have a minimum of $1,000,000 in both product 1 liability and errors and omissions insurance. F. The Supervisory Control System Supplier shall be located within a 50 mile radius of the City of Oak Park Heights, MN. G. The Supervisory Control System Supplier shall have programmers, designers and field service personnel who are permanent, full time employees. H. The Supervisory Control System Supplier shall provide a lead field service technician assigned to the project with a minimum of five years of relevant experience. The Owner shall retain the right to request a different technician to attend to the project site at any time during the project. Upon such request, the Supervisory Control System Supplier shall provide a different technician to perform the project work within a 24 hour period. Relevant experience shall include, but not limited to, projects containing the following equipment: 1. AIIen- Bradley PLC's. 2. AIIen - Bradley Operator Interfaces. 3. SCADA PC HMI software. 4. Variable frequency drives. 5. Motor control centers. 6. Network Communications. I. The Supervisory Control System Supplier shall have a telephone number which is dedicated for support and active 24hrs a day, 7 days a week. Field service personnel shall be available 24 hours a day, 7 days a week to assist the Owner with any issue associated with the supervisory control system. If the Owner calls the dedicated support line during non - regular hours, a field technician SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 2 1 1 , shall return or respond to the call within 30 minutes. Field service personnel shall be on site to 1 perform emergency work within 4 hours of the phone call if requested by the Owner. 3. The Supervisory Control System Supplier shall maintain an inventory of all control components and I shall be equipped with all tools required to build, repair and modify the supervisory control system equipment. K. The Supervisory Control System Supplier shall provide data supporting their compliance to the I above items within 48 hours of Quote Opening. Items shall include but not limited to: 1. Three references local to the Metro area. 2. Employee Resumes. I 3. List of projects which comply with the above requirements. 4. Company information and background. PART 2 PRODUCTS I 2.01 SUPERVISORY CONTROL SYSTEM SUPPLIER I A. Base Quote supervisory control system suppliers shall be: 1. Automatic Systems - Roseville, MN. 2. Instrument Control Systems - Plymouth, MN. 1 2.02 CONTROL PANELS A. Pumphouse #1 Enclosure: 1 1. NEMA 12. 2. Wall mounted enclosure. 3. Standard ANSI 61 finish. 4. Continuous hinge and 3 -point latching system with a key - lockable handle. 1 5. Manufacturer: Hoffman, or equal. B. Pumphouse #2 Enclosure : 1. NEMA 12 2. Standard ANSI 61 finish. 3. Continuous hinge and 3 -point latching system with a key - lockable handle. 4. Manufacturer: Hoffman, or equal. I C. Water Tower #1 Enclosure: 1. NEMA 3R I 2. Standard ANSI 61 finish. 3. Continuous hinge and 3 -point latching system with a key - lockable handle. 4. Manufacturer: Hoffman, or equal. D. Water Tower #2 Enclosure: 1. NEMA 3R 2. Standard ANSI 61 finish. I 3. Continuous hinge and 3 -point latching system with a key - lockable handle. 4. Manufacturer: Hoffman, or equal. E. City Hall Enclosure: I 1. NEMA 12 2. Standard ANSI 61 finish. 3. Continuous hinge and 3 -point latching system with a key - lockable handle. 1 SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 1 00055 - 09160-0 40 95 10 - 3 1 1 4. Manufacturer: Hoffman, or equal. F. Provide power supplies, relays, pilot devices, Ethernet switches, radios and all other devices required for the system operations as specified in Section 40 90 10. q Y P p G. All control relays, timers, pushbuttons, selector switches and other devices shall be provided as specified herein and as shown on the drawings. H. Provide a Ethernet switches and other communication modules and equipment required for SCADA system communications. I. Corrosion inhibitors, Hoffman A- HC110E, or equal. J. Power fail alarm relay. K. An uninterruptible power supply (UPS) shall be provided in each control panel. 1 L. Provide Surge protection for the PLC. All I/O outside of the respective control panel building shall have surge protection. M. Provide surge protection for all communication lines which leave or enter the respective 9 P p building /structures. N. A PLC shall be provided in each enclosure as specified below. 0. A control circuit surge arrestor shall be provided for each control circuit. P. Provide fiber optic breakout box, media converters, and cables as required. Wall mounted equipment is acceptable and Contractor shall coordinate locations with Owner. Q. A 12 inch by 12 inch by 1 inch pocket inside the exterior door shall be provided for clipboard and information storage. R. Provide internal heaters with adjustable thermostat control to prevent condensation. Heaters shall be sized as required to maintain temperature required for proper operation of all components inside the panel. S. Provide the following thermal- magnetic circuit breakers: 1. Control Power- 20A,1P 2. Control panel heater(s)- 15A,1P 3. Spare- 20A1,P T. The following devices shall be mounted on the door of the Pump house #1 SCP: 1. Operator Interface Terminal (OIT) 2. Well Pump HAND -OFF -AUTO (HOA) selector switch. 3. Chlorine Booster Pump HOA selector switch. 4. Alarm acknowledge push button. 5. Alarm Horn. 6. Common alarm light. U. The following devices shall be mounted on the door of the Pump house #2 RTU: 1. Operator Interface Terminal (OIT) 2. Well Pump HAND -OFF -AUTO (HOA) selector switch. SUPERVISORY CONTROL SYSTEM 1 © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 4 t 1 3. Chlorine Booster Pump HOA selector switch. 1 4. Alarm acknowledge push button. 5. Alarm Horn. 6. Common alarm light. 1 V. The following devices shall be mounted on the door of the Water Tower #1 RTU: 1. Digital water level display. 2. Alarm acknowledge push button. I 3. Alarm Horn. 4. High level alarm light. 5. Low level Alarm light. W. The following devices shall be mounted on the door of the Water Tower #2 RTU: 1. Digital water level display. • 2. Alarm acknowledge push button. 3. Alarm Horn. 4. High level alarm light. 5. Low level Alarm light. 1 2.03 PROGRAMMABLE LOGIC CONTROLLERS (PLC): A. Pumphouse #1: I 1. Modular construction. 2. Real time calendar /clock. 3. Flash -PROM or EEPROM card for non - volatile memory backup. I 4. Backup memory module, 64MB min. 5. Ports for simultaneous connection to modems and programming terminal. 6. Programmable through a personal computer. Ability to edit program as it runs. I 7. Key switch selectable operating modes. 8. Advanced instructions, including but not limited to interrupt processing for sub - routines, floating point math, and PID. 9. Relay ladder programming language which contains integrated function block diagrams, I structured text and sequential function blocks. 10. Provide communications port, modems, communication cards, software, programming, and all required appurtenances for communications over an Ethernet I/P network. 11. Provide communications port, modems, communication cards, software, programming, and all I required appurtenances for use with the DeviceNet communication network. 12. I/O modules, chassis, and expansion racks shall be provided as required. 13. Diagnostic indicators for Run /CPU status, battery low, and status indicator for each I/O point. I 14. Noise immunity per NEMA Standard ICS2 -230. 15. Removable terminal blocks which accept up to 2 to 14 AWG wires for I/O wiring. 16. Cabling, connectors, and all required appurtenances. 17. Provide power supply and chassis space as required to accommodate a minimum of 4 1 additional I/O modules. 18. Spare I /O: a. 10 percent spare digital inputs (each type used) I b. 10 percent spare digital outputs (each type used) c. 10 percent spare analog input. d. 10 percent spare analog output. 19. Manufacturer: Base bid shall be Allen- Bradley Compact Logix I B. Pumphouse #2, Water Tower #1, Water Tower #2, City Hall: 1. Modular construction. I SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 1 00055- 09160 -0 40 95 10 - 5 I 1 1 2. Real time calendar /clock. 3. Flash -PROM or EEPROM card for non - volatile memory backup, 4. Backup memory module. 5. Programmable through a personal computer. Ability to edit program as it runs. 6. Key switch selectable operating modes. 7. Advanced instructions, including but not limited to interrupt processing for sub - routines, floating point math, and PID. 8. Relay ladder programming language which contains integrated function block diagrams, structured text and sequential function blocks. 9. Provide communications port, modems, communication cards, software, programming, and all required appurtenances for communications over the SCADA's Ethernet network and /or radio communications. 10. I/O modules shall be provided as required. 11. Diagnostic indicators for Run /CPU status, battery low, and status indicator for each I/O point. 12. Noise immunity per NEMA Standard ICS2 -230. 13. Removable terminal blocks which accept up to 2 to 14 AWG wires for I/O wiring. 14. Cabling, connectors, and all required appurtenances. 15. Provide power supply and chassis space as required to accommodate a minimum of 2 additional I/O modules. 16. Spare I /O: a. 10 percent, minimum of 2 spare digital inputs (each type used) b. 10 percent, minimum of 2 spare digital outputs (each type used) c. 10 percent, minimum of 1 spare analog input. d. Pumphouse #2: 10 percent, minimum of 1 spare analog output. 17. Panel space for a minimum of 2 future expansion I/O modules. 18. Manufacturer: Base bid shall be Allen- Bradley Micrologix 1100. 1 2.04 OPERATOR INTERFACE TERMINAL (OIT): A. Pumphouse #1 and #2: 1. 8.3 inches by 6.2 inches color active matrix TFT display, 2. Field replaceable backlight. 3. Touch screen only. 4. Battery- backed clock to timestamp critical data. 5. Executive firmware and application program stored in non - volatile flash memory. 310K runtime memory; 1008K flash memory, minimum. rY, �Y. 6. Ethernet I/P port 7. Windows base programming. 8. . Adjustable lockout for screen cleaning. 9 9. Provide all cables, connectors and required appurtenances. 10. Manufacturer: Allen-Bradley Panelview 1000, or equal. Y 2.05 UNINTERRUPTIBLE POWER SUPPLY (UPS) A. The UPS shall rovide spike, line noise, and RFI/EMI filtering. P P � / B. Double conversion true -on line configuration. C. Compatible with standby power system. D. UL Listed. 1 E. The battery shall be sized to power 115 percent of panel power requirements for 10 minutes. SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 00055-09160-0 40 95 10 - 6 1 i � 1. The battery for the EQ Basin RTU shall be sized to operate the controls and communications 1 for a minimum of 30 minutes. F. The UPS shall have an audible alarm horn which sounds on internal faults. 1 G. Internal bypass. H. Surge protection shall pass ANSI /IEEE C62.41 and C62.45, Categories A and B. I. Manufacturer: Powerware 9120, or equal. 2.06 PLC I/O SURGE PROTECTION A. I/O Surge Protection: 1. Analog surge protection: a. Manufacturer: Phoenix Contact TT -2 -PE -24DC, or equal. 2. VDC 24 discrete surge protection: a. 30V clamping voltage b. 5kA surge current capacity. c. 1nS response time. d. Manufacturer: Phoenix Contact TT -2/2 -24DC, or equal. 3. VAC 120 discrete surge protection: 1 a. 150V clamping voltage. b. 2.5kA surge current capacity. c. 25nS response time. I d. Manufacturer: Phoenix Contact PT- 2xVA- 120AC -ST, or equal. 2.07 CONTROL CIRCUIT SURGE ARRESTOR: 1 A. UL 1449 recognized. B. Diagnostic indicator, power line tracking, and filtering. 1 C. 315V peak damping voltage (L -N), 10,000 amp single pulse surge capacity. D. Manufacturer: EDCO HSP- 121 -BT1, MTL/Telematic MA15, or equal. 2.08 ETHERNET SWITCH A. Auto - sensing 10/100 Base T ports as required, minimum of 5. B. Store- and - forward architecture. 1 C. Operating Temperature: 32 to 122 degrees F. D. LED indication of each port's status. 1 E. Manufacturer: Linksys or equal. 2.09 DIGITAL DISPLAYS: 1 A. Loop Powered, 4 -20mA input. SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 7 1 B. 4 1/2 + Extra Zero Rate Display. C. Sunlight readable display D. 115 or 230 VAC power; 24 VDC power available. 1 E. 4 -20 mA, 1 -5 V, 0 -5 V or 0 to 10 V field selectable inputs. F. Calibrated and scaled to display the active tower water level. 1 G. Manufacturer: Precision Digital, or equal. 2.10 RELAYS 1 A. General purpose: 1. Plug -in relays with screw terminal base. 1 2. Dust protecting enclosure. 3. 3PDT contacts which are rated 10 amp. continuous at 240 VAC. 4. Manufacturer: Allen- Bradley Bulletin 700, Potter and Brumfield Type KRP, Square D Class 8501 Type KP, or equal. B. Power Relays: 1. DPDT or 3PDT contacts. 2. Contact Rating: Ith =30A. 3. UL Listed. 4. Manufacturer: Allen- Bradley Bulletin 700, Square D, or equal. 1 C. Timing Relays: 1. Solid state with timing ranges as shown on the Drawings. 2. Plug -in relays with screw terminal base. 3. Dust protecting enclosure. 4. Manufacturer: Allen - Bradley Bulletin 700, Square D Class 8501 Type X, or Class 9050 Type FS, or equal. 1 D. Provide surge suppression across the coils on individual relays as required by equipment manufacturers. 2.11 PILOT DEVICES A. Push - Buttons: 1. 30.5 mm, heavy duty, oil tight units. 2. Alarm acknowledge operators shall be blue. Intrusion alarm operators shall be colored as specified. 3. Manufacturer: Allen- Bradley 800T, General Electric CR104P, Square D Class 9001 Type K, Westinghouse PB1 Line, or equal. B. Selector Switches: 1. 30.5 mm, heavy duty, oil tight units. 2. Selector switches shall have knob lever operator with a white insert. 3. Manufacturer: Allen - Bradley 800T, General Electric CR104P, Square D Class 9001 Type K, Westinghouse PB1 Line, or equal. 1 C. Indicating Lights: SUPERVISORY CONTROL SYSTEM 111 © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 8 1 1 1. 30.5 mm, heavy duty, oil tight units. 2. Sunlight visible, high ambient LED with wide angle Fresnel lens. 3. Push -to -test type. 4. "RUN" lights shall be green; "FAIL" and "ALARM" lights shall be red; "CALLED FOR" lights shall ' be amber. 5. Manufacturer: Allen - Bradley 800T, General Electric CR104P, Square D Class 9001 Type K, Westinghouse PB1 Line, or equal. 1 2.12 PANEL WIRING A. Terminal blocks shall be provided for all field terminations, shall be rated 300 volts, 20 amp., and shall have self - lifting pressure wire connector. A minimum of 10 percent spare terminal blocks shall be provided. B. Stranded machine tool copper conductors with color -coded 600 volt insulation. I C. Complete wiring diagrams prepared specifically for this Project Site. All termination points shall be numbered. D. Both ends of all conductors identified with wire tags which are numbered in accordance with the wiring diagrams. 1 2.13 SPARE PARTS A. Spare fuses equal to 10 percent of those installed, but not less than 2 of each type used. 1 B. Spare relays equal to 10 percent of those installed, but not less than 2 of each type used. C. Spare lights equal to 10 percent of those installed, but not less than 2 of each type used. I D. 1 spare control circuit surge arrestor, and 2 spare fuses for each type used. 1 E. All of the above spare parts shall be delivered to the Owner: 1. Parts shall be appropriately packed and labeled for storage in 1 box. 2. Each component shall be labeled to clearly identify the component and control panel which it is to be used. ' 3. Box's label shall identify all the part(s) and shall also state "WATER SCADA SYSTEM SPARE PARTS ". PART 3 EXECUTION 3.01 INSTALLATION A. Contractor shall provide all hardware required to install equipment. The Contractor shall review the wiring diagrams for the equipment actually furnished and modify the wiring to conform to the requirements of the equipment furnished. The Contractor will not be compensated for extra labor and materials which are required to change wiring which was not confirmed with the equipment manufacturer's drawings. B. Programmable Logic Controllers shall be completely programmed by the Contractor. This shall include modification in the field to obtain the mode of operation as specified herein. Programming shall be done in such a manner as to allow complete access to the program in the future by the SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 9 1 1 1 Owner for changes and or additions. Program locks shall not be used. Complete program documentation shall be provided within the program. 1. Contractor shall demonstrate to the Owner and Engineer that CDs provided with the O&M's contain all required documentation by opening up the CD on the SCADA computer and displaying the information to the satisfaction of the Owner and Engineer. 1 C. A copy of the complete PLC program shall be saved on the respective PLC memory card. D. The PLC's shall be programmed to retain setpoint and other critical data so that the PLC will automatically resume the process controls when power is restored to the panel after a power failure. E. Provide all termination of the fiber optic cables as required for the operation of the SCADA system. 1 Provide all equipment, hardware and tools required. 