bidder bid security city of newark contract no. 19-13

177
BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13 PROCUREMENT OF EQUIPMENT AND SERVICES FOR SCADA SYSTEM MASTER STATION UPGRADE Contract prepared by: QUAD THREE GROUP, INC. 3495 BUTLER STREET PITTSBURGH, PA 15201 TEL: (412) 781-1344

Upload: others

Post on 29-Apr-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

BIDDER

BID SECURITY

CITY OF NEWARK CONTRACT NO. 19-13

PROCUREMENT OF EQUIPMENT AND SERVICES FOR

SCADA SYSTEM MASTER STATION UPGRADE

Contract prepared by: QUAD THREE GROUP, INC. 3495 BUTLER STREET PITTSBURGH, PA 15201 TEL: (412) 781-1344

Page 2: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CITY OF NEWARK

Delaware

CONTRACT NO. 19-13 PROCUREMENT OF EQUIPMENT AND SERVICES FOR

SCADA SYSTEM MASTER STATION UPGRADE

NOTICE OF LETTING Sealed bids for Contract No. 19-13—Procurement of SCADA System Mater Station Upgrade—will be received from Prequalified Bidders in the Purchasing Office, City Municipal Building, 220 South Main Street, Newark, Delaware, 19711 until 2 p.m., prevailing time, Tuesday, October 15, 2019, and will be publicly opened and read aloud in the Council Chamber shortly thereafter. All prospective vendors must be prequalified through a Statement of Prequalification for SCADA System Master Station Upgrade (RFP 19-04), which was legally advertised and received at the City of Newark, Delaware office by vendors on June 25, 2019. The qualified bidders selected through that solicitation are the only bidders who will be invited to submit a bid for the material and engineering expertise required in this Contract. No other bidders are considered qualified and any bids received from such bidders will be rejected. Again, only the following vendors are applicable for review by the City for Contract 19-13 are:

• ABB Inc.

• Advanced Control Systems

• DigitaLogic

• Open Systems International

• QEI

• Siemens Industry, Inc.

• Survalent Technology Corporation (c/o Lekson Associates Inc.) Each Prequalified Bidder will be furnished one (1) electronic set of the Contract Documents. Contract documents may be examined at the Purchasing Office on the 2nd Floor of the City Municipal Building, 220 South Main Street, Newark, Delaware or at Quad Three Group, Inc., 3495 Butler Street, Pittsburgh, PA 15201. Copies of this Contract may also be obtained online at www.newarkde.gov/bids or from the City’s Purchasing Office. Please contact [email protected] for additional information. Any questions concerning the technical aspects of this Contract should be directed to Electric Director Bhadresh Patel at 302-366-7000 Ext. 2085 or [email protected]; or Ed Sullivan, Quad3 Group, Inc. Director of Pittsburgh Operations at 412-781-1344 Ext. 407 or [email protected]. Questions regarding the submission of this Contract or procedures of evaluation should be directed to Assistant to the City Manager Jeff Martindale at 302-366-700 Ext. 2005 or [email protected].

Page 3: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

1

TABLE OF CONTENTS

BIDDING REQUIREMENTS

A. Instructions to Bidders for Procurement Contracts 2 B. Bid (Proposal) Criteria and Evaluation 12 C. Bid Form 17 D. Bid Bond 19 E. Form of Agreement Between Buyer and Seller for Procurement Contracts 22 F. Payment Bond for Procurement Contracts 30 G. Performance Bond for Procurement Contracts 34 H. Standard General Conditions for Procurement Contracts 38 I. Supplementary Conditions 68 J. Special Conditions 70

DIVISION 1 – GENERAL REQUIREMENTS

A. Section 010100 – Summary of Work 75 B. Section 001783 – Operation and Maintenance Data 79 C. Section 017900 – Demonstration, Training and Testing 84

DIVISION 2 thru 39 – NOT USED DIVISION 40 – DISTRIBUTION SYSTEM AUTOMATION

A. Section 409000 – SCADA Master Station 92 ADDENDA

A. Drawing No. E534-SCADA; Title: SCADA SYSTEM; Rev 1 130 B. Newark Substation Equipment List_9-5-19 131 C. Newark Main Sub_Point List_9-5-19

a. CB1-3-5-T3 132 b. CB2-4-6-T4 140 c. CB13-14-15-T5 147 d. CB10-11-12 154 e. CB7-9-8 161 f. CB125-136 162 g. Annunciators 1-2-3 163 h. Tap Changers 3-4-5 166

D. Newark Typ Distr Sub_Point List_9-5-19

a. Typ CB and TR 168 b. Typ Annunc 172 c. Typ Tapchanger 175

Page 4: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

2

BIDDING REQUIREMENTS

A. INSTRUCTIONS TO VENDORS FOR PROCUREMENT CONTRACTS 1. DEFINED TERMS

1.01 Terms used in these Instructions to Bidders will have the meanings indicated in

the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof:

A. Bidder —The Prequalified individual or entity who submits a Bid directly to Owner.

Also listed as Contractor or Vendor.

B. Buyer —The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered (City of Newark, Delaware). Also listed as Owner or City.

C. Proposal – The document that contains the formal Bid and other information as defined in the Bid (Proposal) Criteria and Evaluation Section of the Bid Document.

D. Successful Bidder—The lowest responsible Bidder submitting a responsive Bid to

whom OWNER (on the basis of OWNER’s evaluation as hereinafter provided) makes an award.

2. BIDS (PROPOSALS) RECEIVED

2.01 Refer to Invitation to the Notice of Letting for information on receipt of proposals.

3. COPIES OF BIDDING DOCUMENTS

3.01 A complete electronic set of the Bidding Documents will be furnished by the Engineer without cost.

3.02 Complete sets of the Bidding Documents shall be used in preparing Bids; neither

Buyer nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.

Page 5: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

3

3.03 Buyer and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for furnishing Goods and Special Services and do not confer a license or grant for any other use.

4. QUALIFICATIONS OF BIDDERS

4.01 To demonstrate Bidder’s qualifications to furnish Goods and Special Services, within five days of Buyer’s request, Bidder shall submit written evidence, such as financial data, previous experience, and such other data as may be called for below.

A. Update of prequalification statement previously submitted on June 25, 2019.

5. EXAMINATION OF BIDDING DOCUMENTS AND POINT OF DESTINATION

5.01 Upon request Buyer will provide Bidder access to the Point of Destination to conduct such investigations, examinations, tests and studies as Bidder deems necessary for submission of a Bid.

5.02 It is the responsibility of each Bidder before submitting a Bid to:

A. Examine and carefully study the Bidding Documents, including any Addenda and the related data identified in the Bidding Documents;

B. If specified, or if, in Bidder’s judgment, any local condition may affect cost,

progress or the furnishing of Goods and Special Services, visit the Point of Destination to become familiar with the local conditions;

C. Become familiar with and satisfy Bidder as to all federal, state, and local Laws and

Regulations that may affect cost, progress, or the furnishing of Goods and Special Services;

D. Carefully study and correlate the information known to Bidder, and information

and observations obtained from Bidder’s visits, if any, to the Point of Destination, with the Bidding Documents;

E. Promptly give Engineer written notice of all conflicts, errors, ambiguities, or

discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Engineer is acceptable to Bidder; and

Page 6: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

4

F. Determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for furnishing Goods and Special Services.

5.03 The submission of a Bid will constitute an incontrovertible representation by

Bidder that Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon furnishing Goods and Special Services required by the Bidding Documents, that Bidder has given Engineer written notice of all conflicts, errors, ambiguities and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Engineer are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for furnishing Goods and Special Services.

6. PRE-BID CONFERENCE

6.01 A pre-bid conference is not anticipated for this bid. Should a pre-bid conference be deemed necessary, the ENGINEER shall notify all prospective bidders at least seven days prior to said date of pre-bid conference. Contractors may make arrangements with the Engineer and/or Owner to visit the site and review the existing conditions. Visits shall be scheduled

7. INTERPRETATIONS

7.01 Any inquiries regarding the Contract response collection process shall be directed to Jeffrey Martindale, Assistant to the City Manager for the City of Newark, at (302) 366-7000 x2005 or [email protected]. Any inquiries related to specifications or any other aspect of this Contract shall be directed to Bhadresh Patel, Newark Electric Director, at (302) 366-7000 x2085 or [email protected].

7.02 Interpretations or clarifications considered necessary by Buyer or Engineer in

response to such questions will be issued by Addenda emailed to all parties recorded by Engineer as having received the Bidding Documents. Questions received less than five (5) business days prior to the date for opening of Bids will not be answered. Only answers in the Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Any changes to the contract documents shall be made only by numbered addendum issued not later than three (3) business days prior to the date set for bid opening. Prospective bidders shall bear the entire responsibility for being sure they have received any and all such addenda.

Page 7: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

5

7.03 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Buyer or Engineer.