3.02 OIT SCREENS 1 A. Screens shall be programmed to display each process of the water distribution system. B. Display the call, run, fail, position and other status points of each piece of equipment and alarms 1 for the associated equipment. C. Screen(s) shall allow the operator to adjust all variables and view real -time data associated with the process control. D. Screen(s) shall allow the operator to adjust all variables and view real -time data associated with the process control and equipment. E. Screens(s) shall display alarms and allow the operator to acknowledge the alarms at any location. F. Provide screens required for the system operations as specified in Section 40 90 10. G. Systems integrator shall expect approximately 4 hours of coordinating screen layouts and display options with the Owner. Systems integrator shall make programming changes to the screens as requested by the Owner /Engineer, at no additional cost to the Owner. 3.03 IDENTIFICATION 1 A. All devices shall be identified with a laminated plastic nameplate which has white lettering of not less than 3/16 inch on a black background. Nameplates shall be attached with screws. Field mounted equipment such as transmitters and sensors shall be identified with stamped, brass tags. B. Panel wiring shall be color coded using the following colors: 1. AC Circuits - red. 2. Intrinsically Safe Circuits - blue. 3. Neutral - white. 4. Ground - green. C. All wires shall be identified with the appropriate labels specified in Section 26 05 05. 3.04 TESTING AND COMMISSIONING 1 SUPERVISORY CONTROL SYSTEM 1 © 2009 Bonestroo 00055-09160-0 40 95 10 - 10 1 C. Input Power: 6 -30VDC D. Power Connector: Integral part of Power /Interface connector. 1 E. Fused internally. F. Operating Temperature: -40 to -70 degrees C. 1 G. Power Output: 1 watt H. Sensitivity: - 105dBM I. 64,000 hop patterns selected automatically. 3. Shock and Vibration: Meets MIL STD -810E. K. I/O Device Comparability: IBM compatible PC. L. Agency Approvals: 1. FCC: Part 15 FCC approved. 2. DOC: TRC -76 compliance (pending). 1 M. Base Bid Radio's shall be Microwave Data Systems - TransNET 900. 2.02 ANTENNA CABLE 1 A. Water Tower No.1: 1. 7/8 -inch foam transmission line; attenuation of 1.28dB per 100 feet at 960 MHZ; flat plane crush strength of 80 lb/in.; tensile strength of 325 lbs. 1 2. Andrew Heliax AVA5 -50, or equal. B. Other Sites: 1. 3/8 -inch foam transmission line; attenuation of 2.29dB per 100 feet at 960 MHZ; flat plane crush strength of 110Ib /in.; tensile strength of 250 lbs. 2. Andrew Heliax AVA series, or equal. C. Connectors, Superflex jumper cables, antenna cable grounding kits and hanger kits, communications line surge /lighting protection, and all related appurtenances for each Site. 2.03 ANTENNAE A. Water Tower No.1 - 10dB gain, omni - directional. 1 B. Other Sites - 7dB gain, Yagi directional. PART 3 EXECUTION 1 3.01 INSTALLATION A. Install radio(s) in respective telemetry enclosure(s). 1 B. Ground and install the radio antennae and cable per manufacturer's recommendations. RADIO COMMUNICATION © 2009 Bonestroo 00055-09160-0 40 95 64 - 2 A C. Mount antennae as detailed on the Drawings. D. Exact location of mounting hardware and routing of cable at each site shall be coordinated with the Engineer and Owner prior to installation. E. An opening shall be made in Tower No.2 for the yagi antenna. j 3.02 OPENINGS THROUGH WATER TOWER WALLS A. A 1.25" schedule 40 rigid metallic sleeve shall be inserted through the tank wall for use of the antenna cable. B. Exterior surface spot repair and re- coating: 1 1. Under the direction of the Engineer, spot repair the exterior where the coating has been damaged by structural repairs and modifications, to an SSPC -SP -6 Commercial Blast Clean. This work includes all new items and at other areas damaged by structural repairs or modifications, and MAY INCLUDE exterior coax cables. Feather edges of existing coating, at spot blasted areas, using SSPC -SP -3 Power Tool Cleaning methods. 2. Spot prime and finish coat repaired areas as specified by manufacturer. Below is a typical coating, however final coating shall be coordinated with Owner: a. The coating system shall match the existing coating system on the tower. The exterior primer shall be TNEMEC Series 66, 69 or 161 at 2.0 -4.0 mils DFT. The DFT of the primer at any individual spot measurement location shall be 2.0 mils minimum. Exterior finish coat shall be TNEMEC Series 75 at 2.0 -4.0 mils DFT. The total dry film thickness including the primer and the finish coat shall be 6.0 mils minimum -12.0 mils with an average of 9.0 mils DFT. The minimum dry film thickness of the coating at any individual spot location shall be 6.0 mils. Color shall match existing. b. Exterior coating shall be spray, brush or roller. c. Before any primer or coating is applied, metal surfaces shall be completely dry, dust free, inspected and approved by Engineer. d. No coating shall be permitted when the relative humidity is expected to exceed 85% or temperature is expected to drop below 40 degrees within 8 hours after the application of the coating. Proceed with surface preparation and coating application only when air and surface temperatures are above the manufacturer's recommendations minimum surface temperature in degrees F and below 100 degrees F, and surface temperature is at least 5 degrees above the wet bulb air temperature reading. Coating shall not be applied to dusty, wet or damp surfaces, and shall not be applied in rain, snow, fog or mist. If working conditions are questionable, the Engineer shall make the decision and the Contractor shall accept the Engineer's interpretation as final and binding. e. Prime coat must be applied within 8 hours of abrasive blasting. 3. Interior dry surface spot repair and re- coating: a. Spot blast the interior dry area of the tank at locations damaged during installation of antenna support brackets and penetrations through tower, to an SSPC -SP -6 Commercial Metal Blast. Feather edges of existing coating, at spot blasted areas, using SSPC -SP -3 Power Tool Cleaning methods. b. The coating system shall match the existing coating system on the tank. It is believed that the existing coating system is an TNEMEC Series 20 epoxy system. The DFT of teh primer at any individual spot measurement location shall be 4.0 mils minimum. Interior finish coat shall be 4.0 -6.0 mils DFT. The total dry film thickness including the primer and finish coat shall be 8.0 mils minimum -12.0 mils with an average of 10.0 mils. The minimum dry film thickness of the coating at any individual spot location shall be 8.0 mils. The color shall match the existing interior dry color. RADIO COMMUNICATION , © 2009 Bonestroo 1 00055 - 09160 -0 40 95 64 - 3 1 1 , 1 C. AWWA D100 -05 requirements: I 1. General: a. Epoxy and stud - welded attachments should not only be used for minor cable supports on horizontal surfaces. Any damage to existing coating should be repaired and attachments I should be seal welded or caulked. b. Bolted components used on the exterior of the tank or support structure should be painted, seal welded, or caulked to prevent corrosion and rust streaking. 2. Welding: I a. Welding should be in accordance with ANSI /AWWA D100 Sec. 8, Welding Sec. 10, Erection; and Sec. 11, Inspection and Testing. b. Welds should be made with E7018 electrodes or other low- hydrogen welding process and I should be free of burrs and undercuts. Welds should meet the requirements of ANSI /AWWA D100, Sec. 11. c. No welding should be performed when the ambient temperature is below 32 degrees F unless the cold weather welding requirements of ANSI /AWWA D100, Sec. 10 are followed. I d. Welded attachments to exterior surfaces and interior surfaces exposed to condensation should be seal welded to prevent rust streaking. e. Penetrations shall not intersect weld seams. Penetrations should clear existing weld seams 1 by at least 6 ". f. Welding on the exterior may damage the interior coating opposite the weld. Damage to the interior coating system should e repaired during installation, or when the tank is taken out of service. Damage to the exterior coating system should be repaired after completion 1 of the antenna installation and should be compatible with the existing coating system. 3.03 TESTING AND COMMISSIONING 1 A. Contractor shall check, test, calibrate, and put into operation all radio systems specified herein and shall demonstrate their operation to the Engineer. 1 B. Instrumentation shall be utilized as required to aim each antenna for maximum signal strength. C. Re- aiming of antennae shall be provided where need arises during the warranty period. 1 3.04 MEASUREMENT AND PAYMENT A. All Work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE 1 BID. END OF SECTION 1 1 1 1 1 RADIO COMMUNICATION © 2009 Bonestroo 1 00055 - 09160 -0 40 95 64 - 4 1 r EXISTING STARTER TO BE 1DPROVIDE 1 "C TO NEW RTU AND - - -- REPIAC€3-WflTH -VR3 fW f' , PULL EXISTING FIBER OPTIC CABLE TO THE CONTROL PANEL ., . EXISTING CONDUITS TO I I 2" NEW CITY HALL STUBBED UP 0 I ■ OUTSIDE OF PUMPHOUSE I 1 -.ROVIDE 2 CONDUITS TO NEW RTU: _ _ 0.75 "C -10 #14,1 #14G 3 1 "C -(2) 2/C #16 SHLD ` 1 e ° r— EXISTING 480/277V PANELBOARD EXISTING ',WELL PUMP NEW WELL LEVEL TRANSDUCER TO BE PROVIDED AND INSTALLED BY OWNER 0 :' 0.75"C- 2/C #16 SHLD TO NEW RTU EXISTING 208/120V PANELBOARD 1 I PUMP ROOM A101 1 I I q } 1 -'i EXISTING CHECK VALVE LIMIT SWITCH - \ \ I EXISTING PRE -CUBE 0.75 "C -2 #14,1 #14 TO NEW RTU / SOLENOID ■ 1 0.75 "C -2 #12,1 #12G TO NEW TU j : i P �- NEW PRESSURE TRANSDUCER TO :E PRO DED AND EXISTING RTU TO BE REMOVED -\ INSTALLED BY OWNER 1 i _ 0.75 "C- 2/C #16 SHLD TO NEW RTL� 1 0.75 "C- 2 /C #16 SHLD TO NEW RT I 1 0,0 I 0.75"C-2# 4,1 #14G 1 EXISTING CHLORINE BOOSTER PUMP f, HIGH TEMP ALARM i EXISTING CONDUITS -.- C> "" I ' - L TO TOWER N0.1 0.75 "C -4 #14,1 #14G TO NEW RTU 0.75"C-CATSE CABLE , - TO NEW RTU - 0.75" = -2 #174 #14,1 #12G TO NEW RTU 0.75 "C -2 #14,1 #14G 0.75 "C -4 #14,1 #14G EXISTING CHLORINE BOOSTER PUMP 1 STARTER AND DISCONNECT SWITCH EXISTING IWW 1 NEW WALL MOUNTED RTU (SCADA MASTER) ; TEMP ALARM 1 EXISTING CHLOINE RM LOW TEMP j CHLORINE ROOM ALARM 1 A102 0.75 "C -4 #14,1 #14G DOORCONTACI TO NEW RTU LOCATED IN HATCH Q 0.75 "C -2 #14,1 #14G 1 I I KEY NOTES: _.. GENERAL NOTES: 1 n 6 STRAND FIBER OPTIC CABLE WILL BE INSTALLED IN THE UNDER GROUND 1. THE PUMPHOUSE EXTERIOR IS TO BE MODIFIED UNDER THE OWNER'S NEW CITY HALL CONTRACT. CONDUIT UNDER THE OWNER'S NEW CITY HALL CONTRACT. CABLE WILL CONTRACTOR SHALL COORDINATE ALL WORK EXTERNAL TO THE BUILDING WITH THE CITY HALL BE COILED AT THE END OF THE UNDERGROUND CONDUIT RUN FOR CONTRACTORS. 1 INSTALLATION INSIDE THE PUMPHOUSE UNDER THIS CONTRACT, 2. ALL FIELD DEVICES HAVE EXISTING CONDUIT AND CONDUCTORS. THE EXISTING CONDUIT AND ID EXISTING 0.75" UNDERGROUND CONDUIT TO TOWER #1 APPROXIMATELY CONDUCTORS SHALL BE REMOVED WHERE NEW CONDUIT IS TO BE INSTALLED. 70' FROM PUMPHOUSE. CONDUCTORS ARE USED TO POWER THE EXISTING 3. WHERE NOTED ABOVE, FIELD INSTRUMENTS WILL BE PROVIDED AND INSTALLED BY OWNER UNDER A PRESSURE TRANSDUCER IN THE TOWER. REMOVE EXISTING 3 #12 SEPARATE CONTRACT. CONTRACTOR SHALL COORDINATE THE FINAL LOCATIONS OF THESE FIELD CONDUCTORS AND PULL NEW CAT5E CABLE IN CONDUIT. SEE DRAWING DEVICES WITH THE OWNER. 1 E3.03 FOR FURTHER INFORMATION. EXISTING 0.75" UNDERGROUND CONDUIT TO TOWER #1. CONDUCTORS ARE FOR THE PRESSURE TRANSDUCER LEVEL SIGNALS. REMOVE CONDUCTORS FROM CONDUIT AFTER THE NEW SCADA SYSTEM IS OPERATING AND APPROVED. O PUMPHOUSE NO.1 POWER PLAN ® FLOW METER AND ASSOCIATED CONDUIT AND CONDUCTORS TO BE A PROVIDED UNDER ALTERNATE N0.1. 0 1' 2' 4' PUMPHOUSE NO.1 POWER PLAN OAK PARK HEIGHTS FIGURE E3.01 1 WATER SYSTEM SCADA IMPROVEMENTS Bonestroo DATE 10/9/2009 2:09:44 PM COMM. 000055 - 09160 -0 1 1 7 1 A 1 T ..- L._ t 1 1 __ ....__ A IL I. TO ©Q��. EXISTING CONDUIT ---p EXISTING CLHORINE I TO EXISTING RTU BOOSTER PUMP i EXISTING PRESSURE I � _ — .._. �-- — ._ �. __- r � � � _ � P TRANSDUCER 1 f EXISTING CHLORNE - r ROOM LOW TEMP ALARM 0- EXISTING CONDUIT EXISTING CHECK ALVE EXISTING PUMP ROOM + TO EXISTING RTU 1 <; LIMIT SWITCH ( LOW TEMP ALARM II EXISTING DANFOSS VFD EXISTING CONDUIT ------..0 VLFD TO EXISTING MCC I 3 i �-- EXISTING PRELU ;E 1 "C -(2) 2/C #16 SHLD PUMP ROOM - SOLENOID III CHLORINE ROOM B102 I PROVIDE 6#14,1#14G IN EXISTING 1 "C , +s I (` -' 8101 EXISTING RTU TO BE r DOOR CANT . CT UNTED IN HATCH ABANDONED RTU 0.75' = -2 #14 1 #14G EXISTING WELL PUMP —� TO N- RTL� I MCC EXISTING WELL LEVEL _.........-0 TRANSDUCER 0. 5 "C- 214,1 #14G DOOR CONTACT M CM OUNTED IN HATCH +% /-.- HIGH TEMPERATURE ALARM I NEW WALL MOUNTED RTU : / 1 + i 3 0.75 "C -2# 14,1# 14G MCC 1.75"C-4#14,1#14G PROVIDE 3 CONDUITS TO MCC/RTU: I 0.75 "C - 6#12,1 #12G y 0.75 "C -4 #14,1 #14G 3 1.0 "C -20 #14,1 #14G i i TO NEW RTU I SE 1.5"C-(4) 2JC #16 SHLD l-0"C- ANTENNA CABLE i 1111 L _. h...._ — , 0.75 �c- 2#111#f4G TO NEW RTU •1 1 f- YAGIANTENNA D I KEY NOTES: I j FLOW METER AND ASSOCIATED CONDUIT AND CONDUCTORS TO BE PROVIDED UNDER ALTERNATE NO.1. n PROVIDE A CONDUIT MAST ANCHORED TO THE BLOCK WALL IN A MINIMUM OF 2 LOCATIONS. ANTENNA TO BE MOUNTED 20' ABOVE GRADE LEVEL. I GENERAL NOTES: 1. CONTRACTOR SHALL FIELD VERFIY ALL DIMENSIONS AND COORDINATE FINAL LOCATION OF RTU ENCLOSURE. 2. CHLORINE BOOSTER PUMP STARTER IS LOCATED IN THE EXISTING MOTOR CONTROL CENTER. 1 O PUMPHOUSE NO2 POWER PLAN 1 0 1' 2' 4' 1 1 PUMPHOUSE NO.2 POWER PLAN 1 OAK PARK HEIGHTS FIGURE E3.02 1 0 WATER SYSTEM SCADA IMPROVEMENTS Bonestroo 1 DATE 10/9/2009 1:57:53 PM COMM. 000055-09160 -0 '/ RISER / VALVE VAULT 1 I EXISTING PRESSURE I I EXISTING CATHODIC PROTECTION I I TRANSDUCER ENCLOSURE PANEL I i I I ® I Q - EXISTING CONDUITS TO \\\ PUMPHOUSE NO.1 1 I I 0 75 "C -CAT5E CABLE I I Ts PUMPHOUSE NO.1 4i* NEW / 0.75 "C -2 #12,1 #12G EXISTING PANELBOARD HATCH 7/ ANTENNA CABLE TO OMNI ANTENNA 1 1 KEY NOTES: E> PROVIDE NEW JUNCTION BOX ON EXISTING CONDUIT TO VALVE VAULT. PROVIDE 0.75 "C -2 #12,1 #12G TO PANELBOARD TO POWER THE EXISTING PRESSURE TRANSDUCER ENCLOSURE. PROVIDE SINGLE POLE 20A,1P BREAKER IN PANELBOARD. E> PROVIDE NEW JUNCTION BOX ON EXISTING CONDUIT TO VALVE VAULT. PROVIDE A 0.75"C FROM JUNCTION BOX TO NEW RTU. PROVIDE 0.75 "C- 2/C #16 SHLD, 2 #14,1 #14G TO NEW PRESSURE TRANSDUCER IN VALVE VAULT TO THE NEW RTU. REMOVE EXISTING PRESSURE TRANSDUCER EQUIPMENT INSIDE PANEL REPLACE WITH NEW PRESSURE TRANSDUCER. PATCH OPENINGS IN THE ENCLOSURE. INSTALL NEW LOW TEMP ALARM THERMOSTAT IN ENCLOSURE TO BE MONITORED BY THE NEW RTU. ® EXISTING PIPING FOR PRESSURE TRANSDUCER. REMOVE EXISTING HEAT TRACE AND PROVIDE NEW. GENERAL NOTES: 1. MOUNT NEW OMNI ANTENNA AT THE TOP OF THE TOWER. APPROXIMATE TOWER HEIGHT IS 130' ABOVE GRADE. ROUTE AND SECURE ANTENNA CABLE TO THE LADDER LEADING TO THE TOP OF THE TOWER. 2. CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONS. 3. PROVIDE 20A,1P BREAKER IN EXISTING PANELBOARD FOR NEW RTU POWER. 0 WATER TOWER NO.1 POWER PLAN 1 WATER TOWER NO.1 POWER PLAN OAK PARK HEIGHTS 'T FIGURE E3.03 WATER SYSTEM SCADA IMPROVEMENTS Bonestroo DATE 10/9/2009 2:16:02 PM COMM. 000055 - 09160 -0 • 1 1 1 YAGI ANTENNA MOUNTED 20' ABOVE GRADE. PROVIDE ' OPENING THROUGH TANK WALL AS REQUIRED. WELD 1.25' STEEL CONDUIT SLEAVE TO EXTERIOR AND ANTENNA CABLE TO INTERIOR TANK WALL SEE SPECIFICATIONS FOR NEW RTU FURTHER DETAILS. 0_ Ili, RISER ELECTRICAL ROOM 1 EXISTING PRESSURE, TRANSDUCER ENCLOSURE EXISTING RTU EXISTING PANELBOARD KEY NOTES: ri. REPLACE EXISTING RTU WITH NEW. ' ED REMOVE EXISTING PRESSURE TRANSDUCER EQUIPMENT INSIDE PANEL REPLACE WITH NEW PRESSURE TRANSDUCER. PATCH OPENINGS IN THE ENCLOSURE. INSTALL NEW LOW TEMP ALARM THERMOSTAT IN PANEL TO BE MONITORED BY THE NEW RTU. FIELD VERIFY TRANSDUCER WILL FIT INSIDE EXISTING ENCLOSURE. PROVIDE CONDUCTORS AS REQUIRED TO RTU, CONTRACTOR MAY REUSE EXISTING CONDUIT. ' GENERAL NOTES: 1. CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONS. 1 CD WATER TOWER NO.2 POWER PLAN 1 1 WATER TOWER NO.2 POWER PLAN ' OAK PARK HEIGHTS FIGURE E3.04 WATER SYSTEM SCADA IMPROVEMENTS Bonestroo DATE 10/9/2009 2:16:04 PM COMM. 000055- 09160 -0 • lg! - �• - 4.1001 / SERVER Room 0.7 • 14,1 #14G : { 245 S.F.M. / 1 ARCHIVE NOM MIMI / / I� V OTING S S.F. , 01 ELEV ri$ MACHINES I �' EQUIP ,IANI 1 I IQUI 1005 zLeaF. I 59 119 S.F. UP t ,!$ r.75 "C - 2 #12,10 #14,1 #12G STAIRC t: 0 0I4 I i iii 4 S — 55N S.F. 014 1 lo ter=.- . � • T' .__...... OLICE USE O I rI STORAGE 972 . F TRAINI ' :. 0 012 [9a9I • ROUGE ELEV, �� 75 S.F. 352 S.F. : , GA RAGE o ► .........:. .......... –_ , .J Jll g cTORAGE 1 J 072 I 0, — 9 ,: 2,. fi0 9 S,F, Q HALL .0„ 070 31 85.F. r 0.75 "C -10 #1. i. 4G WOMENS HALL �, 024 I , EVENCE OOM I I . MECHANICAL & sy JAN ELECTRICAL Emil I I 0 15F. 075 . : .21 #12G P 1' L 0, I015I _! 491 S.F. POLICE : I I 0 .7 \ 11111111111111111 EVIDENCE L .1U I 1 `.ti\ � - _ 1 11 603 S.F. KEYED NOTES: :., ., I ;:. rel 1. TELEPHONE SERVICE BACKBOARD. MOUNT ALARM DIALER ON OR NEAR BACKBOARD. Frt PROVIDE TELEPHONE CABLING AS REQUIRED FOR THE ALARM DIALER. i - i 2. SCADA RTU ENCLOSURE. COORDINATE FINAL LOCATION WITH OWNER. COORDINATE LOCATION OF FIBER OPTIC CABLE FROM PUMPHOUSE NO.1 WITH OWNER. TERMINATE I C .�- FIBER OPTIC CABLE AT RTU ENCLOSURE. Mt CHANIC ,L a 3. AUTOMATIC TRANSFER SWITCH. CONTRACTOR SHALL FIELD VERIFY LOCATION OF I e�ECrRICn� UP ,. 1 025 1 ATS. !..: .I 2,521 S... I 4. LIGHTWG PANELBQARDS. PROVIDE A 20A,1P BREAKER IN PANELBOARD FOR SCADA `� � � �.. RTU. UPDATE PANELBOARD SCHEDULE. I 6 I / I /j / ®LOWERLEVELPOWERPLA N 0 4' 8' 16' 1 CITY HALL LOWER LEVEL POWER PLAN 1 OAK PARK HEIGHTS FIGURE. E3.05 Bonestroo 1 WATER SYSTEM SCADA IMPROVEMENTS CITY HALL.DWG DATE: 10/9/2009 COMM: 00055 - 09160 -0 1 ECKBERGAti LAMMERS r4y ATTORNEYS AT LAW Stillwater Office: Writer's Direct Dial: 1809 Northwestern Avenue (651) 351 -2118 Stillwater, Minnesota 55082 Writer's E -mail: (651) 439-2878 mvierling @eckberglammers.com Fax (651) 439 -2923 November 18, 2009 Hudson Office: 2417 Monetary Boulevard Hudson, Wisconsin 54016 (715) 386 -3733 Eric Johnson Fax (651) 439 -2923 City Administrator City of Oak Park Heights www.eckberglammers.com 14168 Oak Park Boulevard North Oak Park Heights, MN 55082 Re: Water Systems SCADA Improvements — Contract Documents Our File No.: 01501 -00545 Dear Mr. Johnson: We have received and reviewed the materials as prepared by Bonestroo with regard to the four (4) sets of contract documents, powers of attorney, bonds and insurance certificates with regard to the above- referenced project. Initially upon review, we had sent the documents back to the contractor required due to some execution issues with regard to the payment and performance bonds and the power of attorney certificate from the issuer, being EMC Insurance Companies. Those documents have been returned to us with the corrections and the acknowledgments as required. We find that the same are in conformance with the statutory requirements and now approve same. I am returning all four (4) sets of documents to your offices for execution and routing. Please note in doing so, one (1) copy will need to be retained_ e *ty, one (1) to Bonestroo, and two (2) will be returned to Automatic Systems Inc. for thei fles and th of their bond consultant. If you have any questions with regard to the matte , please feeYfree to contact me directly. Y urs v truly, M J. Vierling MJV /ndf Enclosures ECKBERG, LAMMERS, BRIGGS, WOLFF tt VIERL[NG, PLLP Family Law / Divorce • Business and Commercial Law • Criminal Law • Personal Injury / Wrongful Death Estate Planning / Probate • Real Estate • Land Use Law • Mediation • Municipal Law • Civil Litigation dluteenatie .S rims eo. AUTOMATIC SYSTEMS CO. Tuesday, November 17, 2009 Mr. Mark Vierling Eckberg Lammers Briggs Wolff& Vierling 1809 Northwestern Avenue #110 Stillwater, MN. 55082 -7521 Reference: Water System SCADA Improvements City of Oak Park Heights City Project No. 000055 - 09160 -0 Contract Documents Dear Mark: In accordance with your letter dated 11/12/09, we picked up the four (4) documents from your office on the 13 and have enclosed herewith the four (4) revised documents for your review, approval, and forwarding to the City of Oak Park Heights, MN. Please have the City countersign the documents and return two (2) fully executed copies to this office. Thank you and please phone me if you have any questions or if I can be of additional assistance in any way on document completion. Sincerely, ru 4res. Automatic Systems Co. MANUFACTURERS REPRESENTATIVES • CONTROLS • MECHANICAL EQUIPMENT MAIN OFFICE: P.O. BOX 120359 ST. PAUL, MINNESOTA 55112 PHONE 651 -631 -9005 (FAX) 651 -631 -0027 ❑ BRANCH OFFICE: P.O. BOX 787 AMES, IOWA 50010 PHONE 515 - 2324770 (FAX) 515 - 232 -0795 11/12/2009 18:16 ECKBERG LAW 4 4390574 NO.030 D001 ECKBERGssa, LA HERS ATTORNEYS AT LAW 1809 Northwestern Avenue, Suite 110 Stillwater, Minnesota 55082 (651) 439 -2878 Fax (651) COVER SKEET r- EA.0 RULE TRANSMISSION www,eckberglammers.com DATE: 6') Please deliver the following to: r, � P�fs � � c � i� S ' � NAME: FAX NO: 4 - C)". FROM: -- 1.e•-• V L..CsL • TOTAL NUMBER OF PAGES , INCLUDING COVER SHEET. A NOTE & /.COMM b c Q 1/4) 60,1W • *********** HARD COPY WILL WILL NOT FOLLOW BY MAIL • • The Inglis comprising this Au:siatile ttnsmission contain MadarHa[ infers-aim from SCIBERG, t.AMME S BRIGGS, WOOF & VlERJ1NG• This infotmatio is intended solely for use, by the individual or entity named as the recipient hereof If you are not the intended recipient, be aware that any disclosure, copying, distrtbutioo, or Use of the contents of this transmission is prohibited. If you have reoaivcd this transmission in error, please notify us by telephone immediately so We may arlmlge to retrieve this transmission at no cost to you. Violation of this confidentiality notice could constitute a basis for a claim for damages against the violafi n. If you received this communication in error, pleas* immediately notify us by telephone at (651) 439 -2878. IF YOU DO NOT RECEIVE ALL OF THE PAGES, PLEASE CALL US BACK AS SOON AS POSSIBLE AT 651.4392878 ECKBERG. LAMMERS. BRIGGS, WOLFF a VIERLING, FLLP Family taw / Divorce • Business and Cornrrlencial Law • Criminal Law • Personas injury /Wrongful Death Fstata Piannina ! Prnhata • post Crt•O • 1 saw* Iles 1 mw • Mrxli • Munk:ir» 1 aw • Civil Litigation 11/12/2009 18:16 ECKBERG LAW 4 4390574 NO.030 9002 ECKBERG LA.MMLERS I�!' ! ATTORNEYS AT LAW Stillwater Office: Writer's Direct Dial: 1609 Northwestern Avenue (651) 351 -2118 Stillwater, Minnesota 55082 Writer's E-mail: (651) 439 -2878 mvierling @eckberglammers.com Fax (651) 439 - 2923 November 12, 2009 Hudson Office: 2417 Monetary Boulevard Hudson, Wisconsin 54016 (715) 386 -3733 VIA FACSIMILE Fax (651) 439 -2923 (651) 631 -0027 wvm,eckberg)ammerscorn Mr. Bruce Wirth, President Automatic Systems Co. P.O. Box 120359 St. Paul, MN 55122 Re: Water System SCADA Improvements City of Oak Park Heights City Project No.: 000055- 09160 -0 Contract Documents Our File No.: 01501 -00545 Dear Mx. Wirth: This office, as City Attorneys for the City of Oak Park Heights, has reviewed the contract documents as executed by your offices, and forwarded to us for our review following the directive of the City Engineering office and consultant, Bonestroo. In reviewing the documents as you have supplied them, we find that the bonds appended thereto, as well as the authority for the Power of Attorney for the bond signor is deficient in the following respects: 1.) there is lacking or has been missed, an acknowledgment page for both yourself, as well as the bonding representative, Ms. Joyce O. Herbert. Those signatures need to be acknowledged by way of Notary Public, with appropriate Notary attached to each one of the copies of the contract 2.) I also note that with regard to the Certificate of Authority, Individual Attomey - in - Fact Certificate from EMC Insurance Companies, that there is no date inserted in the bottom portion of the form, merely the year 2009. We require the entire date be inserted therein, and that the same be within 3 business days of the date of execution of the contracts by your offices which ostensibly have been dated November 11, 2009. I will either return these documents to you at your request, or whereupon you can reassemble them with the proper documentation and forward them; otherwise you can provide me directly with the acknowledgment page and substituted Certificate of Authority Individual Attorney -in -Fact, to be inserted into the four (4) contract documents directly. ECKBERG, LAAMMERS. BRIGGS. WOLFF F VIERLING, FLLP Family Law 1 Divorce • Business and Commercial Law • Criminal Law • Personal Injury / Wrongful Death Estate Planning i Probate • Real Estate • Land Use Law - Mediation • Municipal Law • Civil Litigation 11/12/2009 19:16 ECKBERG LAW - 4390574 NO.030 P003 If you have any questions, please feel free to contact me directly. Yours very truly, Yap. V-- j c.) [-A;Ir Mark J. Vierling MJV(ndf cc: Eric Johnson, City Administrator 2335 Highway 36 W St. Paul, MN 55113 Tel 651 - 636 -4600 Fax 651 - 636 -1311 www.bonestroo.com October 20th, 2009 Bonestroo Mr. Andy Kegley City of Oak Park Heights 14168 Oak Park Boulevard North P.O. Box 2007 Oak Park Heights, MN 55082 -2007 Re: City of Oak Park Heights, MN Water Systems SCADA Improvements Quote Summary Bonestroo File No. 000055- 09160 -0 Dear Mr. Kegley: Attached are quotations received for the Water System SCADA Improvements. A summary of the quotes is as follows: Automatic Systems Company: Total Base Quote - $93,200.00 Alternate No. 1 - $2,740.00 Total Quote - $95,940.00 Instrument Control Systems: Total Base Quote - $116,778.00 Alternate No. 1 - $7,143.00 Total Quote - $123,921.00 The quotes have been reviewed and found to be in order. The low base quote on the Project was from Automatic Systems Company with a Total Base Quote of $93,200.00. Shown below is the alternate quote item that was included in the project. Cost is from the low quote provider, Automatic Systems Company. Alternate No. 1: Flow Meter Head Replacement. Adder to base quote of $2,740.00 After discussing the alternate with the City staff, it is our recommendation to include Alternate No. 1 in the project. The adjusted Total Quote is therefore $95,940.00. St. Paul St. Cloud Rochester Milwaukee Chicago Engineering Planning innovation City of Oak Park Heights Page 2 Water Systems SG4DA Improvements - Quote Summary October 20, 2009 If the City Council wishes to award the Project to the low Bidder, then Automatic Systems Company should be awarded the Project on the Total Adjusted Quote Amount of $95,940.00. Should you have any questions, please feel free to contact me at (651) 967 -4627. Sincerely, BOLS Aaron Mueller, PE Project Manager 651- 967 -4627 Enclosure copy: Eric Johnson - City of Oak Park Heights Chris Long - Bonestroo Mark Hanson - Bonestroo DOCUMENT 00 41 10 - QUOTE FORM Water System SCADA Improvements Oak Park Heights, Minnesota File No. 000055- 09160 -0 Quote Due: Tuesday, October 20, 2009, at 11:00 A.M., C.D.S.T. Submit to: Mr. Aaron Mueller Bonestroo 2335 West Highway 36 St. Paul, MN 55113 ITEM UNIT QTY COST TOTAL BASE QUOTE 1. Water System SCADA Improvements LS 1 $93,200.00 ALTERNATE NO.1 1. Flow Meter Head Replacement LS 1 $2,740.00 Total Quote $95,940.00 Company Name: Automatic s'ems Co. Signature: �i � �s' 1 -( _ ..�. Printed Na le of Signer: Lane Stewart Title: General Manager plEgET r i d i 2009 By _ - QUOTE FORM © 2009 Bonestroo 1 000055 - 09160 -0 00 41 10 10/20/2009 10:40 7635592187 ICS PAGE 02/02 1 1 DOCUMENT 00 4110 - QUOTE FORM Water System SCADA Improvements Oak Park Heights, Minnesota File No. 000055- 09160 -0 Quote Due: Tuesday, October 20, 2009, at 11;00 A.M., C.D.S.T. Submit to Mr. Aaron Mueller Bonestroo 2335 West Highway 36 St. Paul, MN 55113 ITEM UNIT QTY COST TOTAL BASE QUOTE 1. Water System SCADA Improvements LS 1 c. - ___ 1 1717/.° ° ALTERNATE NO.1 1. Flow Meter Head Replacement LS 1 4 `7 1 1 Total Quote . i \a , 1 Company Name. vcst vii.e v Co m \ S y S e01 S: 11 C Signature: Printed Name of Signer: J c4,'�,rRyt. ill/ tij i P k Title: r ( r 1' �. ` -ca •e VIt 1:) g T 2.►;9 QUOTE FORM 0 2009 Bonestroo 1 000055 - 09160 -0 00 41 10 . b 2335 Highway 36W St. Paul, MN 55113 Tel 651 - 636 -4600 Fax 651- 636 -1311 www.bonestroo.com R� OCT ., Bonestroo October 9, 2009 co), op - 06 9 p' hil �� T / �'M Mr. Jeff Martin Instrument Control Systems, Inc. 13005 16th Avenue North, Suite 100 Plymouth, MN 55441 Re: City of Oak Park Heights, MN Water Systems SCADA Improvements Request for Quote Bonestroo File No. 000055 - 09160 -0 Dear Mr. Martin: The City of Oak Park Heights is requesting Quotations for a Water Systems SCADA Improvements project. The project consists of replacing their existing Autocon system with a new SCADA system which will use new PLC's, spread spectrum radios and Ethernet communications. Quotations are due in our office by 11:OOam, October 20th, 2009. Quotations may be faxed, emailed or mailed. Thank you again for your consideration in providing a quotation for this project. Yours very truly, BON TRO ' Aaron M eller, P. . Enclosures cc: Mr. Andy Kegley - City of Oak Park Heights Mr. Eric Johnson - City of Oak Park Heights Mr. Chris Long - Bonestroo St. Paul St. Cloud Rochester • Milwaukee Chicago Engineering Planning Innovation A • 2335 Highway 36 W St. Paul, MN 55113 Tel 651 - 636 -4600 Fax 651 - 636 -1311 www.bonestroo.com Bonestroo October 9, 2009 Mr. Bruce Wirth Automatic System Company 2400 West County Road D Roseville, MN 55113 Re: City of Oak Park Heights, MN Water Systems SCADA Improvements Request for Quote Bonestroo File No. 000055 - 09160 -0 Dear Mr. Wirth: The City of Oak Park Heights is requesting Quotations for a Water Systems SCADA Improvements project. The project consists of replacing their existing Autocon system with a new SCADA system which will use new PLC's, spread spectrum radios and Ethernet communications. Quotations are due in our office by 11:OOam, October 20 , 2009. Quotations may be faxed, emailed or mailed. Thank you again for your consideration in providing a quotation for this project. Yours very truly, r Aaron Mueller, P.E. Enclosures cc: Mr. Andy Kegley - City of Oak Park Heights Mr. Eric Johnson - City of Oak Park Heights Mr. Chris Long - Bonestroo St. Paul St. Cloud Rochester Milwaukee Chicago Engineering Planning Innovation Memorandum Bonestroo To: Eric Johnson Project: Water System SCADA 2335 Highway 36 W Andrew Kegley Improvements Date: 10/01/09 St. Paul, MN 55113 From: Aaron Mueller Tel 651-636-4600 Cc: CWL2, MAH, BGS Client: Oak Park Heights Fax 651- 636 -1311 Re: Water System SCADA Improvements — www.bonestroo.com Cost Estimates File No: 000055 - 09160 -0 We have reviewed the 90% complete construction documents with a local Contractor. The construction estimate provided by the local contractor is $92,000 for total base quote construction cost, and an additional $6,000 for Alternate No. 1 which includes the flow meter head replacement. Therefore, because the construction costs are under $100,000, we will be issuing the construction documents for quotes to a minimum of two contractors upon the City's approval. Per the standard contract between Bonestroo and the City of Oak Park Heights, on projects under $100,000 our design and construction services are to be charged at an hourly rate. Construction services will provide quoting, assistance to contractor's questions, submittal reviews, construction observation, startup services, and development of punch lists. The project schedule is noted below: • October 9 2009 — Issue plans and specifications for quotes. • October 20 2009 — Receive and review contractor quotes. • October 27 2009 — Approval of quotes at the council meeting. • March 1s 2009 — Project Completion The total estimate for engineering design and construction costs is $16,460 and is noted below: Design $8,600 Construction Services 7,860 Total Engineering Costs $16,460 Please don't hesitate to contact me at any time with any of your questions or concerns. Thank you again for giving us the opportunity to work with you on this project. Attachments: Draft - Water System SCADA Improvements Construction Documents K: \55 \55091600\ Communications \Correspondence \ohnson_ARM ^Water System SCADA Improvements Estimates 10- 1- 09.docx 1 of 2 4• Bonestroo Letter of Transmittal 2335 Highway 36 W St. Paul, MN 55113 To: Eric Johnson, Andrew Kegley Tel 651- 636 -4600 Fax 651- 636 -1311 Date: 10/2/09 We are sending you: www.bonestroo.com ® Attached ❑ Under Separate Cover Project: Water System SCADA ❑ Shop Drawings ❑ Specifications ❑ Drawings Improvements ❑ Copy of Letter ❑ Change order ❑ Samples File No: 000055 - 09160 -0 0 Copies Description Code 1 Cost Estimate Memorandum 2 2 Project Manual 2 These are transmitted: (See Code) 1. For approval 5. Approved 9. Not reviewed 2. For your use 6. Approved as noted 10. 3. As requested 7. Revise and Resubmit 4. For review and comment 8. Rejected Remarks: Signed: Chris Long cc: ARM, MAH, BGS. Document2 S ` dv Oak Park Heights, MN SCADA system �� g Y Design Questionnaire Sept., 2009 1. Project Understanding A. What utilities /systems will be tied into the SCADA system: 1) Pumphouse #1 2) Pumphouse #2 3) Water Tower #1 4) Water Tower #2 5) SCADA PC at City Hall 6) - Future Lift Stations - B. What points are to be monitored? 1) Pumphouse #1: a) Well Pump VFD Running b) Well Pump VFD Fault c) Well Pump VFD Required d) Well Pump VFD Speed Feedback (4 -20mA) e) Well Pump VFD Speed Control (4 -20mA) f) Monitor HOA switch position? g) Draw Down Level (4 -20mA) - Future - (preference on display pump floor distance, elevation, etc..) (a) When will this be installed? h) Flow Meter (4 -20mA) - Future - i) Door Contacts - How to control Security? j) Floor Flood Alarms? k) Temperature Alarms (High, Low)? -When will new VFD be installed? - 2) Pumphouse #2: a) Well Pump VFD Running b) Well Pump VFD Fault c) Well Pump VFD Required d) Well Pump VFD Speed Feedback (4 -20mA) e) Well Pump VFD Speed Control (4 -20mA) f) Monitor HOA switch position? g) Draw Down Level (4 -20mA) - Future - (preference on display pump floor distance, elevation, etc..) h) Flow Meter (4 -20mA) - Future - i) Door Contacts - How to control Security? j) Floor Flood Alarms? k) Temperature Alarms (High, Low)? C: \Users \1765\Desktop \Oak Park Heights SCADA System Questionaire.doc 9/28/2009 3) Tower #1 a) Pressure Xducer (4 -20mA) (a) Shielded Cable to Pumphouse #1 through existing conduit - verify - (antenna cable also) (b) Add RTU and run Fiber to Pumphouse #1? (c) - Existing or new pressure xducer ? - b) Low temp alarm? 4) Tower #2 a) Pressure Xducer (4 -20mA) (a) - Existing or new pressure xducer ? - b) Low temp alarm? 1. Control: a. See attached specification i. How should VFD speed be controlled/entered. ii. Ramp up and Ramp down by PLC or VFD? iii. What modes of control would the City like? 1. Tower Level? 2. Match a flow rate? b. Review existing systems. 1. Problems /concerns with the existing system? 2. Features that would like to keep? D. Expectations of new system. 1. SCADA system outline: A. HMI Software. 1) RS View (Allen- Bradley) 2) Wonderware (GS Systems) B. Communication Media 1) Telephone 2) Radio a) Spread Spectrum b) Ethernet 3) Ethernet (fiber optic) a) To City Hall A. Alarming Software C: \Users \1765\Desktop \Oak Park Heights SCADA System Questionaire.doc 9/28/2009 1) SCADA1arm 2) Backup dialer - verify location - 4. Next Steps A. Software demos ?: a) Location (City or Vendor office) IGH (Not Wed. or Thursday Morning) b) Any preferred suppliers? ASC C: \Users \1765\Desktop \Oak Park Heights SCADA System Questionaire.doc 9/28/2009 1 SECTION 40 94 10 COMPUTER SYSTEM PART 1 GENERAL 1.01 SECTION INCLUDES A. Computer hardware. B. Computer software. C. Uninterruptible Power Supply (UPS). D. Installation, programming, and training. 