8. BID SECURITY

8.01 A Bid must be accompanied by Bid security made payable to Buyer, in an amount of 5% percent of Bidder's maximum Bid price and in the form of a certified or bank check or a Bid Bond on the attached or similar form issued by a surety meeting the requirements of Paragraph 4.01.B of the General Conditions.

8.02 The Bid security of the apparent Successful Bidder will be retained until such

Bidder has executed the Agreement, furnished the required contract performance bond and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the apparent Successful Bidder fails to execute and deliver the Agreement and furnish the required contract performance bond within 15 days after the Notice of Award, Buyer may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid security of other Bidders whom Buyer believes to have a reasonable chance of receiving the award may be retained by Buyer until the earlier of seven days after the Effective date of the Agreement or 61 days after the Bid opening, whereupon Bid security furnished by such Bidders will be returned.

9. CONTRACT TIMES

9.01 See applicable provisions in the Agreement.

10. LIQUIDATED DAMAGES

10.01 Provisions for liquidated damages, if any, are set forth in the Agreement.

11. “OR-EQUAL” ITEMS

11.01 The Contract, if awarded, will be on the basis of material and equipment specified or described in the Bidding Documents without consideration of possible substitute or “or-equal” items. Whenever it is specified or described in the Bidding Documents that an “or-equal” item of material or equipment may be furnished or used by Seller if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. The procedure for submittal of any such application by Seller and

Page 8: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

6

consideration by Engineer is set forth in the General Conditions and may be supplemented in the General Requirements.

12. PREPARATION OF BID

12.01 The Bid Form is included with the Bidding Documents. 12.02 All blanks on the Bid Form shall be completed by printing in ink or by typewriter

and the Bid signed. A Bid price shall be indicated for each Base Bid Item and/or Alternate Base Bid Item (where applicable), or the words “No Bid”, “No Change,” or “Not Applicable” entered. The Bid Form shall be accompanied by the information listed in the Bid Document section entitled “Bid (Proposal) Criteria and Evaluation”.

12.03 A Bid by a corporation shall be executed in the corporate name by the president

or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature.

12.04 A Bid by a partnership shall be executed in the partnership name and signed by a

partner (whose title must appear under the signature) accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature.

12.05 A Bid by a limited liability company shall be executed in the name of the firm by a

member and accompanied by evidence of authority to sign. The state in which the firm was formed and the official address of the firm shall be shown below the signature.

12.06 A Bid by an individual shall show the Bidder’s name and official address. 12.07 A Bid by a joint venture shall be executed by each joint venturer in the manner

indicated on the Bid Form. The official address of the joint venture shall be shown below the signature.

12.08 All names must be typed or printed in ink below the signature. 12.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers

of which shall be filled in on the Bid Form. 12.10 The address and telephone number for communications regarding the Bid shall be

shown.

Page 9: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

7

12.11 The Bid shall contain evidence of Bidder’s authority and qualification to do

business in the state of the Point of Destination or covenant to obtain such qualification prior to award of the Contract.

13. BASIS OF BID; EVALUATION OF PROPOSALS

13.01 Series of Lump Sums

A. Bidder shall submit a Bid for each lump sum item as set forth on the Bid Form, and where applicable, shall compute and enter the total of all lump sum items in the space provided on the Bid Form.

B. For determination of the apparent lowest qualified Bid, Bids will be compared on the basis of the total of all lump sum items.

C. Discrepancies between the indicated sum of any column of figures and the correct

sum thereof will be resolved in favor of the arithmetically correct sum. Discrepancies between words and figures will be resolved in favor of the words.

13.02 Evaluation of Bids

A. Bids shall be evaluated on price, conformance to bidding requirements,

qualifications of the Bidder, interview with Bidder, and other criteria as defined in the Bid Document section entitled “Bid (Proposal) Criteria and Evaluation”.

B. Bids and supporting criteria will be evaluated by a selection committee comprised of the Electric Director, two Deputy Directors, IT Manager, a representative of the Engineer (Quad Three Group, Inc.), and other individuals from the City of Newark staff as determined by the Owner.

C. The Buyer reserves the right to accept or reject any or all bids and to waive

technicalities and informalities in any bid, for the best interest of the Buyer. 14. SUBMITTAL OF BID

14.01 All bidders have been prequalified through a Statements of Prequalification, SCADA System Master Station Upgrade, legally advertised and received at the City of Newark, Delaware Office on June 25, 2019. The qualified bidders selected through that solicitation are the only bidders who will be invited to submit a bid

Page 10: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

8

for the material and engineering expertise required in this Contract. No other bidders are considered qualified and any bids received from such bidders will be rejected.