1.02 RELATED SECTIONS A. Bidding Requirements, Contracting Requirements, and Division 1 Sections apply to all work of Division 26. B. Section 16790 - Radio System. C. Section 16901 - Control Equipment. D. Section 16902 - Supervisory Control System. 1.03 SUBMITTALS A. Product data sheets for all software specified herein. B. Description of computer system operation, including but not limited to input/output functions, control capabilities, configuration procedures, etc. C. Dimensional data and arrangement drawings on all computer system components. D. Preliminary graphic screens and reports. This submittal shall occur prior to shipment of the system. E. Training Manuals: This submittal shall occur prior to operator training. F. Operation and Maintenance Manuals. 1.04 SOFTWARE MANUFACTURER A. The manufacturer of the software shall have installed similar software systems in municipal water and wastewater facilities for the last 5 years. PART 2 PRODUCTS 2.01 COMPUTER SYSTEM SOFTWARE COMPUTER SYSTEM © 2009 Bonestroo 1 000121 - 08145 -0 40 94 10 - 1 N A. The following software is the minimum required and not inclusive. All software provided shall be of the latest version and shall be 32 bit. Ancillary software packages required to provide complete system functionality of all hardware shall be provided. B. Real -Time Data Acquisition and Process Control Software: 1. Windows based object oriented, graphical man - machine interface application generator for supervisory control and data acquisition with the following features: a. Object oriented graphics. b. Ability to import .DXF and .WMF files. c. Animation links with capability to animate .DXF files. d. Data sharing capability with other Windows packages via DDE, ODBC, and OLE. e. Network ready. f. Real -time database. g. Real -time and historical trends. h. Easily configured and prioritized alarms. i. Supports logical and mathematical expressions. j. Script editor. k. User -based security. I. On -line configuration. m. Windows printing /documentation. n. Available tag names 32,000, 1,500, 300, 150. 2. Base Bid Software shall be RS View by Rockwell or InTouch by Wonderware The package shall include toolkits and optional features as required to provide complete system functionality as specified herein. C. Alarm Management /Dialing Software: 1. Proven integration with the Real Time Data Acquisition and Process Control Software. 2. Unlimited phone book definitions and alarm groups. 3. Archive alarms and inquiries for historical documentation. 4. Remote notification of selected critical alarms by phone and pager. 5. Custom recorded voice messages and priority calling. 6. Full support of 32 bit applications. 7. Base Bid Software shall be SCADA alarm. Provide all necessary modem and dialing requirements. D. Windows XP Professional based operating system. Operating system shall be compatible with the Real Time Data Acquisition and Process Control Software. E. Microsoft Office Suite (including at a minimum Word, Excel, and Access). Office suite shall be the most current edition at time of order. F. Anti -Virus Software: Norton, McAfee, or equal. G. Firewall Software: Norton Personal Firewall, McAfee Personal Firewall Plus, or equal. H. Remote Communications Software: PC Anywhere, LapLink or RADMIN. 2.02 HARDWARE ALLOWANCE A. An allowance of $12,500 shall be reserved for the purchase of 1 desktop computer, monitors, printers, modems, and surge strips, as required for the SCADA System, Security System, and shall be included in the Lump Sum Bid. (Operating System, Anti - Virus, and Microsoft Office Suite Software shall be considered as included in this allowance). COMPUTER SYSTEM © 2009 Bonestroo 1 000121 - 08145 -0 40 94 10 - 2 B. This amount is totally available to the Owner. C. The Contractor shall completely coordinate the selection, ordering, and delivery of the equipment. The hardware shall not be purchased until such time where the Contractor is immediately ready to load the SCADA Software and commence programming. The Contractor shall submit a bill of materials and invoice from the computer manufacturer (Le. Gateway, Micron, Dell, etc.) for approval prior to purchasing the hardware. D. The allowance shall be used to cover the cost of the hardware, sales tax, and delivery. If the cost is less than the allowance, the difference shall be credited to the Owner in the form of a Deduct Change Order. The actual invoice shall be submitted subsequent to purchase to verify hardware costs. E. Any costs for equipment installation labor, set up, cables, connectors, overhead and profit, and all other equipment necessary for a complete and functional installation is to be figured over and above the allowance amount. F. Actual hardware purchased will vary with what is readily available at the time of purchase, but in general, the allowance will be used to purchase the following: 1. 1 personal computers (Micron, Gateway, Dell, or approved equal) with the following features: a. Pentium or AMD based processor. Clock speed and bandwidth shall be consistent with latest technology at time of order. b. DDR RAM and hard drive with capacity consistent with the latest technology at time of order. c. CD /DVD- Recordable /ReWriteable Drive. d. AGP Graphics Accelerator Card, RADEON or Nvidea with TV -out and DVI. e. USB, parallel and serial ports as required. f. Mouse and enhanced soft click keyboard. g. Internal 56K capable modem. h. Ethernet network interface card. i. Speakers, sound card, and related appurtenances as required. 2. Flat Panel Monitors: One 19 -inch LCD: a. Resolution: 1,280 by 1,024. b. Minimum contrast ratio 500:1. c. Pitch: 0.294 mm dot. d. Brightness: 300 cd /m2 minimum. e. Response Time: 25 ms maximum. f. Anti -glare coating. g. Energy Star compliant. PART 3 EXECUTION 3.01 INSTALLATION A. All programming for the SCADA system shall be provided by the Contractor. Programming shall be done in such a manner as to allow complete access to the program in the future by the Owner for changes and or additions. Program locks shall not be used. Complete program documentation shall be provided within the program. A complete, fully commented hard copy (print out) of the program plus a complete, fully documented copy on compact disk shall be provided. B. A preliminary submittal (3 copies) of graphics screens and reports shall be provided for review by the Owner and Engineer. Modifications to control sequences, displays, set points, trends, reports, maintenance logs, and related features shall be expected during the review period, acceptance COMPUTER SYSTEM © 2009 Bonestroo 1 000121 - 08145 -0 40 9410 - 3 testing, and startup. These modifications shall be considered incidental to the Project. Programming shall include but is not limited to the following: 1. Complete data base building all I/O specified and shown on the Drawings. 2. Real time display of input data. 3. Graphics. 4. Alarm logging. 5. Trending for each analog input. 6. Printouts. 7. Daily, weekly, monthly, and yearly reports. The start and stop times for all reports shall be operator adjustable. 8. Event logging (pump run times, pump start, and stop times). C. Graphic Displays: 1. Main screen shall be a system block diagram which shows a map of the City, including all RTU sites. The map shall be approved by the City and shall show the entire area of the City of Oak Park Heights. Future additions to the SCADA system will occur and the map shall be chosen so that new sites can be added without increasing the map view area. 2. A pop down menu shall be provided for each Site (including future sites) on the main screen, which allows the operator to select that site and then choose from the following menu items: a. Graphic display of the selected site which will show an accurate pictorial section of the site; all related flows, levels, and pressures; flow totals; run time and run status for each piece of equipment and status of each point monitored at the Site. Pump runtime screen which shall show individual runtimes for all pumps in the system. These shall be viewable in digital, bar graph, line graph, and pie graph forms. b. Alarm screen which shows the status of all alarms. This screen shall have a check box to enable or disable any alarm from being called out on the SCADAIarm software. If the alarm is disabled, the alarm shall show on the alarm screen but shall not call out. 3. Report Screens: a. In as much as possible, all reports shall use real -time automatically generated data. Reports shall use manually entered data where real time data is not available. b. Flows: 1) Daily, monthly, quarterly, and annual flow totals for each flow meter in the system. 2) Department of Natural Resources - Water Appropriation Reports for each well. 3) Metropolitan Council Wastewater Services - Survey of Sewer Use Data Report. c. Pressure /Levels - Trends showing pressures or levels throughout an operator selectable time period for each pressure and level transmitter in the system. d. Well Levels - Trends showing well levels throughout an operator selectable time period for each well in the system plus 5 future wells. Screen shall also display which wells are running during the selected time period. e. Chemical Usage: 1) Provide separate reports for usage of each chemical in the water treatment facility. 2) Minnesota Department of Health - Fluoridation Monthly Report. f. Monthly electrical usage reports for KWH readings each day of the month and monthly KW demand readings for each facility. The water treatment facility report shall use real time data from the digital metering panel in the service entrance switchboard. g. Trend(s): Trends shall show values throughout an operator selectable period for each analog input in the system. Trends requiring different units shall be presented on different trending charts. 4. 16 hours of Owner selected menu items and screens shall be provided and shall be created in conjunction with the Owner during training. D. Logs: COMPUTER SYSTEM © 2009 Bonestroo 000121-08145-0 40 94 10 - 4 1. The start /stop times of each piece of equipment and all alarms shall be logged with time and date stamping. 2. Operator shall be able to select which events are printed on the event printer. E. Alarms: 1. Alarm management /dialing software shall be programmed in conjunction with the data acquisition software to provide all required alarm management: a. Alarm screen shall be provided to show the status of each alarm. b. Alarms shall be specific (i.e.: location, equipment, specific alarm,) and be recorded using a real human voice. c. The operator shall have the ability to designate the following response to each alarm: 1) Dial out upon activation. 2) Activate alarm notification but do not dial out. 3) Maintenance. 4) Disabled. 2. All alarms shall be logged. These shall be identified as alarm logs and shall be divided into 3 selectable orders. First order alarms shall require immediate action they shall be displayed in an alarm band on the monitor, shall sound an audible alarm, and shall activate the alarm dialing system. Second order alarms shall require attention as a part of daily operations. Third order alarms shall require attention as a part of the regular maintenance schedule. Separate logs shall be provided for each order of alarms and they shall be printed on the designated alarm printer. First order alarms shall have first priority and shall be printed immediately. All alarms shall be displayed with a flashing image until acknowledged; at which time they shall go to reverse video. F. System shall be configured to shutdown upon low battery power alarm from the UPS. G. Backup Alarm Dialer: Provide a backup alarm dialer to the software dialer. Watchdog alarm and UPS low battery alarm shall be input to the alarm dialer. Upon failure of the computer or PLC, the backup dialer shall be activated. The SCADA system shall also be programmed to call out on the backup alarm dialer if the software dialer is not acknowledged within a time setting (initially set at 15 minutes). H. Documentation and Licenses: 1. Complete documentation shall be provided for all software. 2. Owner shall be provided with an operating license for installation on 1 computer. A minimum of 1 sessions shall be licensed to access the system simultaneously. I. Installation of the modem and software on the Owner's existing computer shall be coordinated with the Owner to minimize interruption of the staff. 3.02 OPERATOR TRAINING A. A minimum of 20 hours of training shall be provided initially for the computer system. Two additional 4 -hour sessions shall be provided 6 months later. Items to be covered shall include, but not be limited to: 1. SCADA computer system: a. Hardware (including the PC). b. HMI Software. c. Remote Access Software. d. Anti -Virus Software. e. Firewall Software. f. Maintenance Software. COMPUTER SYSTEM © 2009 Bonestroo 000121-08145-0 40 94 10 - 5 g. Alarm Dialing Software. 2. PLC Hardware, including any operator interfaces and cards installed in the computer. 3. Communication hardware (modems, radios, etc.). 4. Miscellaneous control panel hardware, such as UPS, power supplies, relays, surge suppressors, heaters, etc. 5. Field hardware specified in Section 16901. 6. Development of maintenance reports and additional screens. B. Training periods shall be performed in 4 hour increments. C. 3 copies of a custom, Project specific training manual shall be provided before training. The manuals shall be bound in 3 ring binders to allow the Owner to make additional copies as required. The manual shall provide a brief, Project specific outline of each of the above items with basic startup and /or troubleshooting procedures for each item. Manual shall also include a detailed description of operation of each piece of equipment or system in the facility. D. Training dates shall be coordinated with the Owner. Signed copies of the training log (included at the end of this Section), shall be completed and submitted to the Engineer for each training session. 3.03 MEASUREMENT AND PAYMENT A. All Work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. COMPUTER SYSTEM © 2009 Bonestroo 1 000121 - 08145 -0 40 94 10 - 6 TRAINING LOG City of Project City project number BRAA project number Date: Training topic: Attendees: END OF SECTION COMPUTER SYSTEM © 2009 Bonestroo 1 000121- 08145 -0 40 94 10 - 7 SECTION 40 95 10 SUPERVISORY CONTROL SYSTEM PART 1 GENERAL 1.01 SECTION INCLUDES A. Quality Assurance. B. Control panels. C. Programmable Logic Controllers. D. Operator interface terminals. E. Uninterruptible power supplies. F. Surge Protection. G. Ethernet Switches. H. Relays. I. Pilot Devices. J. Panel Wiring. K. Spare Parts. L. Installation, identification, testing, commissioning, and training. 1.02 RELATED SECTIONS A. Section 26 05 05 — Basic Electrical Materials and Methods. B. Section 40 90 10 — SCADA System Description 1.03 SUBMITTALS A. Provide submittals consistent with Section 01 33 00 and Section 26 05 05. B. Provide submittals for each product provided under this section. C. In addition to the Section 26 05 05 requirements provide the following for the products provided under this section: 1. Operating and Maintenance Manual: a. Provide 3 hard (paper) copies of the PLC program in the ladder logic format. 1) Each rung of shall be noted with a description of the control, process and devices. 2) Provide a descriptive list of each tag used for field device inputs and outputs. b. Provide copies of the PLC program saved to 3 different compact disks: SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 00055-09160-0 40 95 10 -1 1) Each rung of shall be noted with a description of the control, process and devices. 2) Each tag /registry used for field device inputs and outputs shall be noted with a description of the associated field device. 1.04 QUALITY ASSURANCE A. The Supervisory Control System Supplier shall have experience in their respective area of Work in the successful construction and rehabilitation of at least 3 municipal water treatment SCADA systems within 3 years. B. The Supervisory Control System Supplier shall have been in business designing and implementing water system SCADA control projects that include Allen- Bradley PLC based control panels, HMI Software, MDS radios, and alarm dialing software of equal or greater size to this Project for 5 years. C. A licensed Professional Electrical Engineer shall certify design concepts established by the Contractor to meet the Functional Specifications of this Section. D. Panels provided under this Section shall meet the requirements of UL -508 and shall be labeled as such. The Supervisory Control System Supplier shall maintain in -house UL -508 and UL -698A shop procedures for both open and enclosed Industrial Control Panels. E. The Supervisory Control System Supplier shall have a minimum of $1,000,000 in both product liability and errors and omissions insurance. F. The Supervisory Control System Supplier shall be located within a 50 mile radius of the City of Oak Park Heights, MN. G. The Supervisory Control System Supplier shall have programmers, designers and field service personnel who are permanent, full time employees. H. The Supervisory Control System Supplier shall provide a lead field service technician assigned to the project with a minimum of five years of relevant experience. The Owner shall retain the right to request a different technician to attend to the project site at any time during the project. Upon such request, the Supervisory Control System Supplier shall provide a different technician to perform the project work within a 24 hour period. Relevant experience shall include, but not limited to, projects containing the following equipment: 1. Allen- Bradley PLC's. 2. Allen- Bradley Operator Interfaces. 3. SCADA PC HMI software. 4. Variable frequency drives. 5. Motor control centers. 6. Network Communications. I. The Supervisory Control System Supplier shall have a telephone number which is dedicated for support and active 24hrs a day, 7 days a week. Field service personnel shall be available 24 hours a day, 7 days a week to assist the Owner with any issue associated with the supervisory control system. If the Owner calls the dedicated support line during non - regular hours, a field technician shall return or respond to the call within 30 minutes. Field service personnel shall be on site to perform emergency work within 4 hours of the phone call if requested by the Owner. SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 2 • 1. Digital water level display. 2. Alarm acknowledge push button. 3. Alarm Horn. 4. High level alarm light. 5. Low level Alarm light. 6. Security pushbuttons. V. The following devices shall be mounted on the door of the Water Tower #2 RTU: 1. Digital water level display. 2. Alarm acknowledge push button. 3. Alarm Horn. 4. High level alarm light. 5. Low level Alarm light. 6. Security pushbuttons. 7. OIT? 2.03 PROGRAMMABLE LOGIC CONTROLLERS (PLC): A. Pumphouse #1: 1. Modular construction. 2. Real time calendar /clock. 3. Flash -PROM or EEPROM card for non - volatile memory backup. 4. Backup memory module, 64MB min. 5. Ports for simultaneous connection to modems and programming terminal. 6. Programmable through a personal computer. Ability to edit program as it runs. 7. Key switch selectable operating modes. 8. Advanced instructions, including but not limited to interrupt processing for sub - routines, floating point math, and PID. 9. Relay ladder programming language which contains integrated function block diagrams, structured text and sequential function blocks. 10. Provide communications port, modems, communication cards, software, programming, and all required appurtenances for communications over an Ethernet I/P network. 11. Provide communications port, modems, communication cards, software, programming, and all required appurtenances for use with the DeviceNet communication network. 12. I/O modules, chassis, and expansion racks shall be provided as required. 13. Diagnostic indicators for Run /CPU status, battery low, and status indicator for each I/O point. 14. Noise immunity per NEMA Standard ICS2 -230. 15. Removable terminal blocks which accept up to 2 to 14 AWG wires for I/O wiring. 16. Cabling, connectors, and all required appurtenances. 17. Provide power supply and chassis space as required to accommodate a minimum of 4 additional I/O modules. 18. Spare I /O: a. 10 percent, minimum of 8, spare digital inputs (each type used) b. 10 percent, minimum of 8, spare digital outputs (each type used) c. 10 percent, minimum of 2, spare analog input. d. 10 percent, minimum of 2, spare analog output. 19. Manufacturer: Base bid shall be Allen- Bradley Compact Logix B. Manufacturer: Base bid shall be Allen- Bradley Compact LogixPumphouse #1, Water Tower #1, Water Tower #2, City Hall: 1. Modular construction. 2. Real time calendar /clock. 3. Flash -PROM or EEPROM card for non - volatile memory backup. SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo l 00055 - 09160 -0 40 95 10 - 5 4. Backup memory module. 5. Programmable through a personal computer. Ability to edit program as it runs. 6. Key switch selectable operating modes. 7. Advanced instructions, including but not limited to interrupt processing for sub - routines, floating point math, and PID. 8. Relay ladder programming language which contains integrated function block diagrams, structured text and sequential function blocks. 9. Provide communications port, modems, communication cards, software, programming, and all required appurtenances for communications over the SCADA's Ethernet network and /or radio communications. 10. I/O modules shall be provided as required. 11. Diagnostic indicators for Run /CPU status, battery low, and status indicator for each I/O point. 12. Noise immunity per NEMA Standard ICS2 -230. 13. Removable terminal blocks which accept up to 2 to 14 AWG wires for I/O wiring. 14. Cabling, connectors, and all required appurtenances. 15. Provide power supply and chassis space as required to accommodate a minimum of 2 additional I/O modules. 16. Spare I /O: a. 10 percent, minimum of 2 spare digital inputs (each type used) b. 10 percent, minimum of 2 spare digital outputs (each type used) c. 10 percent, minimum of 1 spare analog input. d. Pumphouse #2: 10 percent, minimum of 1 spare analog output. 17. Panel space for a minimum of 2 future expansion I/O modules. 18. Manufacturer: Base bid shall be Allen- Bradley Micrologix 1100. 2.04 OPERATOR INTERFACE TERMINAL (OIT): A. Pumphouse #1 and #2: 1. 8.3 inches by 6.2 inches color active matrix TFT display. 2. Field replaceable backlight. 3. Touch screen only. 4. Battery- backed clock to timestamp critical data. 5. Executive firmware and application program stored in non - volatile flash memory. 310K runtime memory; 1008K flash memory, minimum. 6. Ethernet I/P port 7. Windows base programming. 8. Adjustable lockout for screen cleaning. 9. Provide all cables, connectors and required appurtenances. 10. Manufacturer: Allen - Bradley Panelview 1000, or equal. OR 11. 4.54 inches by 3.43 inches color active matrix TFT display. 12. Touch screen only. 13. Battery- backed clock to timestamp critical data. 14. Executive firmware and application program stored in non - volatile flash memory. 190K runtime memory; 240K flash memory, minimum. 15. Ethernet I/P port 16. Windows base programming. 17. Adjustable lockout for screen cleaning. 18. Provide all cables, connectors and required appurtenances. 19. Manufacturer: Allen - Bradley Panelview 600, or equal. 2.05 UNINTERRUPTIBLE POWER SUPPLY (UPS) SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 00055-09160-0 40 95 10 - 6 A. The UPS shall provide spike, line noise, and RFI /EMI filtering. B. Double conversion true -on line configuration. C. Compatible with standby power system. D. UL Listed. E. The battery shall be sized to power 115 percent of panel power requirements for 10 minutes. 1. The battery for the EQ Basin RTU shall be sized to operate the controls and communications for a minimum of 30 minutes. F. The UPS shall have an audible alarm horn which sounds on internal faults. G. Internal bypass. H. Surge protection shall pass ANSI /IEEE C62.41 and C62.45, Categories A and B. I. Manufacturer: Powerware 9120, or equal. 2.06 PLC I/O SURGE PROTECTION A. I/O Surge Protection: 1. Analog surge protection: a. Manufacturer: Phoenix Contact TT -2 -PE -24DC, or equal. 2. VDC 24 discrete surge protection: a. 30V damping voltage b. 5kA surge current capacity. c. 1nS response time. d. Manufacturer: Phoenix Contact TT -2/2 -24DC, or equal. 3. VAC 120 discrete surge protection: a. 150V clamping voltage. b. 2.5kA surge current capacity. c. 25nS response time. d. Manufacturer: Phoenix Contact PT- 2xVA- 120AC -ST, or equal. 2.07 CONTROL CIRCUIT SURGE ARRESTOR: A. UL 1449 recognized. B. Diagnostic indicator, power line tracking, and filtering. C. 315V peak clamping voltage (L -N), 10,000 amp single pulse surge capacity. D. Manufacturer: EDCO HSP- 121 -BT1, MTL /Telematic MA15, or equal. 2.08 ETHERNET SWITCH A. Auto - sensing 10 /100 Base T ports as required, minimum of 5. B. Store - and - forward architecture. C. Operating Temperature: 32 to 122 degrees F. SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 7 D. LED indication of each port's status. E. Manufacturer: Linksys or equal. 2.09 DIGITAL DISPLAYS: A. Loop Powered, 4 -20mA input. B. 4 1/2 + Extra Zero Rate Display. C. Sunlight readable display D. 115 or 230 VAC power; 24 VDC power available. E. 4 -20 mA, 1 -5 V, 0 -5 V or 0 to 10 V field selectable inputs. F. Calibrated and scaled to display the active tower water level. G. Manufacturer: Precision Digital, or equal. 2.10 RELAYS A. General purpose: 1. Plug -in relays with screw terminal base. 2. Dust protecting enclosure. 3. 3PDT contacts which are rated 10 amp. continuous at 240 VAC. 4. Manufacturer: Allen - Bradley Bulletin 700, Potter and Brumfield Type KRP, Square D Class 8501 Type KP, or equal. B. Power Relays: 1. DPDT or 3PDT contacts. 2. Contact Rating: Ith =30A. 3. UL Listed. 4. Manufacturer: Allen - Bradley Bulletin 700, Square D, or equal. C. Timing Relays: 1. Solid state with timing ranges as shown on the Drawings. 2. Plug -in relays with screw terminal base. 3. Dust protecting enclosure. 4. Manufacturer: Allen - Bradley Bulletin 700, Square D Class 8501 Type X, or Class 9050 Type FS, or equal. D. Provide surge suppression across the coils on individual relays as required by equipment manufacturers. 2.11 PILOT DEVICES A. Push - Buttons: 1. 30.5 mm, heavy duty, oil tight units. 2. Alarm acknowledge operators shall be blue. Intrusion alarm operators shall be colored as specified. 3. Manufacturer: Allen - Bradley 800T, General Electric CR104P, Square D Class 9001 Type K, Westinghouse PB1 Line, or equal. SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 8 B. Selector Switches: 1. 30.5 mm, heavy duty, oil tight units. 2. Selector switches shall have knob lever operator with a white insert. 3. Manufacturer: Allen - Bradley 800T, General Electric CR104P, Square D Class 9001 Type K, Westinghouse PB1 Line, or equal. C. Indicating Lights: 1. 30.5 mm, heavy duty, oil tight units. 2. Sunlight visible, high ambient LED with wide angle Fresnel Tens. 3. Push -to -test type. 4. "RUN" lights shall be green; "FAIL" and "ALARM" lights shall be red; "CALLED FOR" lights shall be amber. 5. Manufacturer: Allen - Bradley 800T, General Electric CR104P, Square D Class 9001 Type K, Westinghouse PB1 Line, or equal. 2.12 PANEL WIRING A. Terminal blocks shall be provided for all field terminations, shall be rated 300 volts, 20 amp., and shall have self - lifting pressure wire connector. A minimum of 10 percent spare terminal blocks shall be provided. B. Stranded machine tool copper conductors with color -coded 600 volt insulation. C. Complete wiring diagrams prepared specifically for this Project Site. All termination points shall be numbered. D. Both ends of all conductors identified with wire tags which are numbered in accordance with the wiring diagrams. 2.13 SPARE PARTS A. Spare fuses equal to 10 percent of those installed, but not less than 2 of each type used. B. Spare relays equal to 10 percent of those installed, but not Tess than 2 of each type used. C. Spare lights equal to 10 percent of those installed, but not Tess than 2 of each type used. D. 1 spare PLC I/O cards of each type used. E. 1 spare PLC power supply of each type used. F. 1 spare PLC CPU (fully programmed) for each of the supervisory control panels. G. 1 spare RTU PLC for each type used. H. 2 spare PLC I/O surge suppressor for each type used. I. 1 spare control circuit surge arrestor, and 2 spare fuses for each type used. J. 1 spare PLC communication card of each type used, fully programmed. K. All of the above spare parts shall be delivered to the Owner: 1. Parts shall be appropriately packed and labeled for storage in 1 box. SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 9 2. Each component shall be labeled to clearly identify the component and control panel which it is to be used. 3. Box's label shall identify all the part(s) and shall also state "WATER SCADA SYSTEM SPARE PARTS ". PART 3 EXECUTION 3.01 INSTALLATION A. Contractor shall provide all hardware required to install equipment. The Contractor shall review the wiring diagrams for the equipment actually furnished and modify the wiring to conform to the requirements of the equipment furnished. The Contractor will not be compensated for extra labor and materials which are required to change wiring which was not confirmed with the equipment manufacturer's drawings. B. Programmable Logic Controllers shall be completely programmed by the Contractor. This shall include modification in the field to obtain the mode of operation as specified herein. Programming shall be done in such a manner as to allow complete access to the program in the future by the Owner for changes and or additions. Program locks shall not be used. Complete program documentation shall be provided within the program. 1. Contractor shall demonstrate to the Owner and Engineer that CDs provided with the O &M's contain all required documentation by opening up the CD on the SCADA computer and displaying the information to the satisfaction of the Owner and Engineer. C. A copy of the complete PLC program shall be saved on the respective PLC memory card. D. The PLC's shall be programmed to retain setpoint and other critical data so that the PLC will automatically resume the process controls when power is restored to the panel after a power failure. 3.02 OIT SCREENS A. Screens shall be programmed to display each process of the Wastewater Treatment Facility. B. Display the call, run, fail, position and other status points of each piece of equipment and alarms for the associated equipment. C. Screen(s) shall allow the operator to adjust all variables and view real -time data associated with the process control. D. Screen(s) shall allow the operator to adjust all variables and view real -time data associated with the process control and equipment. E. Screens(s) shall display alarms and allow the operator to acknowledge the alarms at any location. F. Provide screens required for the system operations as specified in Section 40 90 10. G. Systems integrator shall expect approximately 10 hours of coordinating screen layouts and display options with the Owner. Systems integrator shall make programming changes to the screens as requested by the Owner /Engineer, at no additional cost to the Owner. 3.03 IDENTIFICATION SUPERVISORY CONTROL SYSTEM © 2009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 10 TRAINING LOG City of Project City project number Bonestroo project number Date: Training topic: Attendees: Hours Spent END OF SECTION SUPERVISORY CONTROL SYSTEM 02009 Bonestroo 1 00055 - 09160 -0 40 95 10 - 13 4 SECTION 40 90 10 SCADA SYSTEM DESCRIPTION 1.01 SECTION INCLUDES A. Existing SCADA System Description. B. Proposed SCADA System Description. C. Sequence of Operation. 1.02 RELATED SECTIONS A. Bidding Requirements, Contracting Requirements, and Division 1 Sections apply to all Work of Division 26. B. Section 16401 - Service Entrance. C. Section 16790 - Radio Communication. D. Section 16902 - Supervisory Control System. E. Section 16903 - Lift Station Telemetry and Control. F. Section 16904 - Computer Systems. 1.03 EXISTING SCADA SYSTEM DESCRIPTION A. The existing water system consists of two wells and two towers. The existing sites are monitored by an existing Autocon SCADA system. The SCADA master control panel is located at the old City Hall. Each of the remote sites communicates with the SCADA master control panel using telephone communications. This existing system shall be replaced with a new system as described below. B. The existing SCADA system control panel at each site shall remain in service until the new SCADA RTU has been installed, operating and approved. Contractor shall remove the existing equipment under this contract. 1.04 NEW SCADA SYSTEM DESCRIPTION pvta;� Q.E A. The SCADA system master PC shall be located in the . An existing fiber optic cable is provided between the new City Hall and Pump house #1. The SCADA system master control panel is to be installed at Pump house #1. B. An Omni antenna shall be mounted on Tower #1. Tower #1 is to be used as a repeater and communicate to the remote sites. (add RTU to Tower #1 ?) Provide all necessary programming and equipment for the SCADA system to provide communications to all remote sites, the SCADA Master, and the SCADA PC. 1.05 SEQUENCE OF OPERATION SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 00055-09160-0 40 90 10 - 1 So A. A HAND - OFF -AUTO (HOA) selector switch shall be mounted on each pump house SCADA control panel. The Operator may use the switch to select the controlling mode for each well pump as follows: 1. HAND: The associated well pump shall be required to run continously. a. The speed control of the VFD shall be via the potentiometer or keypad on the VFD. b. In the HAND position, alarm (Le. flood, etc) and well pump proof of operation shall not shut the pump down. 2. OFF: The associated well pump shall be taken out of operation. 3. AUTO: The associated well pump shall be controlled by the SCADA system as specified here- in. B. The Operator shall use the SCADA Master PC or an OIT in either pump house (and towers ?) to select the controlling mode (HAND- OFF -AUTO) for the well pumps as follows: 1. HAND: The associated well pump shall be required to run continuously. The Operator will use the PC or an OIT to enter the desired well pump VFD speed set point. 2. OFF: The SCADA system will not require the associated pump to operate. 3. AUTO: The SCADA system will control the well pumps to maintain a water level in the towers as specified here -in. C. AUTO mode of control: 1. The Operator shall use the SCADA Master PC or a OIT in either pump house to select the controlling tower level. 2. The Operator shall enter a START and STOP level set point for each well in the system. When the water level in the controlling tank falls to the START set point, the associated well is started. When the water level in the controlling tank rises to the STOP set point, the associated well shall discontinue running. 3. The Operator shall enter a Low Level Alarm and High Level Alarm set point for each Tower. When the water level in a tower falls to the Low Level Alarm set point, a Low Level Alarm shall activate. When the water level in the tower rises to the High Level Alarm Set point, a High Level Alarm shall be activated. 