14.02 Each prospective Bidder is furnished an electronic copy of the Bidding Documents

including the Bid Form and Bid Bond Form. The Bid Form is to be completed and submitted with the Bid security and the following data:

A. Proposal Criteria data as defined in the Bid Document section entitled “Bid

(Proposal) Criteria and Evaluation”.

14.03 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the Notice of Letting and shall be enclosed in an opaque sealed envelope plainly marked with the Contract title, the name and address of the Bidder and shall be accompanied by the Bid security and other required documents. A mailed Bid shall be addressed to City of Newark, 220 South Main Street, Newark, DE 19711. Attn: Purchasing Division. Submit one (1) hard copy and one (1) soft copy (CD, DVD, flash drive) of the Bid and supporting documentation.

15. MODIFICATION OR WITHDRAWAL OF BID

15.01 A Bid may be modified or withdrawn by a document executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids.

15.02 If, within 24 hours after Bids are opened, any Bidder files a signed written notice

with Buyer and promptly thereafter demonstrates to the reasonable satisfaction of Buyer that there was a material and substantial mistake in the preparation of its Bid, it may withdraw its Bid, and its Bid security will be returned. Thereafter, if the Goods and Special Services are rebid, that Bidder will be disqualified from further bidding on the Goods and Special Services to be furnished under the Contract Documents.

16. OPENING OF BIDS/RECEIPT OF PROPOSALS

16.01 Bids will be opened at 2:00 p.m. on October 15, 2019 in the Newark City Council Chamber (220 S. Main Street; Newark, DE; 19711).

Page 11: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

9

17. ON-SITE DEMONSTRATIONS AND PRESENTATIONS

17.01 Following the evaluation of Bids by the review committee, the highest ranked firms shall be required to conduct on-site demonstrations and presentations of their proposed solution with City staff and the Engineer. The number of highest ranked firms selected for the on-site demonstration and presentation is at the City’s sole discretion.

18. BIDS TO REMAIN SUBJECT TO ACCEPTANCE

18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Buyer may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period.

19. AWARD OF CONTRACT

19.01 Buyer reserves the right to reject any and all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Buyer further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible. Buyer may also reject the Bid of any Bidder if Buyer believes that it would not be in the best interest of the Buyer to make an award to that Bidder. Buyer also reserves the right to waive all informalities not involving price, time or changes in the Goods and Special Services, and to negotiate contract terms with the Successful Bidder.

19.02 More than one Bid for the same Goods and Special Services from an individual or

entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Goods and Special Services shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest.

19.03 In evaluating Bids, Buyer will consider whether or not the Bids comply with the

prescribed requirements, and such alternatives, unit prices and other data, as may be requested in the Bid Form or may be requested from Bidders prior to a Notice of Award.

19.04 In evaluating Bids, Buyer will utilize the ranking system as defined in the Bid Document section entitled “Bid (Proposal) Criteria and Evaluation”. 19.05 Buyer may conduct such investigations as Buyer deems necessary to establish the

responsibility, qualifications, and financial ability of Bidder’s proposed

Page 12: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

10

subcontractors, suppliers, individuals, or entities to furnish parts of the Goods and Special Services in accordance with the Contract Documents.

19.06 If the Contract is to be awarded, Buyer will award the Contract to the Bidder

whose Bid is in the best interest of Buyer.

20. CONTRACT SECURITY AND INSURANCE

20.01 Article 4 of the General Conditions sets forth Buyer’s requirements as to performance and other bonds and insurance. When the Successful Bidder delivers the executed Agreement to Buyer, it must be accompanied by the required performance and other bonds.

21. SIGNING OF AGREEMENT

21.01 When Buyer gives a Notice of Award to Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are to be identified in the Agreement and attached thereto. Within 15 days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Buyer. Within ten days thereafter, Buyer shall deliver one fully signed counterpart to Successful Bidder with a complete set of Drawings with appropriate identification.

22. SALES AND USE TAXES

22.01 Buyer is exempt from Delaware state sales and use taxes on materials and equipment to be incorporated in the Project. Said taxes shall not be included in the Bid. Refer to Paragraph 5.10 of the Supplementary Conditions for additional information.

23. RETAINAGE (NOT APPLICABLE)

24. CONTRACT TO BE ASSIGNED (NOT APPLICABLE)

25. PREVAILING WAGES

25.01 There are no prevailing wage requirements for this Contract.

Page 13: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

11

26. BIDDER INCURRED COSTS

26.01 All costs that may be incurred to prepare proposals, attend meetings, attend site inspections, provide requested follow-up information, make formal and informal presentations, and for the entire contract negotiations process if applicable, shall be the sole responsibility of each Bidder. Buyer is not responsible under any circumstances for reimbursement of any costs that may be incurred by Bidders during the proposal preparation, subsequent selection or negotiation stages.