4. Pump house #1 and the Tower #2 RTU PLCs shall monitor an analog 4 -20mA signal from an existing pressure transmitter and it shall be used for control as specified above. The transducer power supply shall be furnished with the RTU. - Existing or new pressure xducer ? - -RTU in Tower #1 ?- 5. The VFD speed shall be manually set on the SCADA PC or an OIT. - Verfiy- -Ramp up and Ramp down by PLC or VFD ? - D. The Pump required signal shall energize the pre -tube water solenoid and the pre -lube time delay relay. This shall be a time delay relay independent of the PLC. After the pre -tube time delay (0 to 360 seconds), the well pump shall be called to start. E. Once the well pump is called for, the PLC shall monitor the flow meter and the associated run and fail contacts from the VFD to prove pump operation: 1. After an adjustable time delay of 0 to 3 minutes, the flow meter must have reached an adjustable flow set point and the associated run contact from the VFD (or motor starter) must be made. If 1 or both of these items are not satisfied, the call signal to the pump shall be removed and an alarm shall be initiated. 2. An alarm shall also be initiated if the VFD (motor starter) fail contact is made. SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 1 00055 - 09160 -0 40 90 10 - 2 4 • 3. A simulated "Flow Meter /Motor Starter Auxiliary Contact" switch in the PLC operator interface shall allow the operator choose either the flow meter or VFD (Motor Starter) Auxiliary Contact for well pump proof of operation. F. A restart delay relay shall prevent the pump from starting for an adjustable time delay of 0 to 3 minutes after it has stopped. This shall be an adjustable set point in the PLC. A "Restart Delay" indicator on the SCADA system shall be active during the restart delay period. G. A watchdog loop shall be configured to monitor the telemetry system between the each SCADA panel and the SCADA master. The Operator shall use the SCADA PC or an OIT to enter the amount of failed connection attempts before a Communication Failure Alarm is activated. If the amount of failed attempts matches the adjustable set point, the SCADA system shall initiate a Communication Failure Alarm. H. A relay shall be provided ahead of an UPS installed each SCADA enclosure to indicate normal power failure. The PLCs shall monitor the relay and upon activation of a power failure signal, the PLC shall initiate an alarm over the SCADA system. I. Flow Meter: 1. The existing flow meters will be equipped with 4 -20mA output capabilities under a separate contract. The SCADA system shall be programmed and configured to monitor the analog system under this contract. 2. The flow meter's 4 -20mA output signal shall be input to the PLC and shall be used for control as specified above. (Future ?) 3. The flow meters converter /power supply shall be furnished by the flow meter supplier for installation outside inside the SCADA panels. 4. The flow rate, 24 -hour flow total and cumulative flow total, shall be displayed on the SCADA system. J. Well Level: 1. Each well has an existing well level monitor which produces a 4 -20mA output signal. These signals shall be monitored by the SCADA system. 2. The well level shall be displayed on the SCADA system (distance from pump floor to water level). 3. The SCADA system shall also display each well's last 10 lowest pumping levels, along with corresponding times and dates. 4. A low well level (draw down) alarm shall be initiated and the associated well shall shut down if a well level drops below an adjustable set point. K. A new floor flood float switch shall be provided in each pump house and monitored by the SCADA system. Upon activation of a floor flood signal, the PLC shall activate a Floor Flood alarm. If a well pump is running when a flood alarm is activated, the SCADA system shall discontinue the pump's operation. L. A low temp alarm thermostat shall be installed at each site and a high temperature alarm thermostat shall be installed at each pump house. The SCADA system PLCs shall monitor the thermostats. Upon a low temperature the SCADA system shall signal an alarm. - Verify what temp alarms to be installed at each site - M. Security: SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 00055-09160-0 40 90 10 - 3 1. Door contacts shall be provided as shown on the Drawings. Door contacts shall sense the opening of a door and shall activate a 0 to 60 seconds time delay. 2. An unlabeled momentary contact pushbutton shall be provided on the front of the SCADA panel to disable the system for 0 to 60 minutes at which time the system will automatically be activated again. 3. If the disable pushbutton is not engaged before the entrance timer times out, the alarm horn and indicating light on the supervisory panel shall be energized and the external alarm light shall flash. 4. An "enable- disable" selector switch shall be provided inside the supervisory panel to disable the system. This will also be the only means for turning off the alarm horn and lights once they are energized by an intrusion alarm. OR 5. The door contact shall monitor the position of the exterior pump house door. 6. Upon sensing the opening of the door, the control system shall initiate 2 adjustable time delays. 1 shall be 0 to 180 seconds. The other shall be 10 to 30 seconds longer than the first. 7. A security code shall need to be entered into the PLC operator interface. 8. If the code is not successfully entered prior to the first time delay expiring, the alarm horn shall sound for 3 seconds. If the security code is not entered prior to the second time delay expiring, an alarm shall be initiated and the alarm horn shall be activated. 9. The alarm horn can be deactivated by entering the correct code; however, the alarm shall remain active until cleared remotely from the future water SCADA system. 10. The operator shall then re- active the security system by entering the code again. The system will re- activate after an adjustable time delay of 0 to 180 seconds after the code is entered. 11. The system shall automatically rearm itself after an adjustable time delay of 0 to 4 hours. N. Mixer Controls: 1. The Operator shall be able to control the Submersible Mixer from the SCADA computers. The Operator shall be able to view the mixer control panel local HAND -OFF -AUTO switch from the SCADA computers. When the local switch is in the AUTO position the Operator shall be able to use a simulated OFF -RUN selector switch to control the submersible mixer operation. The Operator shall also be able to view the status of the mixer from the SCADA computers. 0. Alarm Handling: 1. All alarms shall be indicated on the SCADA PC and OITs, and activate the alarm dialing software when selected to do so by the operator. Screen(s) shall be provided to allow the operator to enable /disable each alarm from activating the dialing sequence. 2. A backup alarm dialer shall be provided at the City Hall. Upon a failure of an Operator to acknowledge an alarm after an adjustable period of time, the alarm dialer shall be activated and dial out an alarm. 3. Alarm lights and indication on the SCADA PC and operator interfaces shall flash until the alarm is acknowledged. The SCP lights /indication shall remain on steady until the alarm condition is cleared. 4. If the alarm clears before the operator acknowledges it, the alarm indication shall remain active. 5. The combination of computer system HMI server software and the alarm dialing software shall be configured to allow the operator to remotely access the system and check the status of alarms to determine specifically which alarm points are in the "unacknowledged," acknowledged," and "normal" states. If all alarms are normal, the system shall state "all alarms normal." 6. The following alarms shall be monitored by the SCADA system: a. Pump House #1 1) Well Pump VFD Fault. SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 1 00055- 09160 -0 40 90 10 - 4 2) Well Pump Failure. 3) Low Well Level. 4) Intrusion Alarm. 5) Floor Flood Alarm. 6) Low Temperature Alarm. 7) High Temperature Alarm. 8) Power Failure. 9) Telemetry Failure b. Pump House #2 1) Well Pump VFD Fault. 2) Well Pump Failure. 3) Low Well Level. 4) Intrusion Alarm. 5) Floor Flood Alarm. 6) Low Temperature Alarm. 7) High Temperature Alarm. 8) Power Failure. 9) Telemetry Failure c. Tower #1 1) High Tower Level. 2) Low Tower Level. 3) Low Temperature Alarm. 4) Power Failure. 5) Telemetry Failure d. Tower #2 1) High Tower Level. 2) Low Tower Level. 3) Low Temperature Alarm. 4) Power Failure. 5) Telemetry Failure e. The following alarms shall be dialed out by the alarm dialer: 1) Pump house #1 Alarm. 2) Pump house #2 Alarm. 3) Tower Alarm. 4) Lift Station Alarm (Future). P. Miscellaneous: 1. Run time, flow rate /total, well level, alarm indication, equipment run /fail indication, etc. shall be accumulated /displayed in the PLC, SCADA PC and operator interfaces as specified later in this Specification Section. 2. All variables, such as alarm set points, time delays, etc., shall be operator adjustable via the PLC operator interface and SCADA PC. 3. Power Failure: a. Power failure shall initiate an alarm and shut down all processes. b. After a power failure, the system shall automatically restart all automated equipment in a timed sequence. c. A relay shall be provided ahead of the UPS to indicate normal power failure. d. A UPS fail alarm circuit shall bypass the UPS and initiate an alarm upon activation. 4. Provisions shall be provided to allow the addition of a future pump house and all of the City's lift stations to the SCADA system. PART 2 PRODUCTS SCADA SYSTEM DESCRIPTION © 2009 Bonestroo 1 00055- 09160 -0 40 90 10 - 5 NOT USED PART 3 EXECUTION 3.01 MEASUREMENT AND PAYMENT A. All Work and costs of this Section shall be incidental to the Project and included in the TOTAL BASE BID. END OF SECTION SCADA SYSTEM DESCRIPTION © 2009 Bonestroo l 00055- 09160 -0 40 90 10 - 6 BUETOW AND ASSOCIATES INC AN ARCHITECTURAL SERVICES COMPANY 2346 FILO, Street Sut-1e 211 • S. Paul, Minnesota 56t13 Issue Date: September 3, 2009 (by e-mail) MEMORANDUM OF SCADA SYSTEM MEETING Oak Park Heights City Hall Oak Park Heights, Minnesota BA #0822 DATE OF MEETING: September 1, 2009 START TIME: 10:00 AM CDT LOCATION: City Hall Meeting Room Oak Park Heights, Minnesota Present: Andrew Kegley (City of Oak Park Heights), Aaron Mueller (Bonestroo) and Randy Engel (Buetow). Sent to: Eric Johnson (Oak Park Heights); Michael Lueth (Buetow and Associates); and Dan Moulton and David Hierseman (M & E Engineering). A meeting was conducted at the City Hall on September 1, 2009 to discuss the City's possible improvement/replacement of the existing SCADA System. The following was discussed: 1.0 The City Engineer will contact the Owner for authorization to proceed with design and implementation of a Well Number 1 Pump Repair project and for a SCADA project (i.e. "The Project "). frii 2.0 The Architect will prepare a Proposal Request to add a 1 '4" underground conduit (schedule 40 PVC 24" below grade) that would be linked from the Pump Building to the new City Hall's Lower Level Server Room. That Project Request will be sent to the General Contractor for pricing. This conduit would be stubbed up and capped outside the west wall of the Pump Building. Design and placement of fiber optic cable within that conduit would be included in the aforementioned `Project'. Note: Architect determined on September 2, 2009 that Construction Contract already calls for complete conduit and fiber optic work from new City Hall Server Room to Pnhlic Wnrkc Rnilr]ing's' 144 North Addition. Andrew Kegley will check to see B,' that line should be placed directly to the Pump Building or if it shoukd be extended from the Public Works Building's North Addition. 3.0 The Pump Building will remain in place after demolition of the existing City Hall. It will be newly faced with brick and at all exterior walls. 4.0 The new City Hall's current Schedule is as follows: 4.1 Substantial Completion Date: 3/15/2009, 42 Owner move -in period (1 month) ending: 4/15/2010 4.3 Abatement Work at existing City Hall (1 month): Winter 2009 -2010 4.4 Demolition of existing City Hall (1 month): ending 5/15/2010 * 4.5 Construction of new South Parking Area (3 months): 8/15/2010 4.6 The new SCADA system must be installed prior to occupancy of the new City Hall 4.7 The new SCADA System Contractor must coordinate with the General Contractor insofar as achieving the Work required. * General Contractor has not yet advised as to the construction schedule of the Public Works Garage West Addition. 5.0 The Construction Contract requires that electrical power must be furnished from the new City Hall to the Pump • Building. The Pump Building will also be served by the new generator. 6.0 Display of SCADA information to the City Engineer's Office in the new City Hall will be achieved by electronic means or by Radio Signal (i.e. no conduit or cable) to be determined by the City. y AkAj (End of Memorandum) • The City of Oak Park Heights City Hall Field Observation Report #4 14268 Oak Park Boulevard North Oak Park Heights, MN 55082 BA # 0822 Page 2 6. Site Work: (Nothing observed) 7. General Construction: Lower Level: Steel beams had been placed. Precast concrete floor planks had been placed. Concrete block stair and elevators had been erected. Hollow metal frames, electrical box inserts and elevator support inserts had been placed. Sand fill for floor slab had been placed. Upper Level: Steel columns, some beams and rotunda framing installation was in progress. Perimeter exterior concrete block wall erection was in progress. Concrete block shaft walls for elevator tower and stair towers has been erected. Precast concrete floor planks had been erected. 8. Plumbing Work: Below slab (underground) sanitary sewer piping and stub -ups had been placed in Lower Level 9. Mechanical Work: (Nothing observed). 10. Electrical Work: Metal conduit, junction boxes and wall boxes had each been placed as follows: within new concrete block units and within poured concrete walls in lower level, in perimeter exterior concrete block walls and on exterior side of concrete block (within future cavity behind face brick). 11. Geothermal Work: (Nothing observed). 12. Owner's Work: The onsite Work of the Owner's Special Testing and Inspections Consultant was in progress (concrete strength testing). Owner's Asbestos Abatement Consultant (for existing building) was going to be taking several roof membrane samples for evaluation. (End of Field Observation Report) City of Oak Park Heights 14168 Oak Park Blvd N.• Box 2007 • Oak Park Heights, MN 55082 • Phone (651) 439 -4439 • Fax 439 -0574 Interoffice Memo To: Eric Johnson From Andrew Kegley, Interim Director of Public Works Dates 09/08/2009 Re: Supervisory Control and Data Acquisition (SCADA) In phase II of the city hall project the existing public works office will be demolished. The public works office serves as the control center for providing potable water to the citizens of • Oak Park Heights by use of a supervisory control and data acquisition (SCADA) control panel. The SCADA system uses telemetry signals to alert the well pump motors to run or shut down based on water tower levels. This equipment is necessary to operate the wells and maintain water in the towers for public consumption as well as for fire protection throughout the city. The option to move the existing SCADA control panel from the current office to the new office was considered; however this option is not feasible. The Autocon control panel is out dated and replacement parts are no longer manufactured. Currently only preliminary plans to replace the SCADA control panel exist; however a new SCADA system must be installed before the existing system is eliminated. I have been in contact with Bonestroo and Randy Engel of Buetow and Associates for assistance in determining the most cost effective approach to incorporate SCADA with the construction of city hall. Bonestroo evaluated the City's current situation and provided staff with a memo outlining recommendations and included an approximate $125,000 quote to design, bid and install an updated SCADA system to control the City's two towers and two wells. This quote does not include incorporating the lift stations into the SCADA at this time; nonetheless integrating the five (5) stations would cost an approximated $16,350 per station or a subtotal of $81,750. The current SCADA allocated funding is $60,000. • TREE CITY U.S.A. 1 • Time is of the essence to design and install an updated SCADA system. To prevent disruption of water service the old system must remain operable while the new system is installed; albeit the new SCADA must be operational before phase II of the city hall construction project begins. Planning for SCADA has ensued as appropriate actions are in motion to include necessary infrastructure during the construction process. In the attached memorandum, Bonestroo has outlined a plan that fits Oak Park Height's current and future SCADA needs, unfortunately funding is an issue and needs some discussion. Eric Johnson, City Administrator, Judy Holst, Finance Director and I met to discuss the funding issues and found opportunities do exist. Please see the attached memo from Judy Holst. Enclosure: Bonestroo Memorandum dated 08/27/2009. • 2 TREE CITY U.S.A. • City of Oak Park Heights T Memo September 8, 2009 To: Mayor, Council, and Administrator From: Judy Hoist, Deputy Clerk /Finance Director Re: Funding for SCADA In order to purchase and install the new SCADA system for the new city hall this year, additional funding will be required. The estimate from the City Engineer for purchasing and installing the base unit plus the equipment for monitoring the water towers and wells is $125,000 +; which will be needed in 2009. To purchase the necessary equipment and installation for monitoring the lift stations will be an additional • $81,000 +. The lift stations could be completed in 2010 or 2011. The costs include engineering fees. There is $59,301 in the Budgeted Projects Fund earmarked for SCADA equipment. An additional $67,000 will be needed in 2009 to complete the initial purchase and install of the base unit and the water tower and well equipment. There are several funding options for the funds needed for this project: 1. The Budgeted Projects Fund- Unallocated is the interest earned in the Fund. These funds can be used for whatever purpose the Council designates. $67,000 or a portion of the funds needed could be reallocated to the SCADA equipment. 2. The Budgeted Projects fund - Sealcoat /Crack Seal will have an estimate of $154,000 remaining after all expenses have been paid for the 2009 sealcoat /crack seal. $67,000 or a portion of the funds needed could be reallocated for the SCADA equipment. 3. A transfer of $67,000 could be made from the Water Utility Fund to the Budgeted Projects Fund for SCADA equipment. This will result in a deficit in the Water Utility Fund. An additional utility rate increase would be needed to offset the deficit. Funding option for $81,000+ for the lift stations could be achieved in 2010 in the same manner as the 2009 funding for the tower and well equipment. If you chose to transfer the funds from the Sewer Utility Fund, a rate increase would be needed to offset the deficit. • • Memorandum 4 Bonestroo Project: Well 1 Rehabilitation 2335 Highway 36 W To: Andrew Kegley St. Paul, MN 55113 and SCADA Date: 08/27/2009 Eric Johnson Improvements Tel 651 -636 -4600 From: Mark Wallis, Aaron Fax 651- 636 -1311 Mueller Client: Oak Park Heights www.bonesaoo.awn Re: Preliminary Project Scope He No: 55 Gen Eric & Andy: As requested we have put together a summary of the issues relating to Well 1, the City Hall project, and the SCADA (Supervisory Control and Data Acquisition) system. In summary, Well 1 is due for regular well pump repairs. Concurrent construction work on the new City Hall (including demolition of the existing City Hall) will directly impact the well pumping building and the existing SCADA system. The purpose of this memo is to outline the issues, and provide planning -level construction cost estimates for the work. Estimated costs for Bonestroo services are also provided. We recommend that the City authorize preparation of plans and specs for a Well 1 Pump Repair project, and for a SCADA project. Additionally, there are several items that should be coordinated with the ongoing City Hall project. The following paragraphs provide further detail. • CITY HALL PROJECT As part of the City hall project, the existing Public Works offices will be demolished. This office houses the existing SCADA master water system control panel. The existing SCADA system is outdated and components are no longer manufactured. Rather than relocate the existing SCADA master to the new building, we recommend that a new SCADA master be provided. The scope of this SCADA project is described later in this memo. The City Hall project includes significant rehab to the Well 1 pump house, including: • New gas unit heaters (in chemical room and in pump room). • New air conditioning unit in pump room. • Door intrusion alarms and access card readers • Demolition of existing City Hall east and north of Pump Room. Install new face brick on east and north side walls. New roof. • Minor plumbing and electrical upgrades. The following issues need to be coordinated with the City Hall project: • The new SCADA needs to be installed before the existing system is removed. • Alarm handling for Pump Room intrusion alarms and access card reader. • Installation of conduit and wire from the Well 1 Pump Room to the new Public Works Director's office for SCADA system communications. • • • Consider installing new lighting in the Pump Room • Coordinate installation of new conduit & wire for SCADA improvements in the Pump Room (meter head, tower level, well level probe, VFD). WELL 1 PUMP REPAIRS Well 1 pump is pulled (removed from the well hole) every 7 years for maintenance. The pump was last pulled in 2003, so the pump should be pulled this winter. Removal and reinstallation of the well pump must be done by a licensed well driller. After removal, the well pump is disassembled in the shop. Potential repairs are reviewed by City staff, Bonestroo, and the well driller. The cost to repair the pump is compared to the cost of a new pump. WELL 1 PUMP REPAIR CONSTRUCTION COST ESTIMATE: $25,000 PROCUREMENT METHOD: Even with the optional work listed below, the City could obtain quotations from pre - selected, licensed well drillers. • OPTIONAL WELL IMPROVEMENTS The following improvements are recommended, but not essential to do at this time. During the design phase, we will review these optional improvements with staff: • Well Rehabilitation: brush well casing, televise well, bail well cavity to expand capacity. Approximate Cost: $50,000 • Variable Frequency Drive. Approximate Cost: $20,000 • Upgrade Flow Meters to provide signal to SCADA (at both Well 1 and 2): Approximate Cost: $10,000 • Install air conditioning at Well 2 SCADA UPGRADE PROJECT Since the control panel needs to be relocated and the system is out of date, the City should upgrade the existing SCADA system. The new SCADA system will utilize a radio telemetry system and fiber optic communications. A radio telemetry unit or RTU will be mounted at select sites in the water distribution system. The system will be designed so that it can be expanded to provide monitoring of the City's sanitary sewer lift stations in the future. In addition to adding new communications, additional control and monitoring of the water system sites will be provided. A SCADA computer (PC) will be provided in the new City Hall to give the City staff the ability to control and monitor the sites remotely, as well as have the ability to generate automated reports. Below is a general description of a proposed SCADA system and construction estimates. The proposed description is subject to change as design proceeds and discussions ensue with City staff to ensure the new system meets the City's needs. Page2of4 WELL 1: A new telemetry panel will be installed at Well 1. The panel will be equipped with an updated Programmable Logic Controller (PLC). The panel will also be equipped with an operator interface terminal (OIT) which will offer a graphical representation of the system and allow the operators to locally control the system and monitor its status. This control panel may become the SCADA Master which will poll and control the water system. Additional control will also be added to allow for VFD control, analog input from the flow meter, a submersible well draw down level transducer, and intrusion alarms at the well. It is proposed to mount the new panel in a location which will allow the existing panel to remain functional during the construction process. WATER TOWER 1: A new pressure transducer is to be installed at the tower to provide a accurate water level in the tower. A SCADA antenna may be mounted at the top of the tower which will allow radio communication to the other sites. The antenna and transducer will be wired to the Well 1 telemetry panel. Door alarm contacts could also be added. WELL 2: Similar to Well 1, a new telemetry panel will be installed at Well 2. The panel will be equipped with an updated Programmable Logic Controller (PLC). The panel will also be equipped with a operator interface terminal (OIT) which will offer a graphical representation of the system and allow the operators to locally control the system and monitor it's status. Additional control will also be added to allow for VFD control, analog input from the flow meter, a submersible well draw down level transducer (to • be installed the next time the well is pulled), and intrusion alarms at the well. It is proposed to mount the new panel in a location which will allow the existing panel to remain functional during the construction process. An antenna will be mounted at site to allow communication to the SCADA system. WATER TOWER 2: Again, the existing telemetry equipment will be replaced with a new WAT ain 9, 9 ti'Y p r telemetry panel. In addition it is suggested to add a new pressure tr ansducer to provide an accurate reading of the water tower level. An antenna will be installed at the tower to provide radio communications with the SCADA system. Door alarm contacts could also be added. SCADA MASTER PC: A new personal computer will be installed at the new City Hall (presumably in the Public Works Director's office). The computer will be equipped with a graphical interface software which will allow the operators to control and monitor the entire system. Alarm dialing software will be installed on the PC which will automatically call the City staff on the event of any alarm monitored by the SCADA system. These alarms may be disabled or enabled as desired at the PC. In addition, the City may choose which personnel the system should call on an alarm event. The Operators will also be able to remotely access the SCADA PC to control or monitor the system from remote locations where they have Internet access. Automated reporting features will also be added to the PC to generate automated reports for the City. • Page 3 0/4 • SCADA UPGRADE CONSTRUCTION COST ESTIMATE: Below is a conservative general construction cost estimate. (A more detailed estimate will be provided as the design proceeds.) We believe that this work may in fact be able to be done for less than $100,000 — in which case the City could obtain competitive quotes. Well 1 $30,000 Water Tower 1 $15,000 Well 2 $25,000 Water Tower 2 $15,000 SCADA PC $40,000 Total Construction: $125,000 BONESTROO SERVICES To assist the City with the Well 1 pump repairs and SCADA upgrade project, Bonestroo is pleased to offer design, construction document preparation, bidding assistance, and construction services. Upon the City's approval to proceed, Bonestroo services will be provided as outlined in our existing contract for the following: unspecified WELL 1 SERVICES: Due to the specialized nature of this work, an d p scope of work, we propose to perform this work on an hourly basis, at our standard rates. We will not exceed $10,000 without prior authorization from the City. The work includes providing assistance in preparing quotation documents, reviewing the quotations, and providing construction engineering assistance. This estimate assumes that • architectural and mechanical engineering services are not required (for Well 1 pump building renovation and Well 2 air conditioning). This estimate also assumes very limited involvement and coordination is required with the City Hall project. SCADA UPGRADE: We propose to perform this work under our standard contract for design, and hourly for bidding and construction engineering services. Based on the construction cost estimate provided above, we estimate that our total engineering fee for design, bidding, and construction engineering services would be approximately $20,000. • Page 4 of 4 City of Oak Park Heights 14168 Oak Park Blvd N.• Box 2007 • Oak Park Heights, MN 55082 • Phone (651) 439 -4439 • Fax 439 -0574 Interoffice Memo To: Eric Johnson From: Andrew Kegley, Interim Director of Public Works Date: 09/08/2009 Re: Supervisory Control and Data Acquisition (SCADA) In phase II of the city hall project the existing public works office will be demolished. The public works office serves as the control center for providing potable water to the citizens of Oak Park Heights by use of a supervisory control and data acquisition (SCADA) control panel. The SCADA system uses telemetry signals to alert the well pump motors to run or shut down based on water tower levels. This equipment is necessary to operate the wells and maintain water in the towers for public consumption as well as for fire protection throughout the city. The option to move the existing SCADA control panel from the current office to the new office was considered; however this option is not feasible. The Autocon control panel is out dated and replacement parts are no longer manufactured. Currently only preliminary plans to replace the SCADA control panel exist; however a new SCADA system must be installed before the existing system is eliminated. I have been in contact with Bonestroo and Randy Engel of Buetow and Associates for assistance in determining the most cost effective approach to incorporate SCADA with the construction of city hall. Bonestroo evaluated the City's current situation and provided staff with a memo outlining recommendations and included an approximate $125,000 quote to design, bid and install an updated SCADA system to control the City's two towers and two wells. This quote does not include incorporating the lift stations into the SCADA at this time; nonetheless integrating the five (5) stations would cost an approximated $16,350 per station or a subtotal of $81,750. The current SCADA allocated funding is $60,000. TREE CITY U.S.A. 1 Time is of the essence to design and install an updated SCADA system. To prevent disruption of water service the old system must remain operable while the new system is installed; albeit the new SCADA must be operational before phase II of the city hall construction project begins. Planning for SCADA has ensued as appropriate actions are in motion to include necessary infrastructure during the construction process. In the attached memorandum, Bonestroo has outlined a plan that fits Oak Park Height's current and future SCADA needs, unfortunately funding is an issue and needs some discussion. Eric Johnson, City Administrator, Judy Holst, Finance Director and I met to discuss the funding issues and found opportunities do exist. Please see the attached memo from Judy Holst. Enclosure: Bonestroo Memorandum dated 08/27/2009. 2 TREE CITY U.S.A. City of Oak Park Heights Memo **"' September 8, 2009 To: Mayor, Council, and Administrator From: Judy Hoist, Deputy Clerk /Finance Director Re: Funding for SCADA In order to purchase and install the new SCADA system for the new city hall this year, additional funding will be required. The estimate from the City Engineer for purchasing and installing the base unit plus the equipment for monitoring the water towers and wells is $125,000 +; which will be needed in 2009. To purchase the necessary equipment and installation for monitoring the lift stations will be an additional $81,000 +. The lift stations could be completed in 2010 or 2011. The costs include engineering fees. There is $59,301 in the Budgeted Projects Fund earmarked for SCADA equipment. An additional $67,000 will be needed in 2009 to complete the initial purchase and install of the base unit and the water tower and well equipment. There are several funding options for the funds needed for this project: 1. The Budgeted Projects Fund- Unallocated is the interest earned in the Fund. These funds can be used for whatever purpose the Council designates. $67,000 or a portion of the funds needed could be reallocated to the SCADA equipment. 2. The Budgeted Projects fund - Sealcoat /Crack Seal will have an estimate of $154,000 remaining after all expenses have been paid for the 2009 sealcoat /crack seal. $67,000 or a portion of the funds needed could be reallocated for the SCADA equipment. 3. A transfer of $67,000 could be made from the Water Utility Fund to the Budgeted Projects Fund for SCADA equipment. This will result in a deficit in the Water Utility Fund. An additional utility rate increase would be needed to offset the deficit. Funding option for $81,000+ for the lift stations could be achieved in 2010 in the same manner as the 2009 funding for the tower and well equipment. If you chose to transfer the funds from the Sewer Utility Fund, a rate increase would be needed to offset the deficit. Memorandum Bonestroo Project: Well 1 Rehabilitation 2335 Highway 36 W To: Andrew Kegley and SCADA Date: 08/27/2009 St. Paul, MN 55113 Eric Johnson Improvements Tel 651- 636 -4600 From: Mark Wallis, Aaron Fax 651-636-1311 Client: Oak Park Heights Mueller www.bonestroo.com Re: Preliminary Project Scope File No: 55 Gen Eric & Andy: As requested we have put together a summary of the issues relating to Well 1, the City Hall project, and the SCADA (Supervisory Control and Data Acquisition) system. In summary, Well 1 is due for regular well pump repairs. Concurrent construction work on the new City Hall (including demolition of the existing City Hall) will directly impact the well pumping building and the existing SCADA system. The purpose of this memo is to outline the issues, and provide planning -level construction cost estimates for the work. Estimated costs for Bonestroo services are also provided. We recommend that the City authorize preparation of plans and specs for a Well 1 Pump Repair project, and for a SCADA project. Additionally, there are several items that should be coordinated with the ongoing City Hall project. The following paragraphs provide further detail. CITY HALL PROJECT As part of the City hall project, the existing Public Works offices will be demolished. This office houses the existing SCADA master water system control panel. The existing SCADA system is outdated and components are no longer manufactured. Rather than relocate the existing SCADA master to the new building, we recommend that a new SCADA master be provided. The scope of this SCADA project is described later in this memo. The City Hall project includes significant rehab to the Well 1 pump house, including: • New gas unit heaters (in chemical room and in pump room). • New air conditioning unit in pump room. • Door intrusion alarms and access card readers • Demolition of existing City Hall east and north of Pump Room. Install new face brick on east and north side walls. New roof. • Minor plumbing and electrical upgrades. The following issues need to be coordinated with the City Hall project: • The new SCADA needs to be installed before the existing system is removed. • Alarm handling for Pump Room intrusion alarms and access card reader. • Installation of conduit and wire from the Well 1 Pump Room to the new Public Works Director's office for SCADA system communications. • Consider installing new lighting in the Pump Room • Coordinate installation of new conduit & wire for SCADA improvements in the Pump Room (meter head, tower level, well level probe, VFD). WELL 1 PUMP REPAIRS Well 1 pump is pulled (removed from the well hole) every 7 years for maintenance. The pump was last pulled in 2003, so the pump should be pulled this winter. Removal and reinstallation of the well pump must be done by a licensed well driller. After removal, the well pump is disassembled in the shop. Potential repairs are reviewed by City staff, Bonestroo, and the well driller. The cost to repair the pump is compared to the cost of a new pump. WELL 1 PUMP REPAIR CONSTRUCTION COST ESTIMATE: $25,000 PROCUREMENT METHOD: Even with the optional work listed below, the City could obtain quotations from pre - selected, licensed well drillers. OPTIONAL WELL IMPROVEMENTS The following improvements are recommended, but not essential to do at this time. During the design phase, we will review these optional improvements with staff: • Well Rehabilitation: brush well casing, televise well, bail well cavity to expand capacity. Approximate Cost: $50,000 • Variable Frequency Drive. Approximate Cost: $20,000 • Upgrade Flow Meters to provide signal to SCADA (at both Well 1 and 2): Approximate Cost: $10,000 • Install air conditioning at Well 2 SCADA UPGRADE PROJECT Since the control panel needs to be relocated and the system is out of date, the City should upgrade the existing SCADA system. The new SCADA system will utilize a radio telemetry system and fiber optic communications. A radio telemetry unit or RTU will be mounted at select sites in the water distribution system. The system will be designed so that it can be expanded to provide monitoring of the City's sanitary sewer lift stations in the future. In addition to adding new communications, additional control and monitoring of the water system sites will be provided. A SCADA computer (PC) will be provided in the new City Hall to give the City staff the ability to control and monitor the sites remotely, as well as have the ability to generate automated reports. Below is a general description of a proposed SCADA system and construction estimates. The proposed description is subject to change as design proceeds and discussions ensue with City staff to ensure the new system meets the City's needs. Page 1 of 4 WELL 1: A new telemetry panel will be installed at Well 1. The panel will be equipped with an updated Programmable Logic Controller (PLC). The panel will also be equipped with an operator interface terminal (OIT) which will offer a graphical representation of the system and allow the operators to locally control the system and monitor its status. This control panel may become the SCADA Master which will poll and control the water system. Additional control will also be added to allow for VFD control, analog input from the flow meter, a submersible well draw down level transducer, and intrusion alarms at the well. It is proposed to mount the new panel in a location which will allow the existing panel to remain functional during the construction process. WATER TOWER 1: A new pressure transducer is to be installed at the tower to provide a accurate water level in the tower. A SCADA antenna may be mounted at the top of the tower which will allow radio communication to the other sites. The antenna and transducer will be wired to the Well 1 telemetry panel. Door alarm contacts could also be added. WELL 2: Similar to Well 1, a new telemetry panel will be installed at Well 2. The panel will be equipped with an updated Programmable Logic Controller (PLC). The panel will also be equipped with a operator interface terminal (OIT) which will offer a graphical representation of the system and allow the operators to locally control the system and monitor its status. Additional control will also be added to allow for VFD control, analog input from the flow meter, a submersible well draw down level transducer (to be installed the next time the well is pulled), and intrusion alarms at the well. It is proposed to mount the new panel in a location which will allow the existing panel to remain functional during the construction process. An antenna will be mounted at site to allow communication to the SCADA system. WATER TOWER 2: Again, the existing telemetry equipment will be replaced with a new telemetry panel. In addition it is suggested to add a new pressure transducer to provide an accurate reading of the water tower level. An antenna will be installed at the tower to provide radio communications with the SCADA system. Door alarm contacts could also be added. SCADA MASTER PC: A new personal computer will be installed at the new City Hall (presumably in the Public Works Director's office). The computer will be equipped with a graphical interface software which will allow the operators to control and monitor the entire system. Alarm dialing software will be installed on the PC which will automatically call the City staff on the event of any alarm monitored by the SCADA system. These alarms may be disabled or enabled as desired at the PC. In addition, the City may choose which personnel the system should call on an alarm event. The Operators will also be able to remotely access the SCADA PC to control or monitor the system from remote locations where they have internet access. Automated reporting features will also be added to the PC to generate automated reports for the City. Page 3 of 4 SCADA UPGRADE CONSTRUCTION COST ESTIMATE: Below is a conservative general construction cost estimate. (A more detailed estimate will be provided as the design proceeds.) We believe that this work may in fact be able to be done for Tess than $100,000 — in which case the City could obtain competitive quotes. Well 1 $30,000 Water Tower 1 $15,000 Well 2 $25,000 Water Tower 2 $15,000 SCADA PC $40,000 II I Total Construction: $125,000 BONESTROO SERVICES To assist the City with the Well 1 pump repairs and SCADA upgrade project, Bonestroo is pleased to offer design, construction document preparation, bidding assistance, and construction services. Upon the City's approval to proceed, Bonestroo services will be provided as outlined in our existing contract for the following: WELL 1 SERVICES: Due to the specialized nature of this work, and unspecified scope of P � P P work, we propose to perform this work on an hourly basis, at our standard rates. We will not exceed $10,000 without prior authorization from the City. The work includes providing assistance in preparing quotation documents, reviewing the quotations, and providing construction engineering assistance. This estimate assumes that architectural and mechanical engineering services are not required (for Well 1 pump 9 q ( P P building renovation and Well 2 air conditioning). This estimate also assumes very limited involvement and coordination is required with the City Hall project. SCADA UPGRADE: We propose to perform this work under our standard contract for design, and hourly for bidding and construction engineering services. Based on the construction cost estimate provided above, we estimate that our total engineering fee for design, bidding, and construction engineering services would be approximately $20,000. Page 4 of 4 Memorandum Bonestroo Project: Well 1 Rehabilitation 2335 Highway 36 W To: Andrew Kegley St. Paul, MN 55113 and SCADA Date: 08/27/2009 Eric Johnson Improvements Tel 651- 636 -4600 From: Mark Wallis, Aaron Fax 651- 636 -1311 Client: Oak Park Heights Mueller www.bonestroo.com Re: Preliminary Project Scope File No: 55 Gen Eric & Andy: As requested we have put together a summary of the issues relating to Well 1, the City Hall project, and the SCADA (Supervisory Control and Data Acquisition) system. In summary, Well 1 is due for regular well pump repairs. Concurrent construction work on the new City Hall (including demolition of the existing City Hall) will directly impact the well pumping building and the existing SCADA system. The purpose of this memo is to outline the issues, and provide planning -level construction cost estimates for the work. Estimated costs for Bonestroo services are also provided. We recommend that the City authorize preparation of plans and specs for a Well 1 Pump Repair project, and for a SCADA project. Additionally, there are several items that should be coordinated with the ongoing City Hall project. The following paragraphs provide further detail. CITY HALL PROJECT As part of the City hall project, the existing Public Works offices will be demolished. This office houses the existing SCADA master water system control panel. The existing SCADA system is outdated and components are no longer manufactured. Rather than relocate the existing SCADA master to the new building, we recommend that a new SCADA master be provided. The scope of this SCADA project is described later in this memo. The City Hall project includes significant rehab to the Well 1 pump house, including: • New gas unit heaters (in chemical room and in pump room). • New air conditioning unit in pump room. • Door intrusion alarms and access card readers • Demolition of existing City Hall east and north of Pump Room. Install new face brick on east and north side walls. New roof. • Minor plumbing and electrical upgrades. The following issues need to be coordinated with the City Hall project: • The new SCADA needs to be installed before the existing system is removed. • Alarm handling for Pump Room intrusion alarms and access card reader. • Installation of conduit and wire from the Well 1 Pump Room to the new Public Works Director's office for SCADA system communications. • Consider installing new lighting in the Pump Room • Coordinate installation of new conduit & wire for SCADA improvements in the Pump Room (meter head, tower level, well level probe, VFD). WELL 1 PUMP REPAIRS Well 1 pump is pulled (removed from the well hole) every 7 years for maintenance. The pump was last pulled in 2003, so the pump should be pulled this winter. Removal and reinstallation of the well pump must be done by a licensed well driller. After removal, the well pump is disassembled in the shop. Potential repairs are reviewed by City staff, Bonestroo, and the well driller. The cost to repair the pump is compared to the cost of a new pump. WELL 1 PUMP REPAIR CONSTRUCTION COST ESTIMATE: $25,000 PROCUREMENT METHOD: Even with the optional work listed below, the City could obtain quotations from pre - selected, licensed well drillers. OPTIONAL WELL IMPROVEMENTS The following improvements are recommended, but not essential to do at this time. During the design phase, we will review these optional improvements with staff: • Well Rehabilitation: brush well casing, televise well, bail well cavity to expand capacity. Approximate Cost: $50,000 • Variable Frequency Drive. Approximate Cost: $20,000 • Upgrade Flow Meters to provide signal to SCADA (at both Well 1 and 2): Approximate Cost: $10,000 • Install air conditioning at Well 2 SCADA UPGRADE PROJECT Since the control panel needs to be relocated and the system is out of date, the City should upgrade the existing SCADA system. The new SCADA system will utilize a radio telemetry system and fiber optic communications. A radio telemetry unit or RTU will be mounted at select sites in the water distribution system. The system will be designed so that it can be expanded to provide monitoring of the City's sanitary sewer lift stations in the future. In addition to adding new communications, additional control and monitoring of the water system sites will be provided. A SCADA computer (PC) will be provided in the new City Hall to give the City staff the ability to control and monitor the sites remotely, as well as have the ability to generate automated reports. Below is a general description of a proposed SCADA system and construction estimates. The proposed description is subject to change as design proceeds and discussions ensue with City staff to ensure the new system meets the City's needs. Page2of4 WELL 1: A new telemetry panel will be installed at Well 1. The panel will be equipped with an updated Programmable Logic Controller (PLC). The panel will also be equipped with an operator interface terminal (OIT) which will offer a graphical representation of the system and allow the operators to locally control the system and monitor its status. This control panel may become the SCADA Master which will poll and control the water system. Additional control will also be added to allow for VFD control, analog input from the flow meter, a submersible well draw down level transducer, and intrusion alarms at the well. It is proposed to mount the new panel in a location which will allow the existing panel to remain functional during the construction process. WATER TOWER 1: A new pressure transducer is to be installed at the tower to provide a accurate water level in the tower. A SCADA antenna may be mounted at the top of the tower which will allow radio communication to the other sites. The antenna and transducer will be wired to the Well 1 telemetry panel. Door alarm contacts could also be added. WELL 2: Similar to Well 1, a new telemetry panel will be installed at Well 2. The panel will be equipped with an updated Programmable Logic Controller (PLC). The panel will also be equipped with a operator interface terminal (OIT) which will offer a graphical representation of the system and allow the operators to locally control the system and monitor it's status. Additional control will also be added to allow for VFD control, analog input from the flow meter, a submersible well draw down level transducer (to be installed the next time the well is pulled), and intrusion alarms at the well. It is proposed to mount the new panel in a location which will allow the existing panel to remain functional during the construction process. An antenna will be mounted at site to allow communication to the SCADA system. WATER TOWER 2: Again, the existing telemetry equipment will be replaced with a new telemetry panel. In addition it is suggested to add a new pressure transducer to provide an accurate reading of the water tower level. An antenna will be installed at the tower to provide radio communications with the SCADA system. Door alarm contacts could also be added. SCADA MASTER PC: A new personal computer will be installed at the new City Hall (presumably in the Public Works Director's office). The computer will be equipped with a graphical interface software which will allow the operators to control and monitor the entire system. Alarm dialing software will be installed on the PC which will automatically call the City staff on the event of any alarm monitored by the SCADA system. These alarms may be disabled or enabled as desired at the PC. In addition, the City may choose which personnel the system should call on an alarm event. The Operators will also be able to remotely access the SCADA PC to control or monitor the system from remote locations where they have internet access. Automated reporting features will also be added to the PC to generate automated reports for the City. Page 3 of 4 SCADA UPGRADE CONSTRUCTION COST ESTIMATE: Below is a conservative general construction cost estimate. (A more detailed estimate will be provided as the design proceeds.) We believe that this work may in fact be able to be done for less than $100,000 — in which case the City could obtain competitive quotes. Well 1 $30,000 Water Tower 1 $15,000 Well 2 $25,000 Water Tower 2 $15,000 SCADA PC $40,000 Total Construction: $125,000 BONESTROO SERVICES To assist the City with the Well 1 pump repairs and SCADA upgrade project, Bonestroo is pleased to offer design, construction document preparation, bidding assistance, and construction services. Upon the City's approval to proceed, Bonestroo services will be provided as outlined in our existing contract for the following: WELL 1 SERVICES: Due to the specialized nature of this work, and unspecified scope of work, we propose to perform this work on an hourly basis, at our standard rates. We will not exceed $10,000 without prior authorization from the City. The work includes providing assistance in preparing quotation documents, reviewing the quotations, and providing construction engineering assistance. This estimate assumes that architectural and mechanical engineering services are not required (for Well 1 pump building renovation and Well 2 air conditioning). This estimate also assumes very limited involvement and coordination is required with the City Hall project. SCADA UPGRADE: We propose to perform this work under our standard contract for design, and hourly for bidding and construction engineering services. Based on the construction cost estimate provided above, we estimate that our total engineering fee for design, bidding, and construction engineering services would be approximately $20,000. Page 4 of 4