27. CONFIDENTIAL INFORMATION

27.01 Except as provided by statute and rule of law, Buyer and Engineer will keep trade secrets which the Bidder does not wish disclosed confidential. Each page shall be identified in boldface at the top and bottom as “CONFIDENTIAL” by the Bidder. Cost information shall not be deemed confidential. The determination of whether a matter is confidential will be determined by Delaware state law.

28. NONCOLLUSION

28.01 The Bidder shall not, either directly or indirectly, enter into any agreement, participate in any collusion, or otherwise take any action in restraint of free competitive bidding in connection with the contract.

29. EEO AND LICENSING

29.01 The Bidder shall possess all business and other licenses required by the State of Delaware and are a fair and equal opportunity employer.

30. ADVERTISEMENT

30.01 It is agreed that any Bidder submitting a bid will not use the name of the City in any advertisement without first obtaining the written consent of the City Manager.

Page 14: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

12

B. PROPOSAL CRITERIA AND EVALUATION

1. Proposals shall include as a minimum all of the information listed in these specifications. The information shall be presented in sufficient detail so that the Review Committee can adequately evaluate the proposals from technical and cost standpoints. The Proposal shall contain the following sections:

a. Letter of Interest b. Project Understanding and Approach c. Complete list of project deliverables d. Project Team / Key Personnel e. Bid Form and Bid Bond

2. Proposers are also encouraged to submit any supplemental information that indicates

how their proposed system would provide Newark with features and enhancements that exceed the minimum system requirements as set forth in this Bid Document. If will be up to the discretion of the individual reviewer whether or not the supplemental information will be considered in the ranking of the Proposal.

3. Proposed system demonstrations will take place after the opening and ranking of Bids

and only for the highest ranked (shortlisted) firms. The Owner anticipates shortlisting three (3) firms however the exact number is subject to change based on the evaluation of the proposal.

4. Proposers shall submit six (6) hard copies and one (1) soft copy (CD, DVD, flash drive) of their Proposal and supporting documentation in accordance with the Instructions to Bidders section of this specification. Proposals shall be submitted bound with each section tabbed and clearly identified. The entire proposal shall not exceed 125 pages (not including supplemental information). Supplemental information shall be submitted in electronic form only on a separate CD, DVD, or flash drive and included with the hard and soft copies of the Proposal. Submissions that do not conform to the required structure will be rejected without review.

5. The following information shall be included in each Proposal and will form the basis of

the evaluation. Generally, when scoring proposals, the Owner intends to use the entire point range for most categories. Each reviewer will independently review and rate every proposal by criterion area. The point number listed is the weight of each criterion. The total number of points available is 100. Once the independent reviews are completed, all scoring will be aggregated into a single score for each Proposer. This will establish further interviews with some or all of the Proposers. The Owner reserves the right to accept or reject any or all proposals and to waive any informalities or irregularities in the selection process.

Page 15: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

13

LETTER OF INTEREST – 5 Points The proposal letter of interest should contain the following:

a. Firm contact information. b. Transmittal of the Proposal enclosures and contents. c. Summary of firm’s capabilities. d. List of any partner subcontractor firms that may be providing services or equipment

as part of the Proposal. e. List of exceptions to the Owner’s Standard Form of Agreement.

PROJECT UNDERSTANDING, APPROACH, SYSTEM DETAILS – 10 points The proposed project understanding and approach should include the following: 1. A statement of understanding that defines the goals and objectives of the Owner for

this Project.

2. A management/technical approach that describes the utilization of specific methodologies and techniques to perform the planning, design and implementation process as outlined in the Summary of Work. Clearly explain reasons for modifications

or expansions of tasks. While the details of the plan can be completed later as part of

the work after Project Award, the plan should include sufficient detail to convey how the Proposer intends to accomplish each task associated with the successful delivery of the proposed SCADA system master station and associated equipment. Such details should include the requirements for integrating with the Owner’s existing SCADA system.

3. A proposed level of effort document which includes: a. A listing of all major tasks (design, programming, testing, demonstration, etc.)

b. A detailed list of all proposed project personnel by task. c. QA/QC effort for proposed system. d. Owner will closely scrutinize the proposed level of effort portion of the proposal.

It is crucial that Proposers submit proposals that contain ample time and effort to perform the work described under this Contract to a thorough and detailed level. If the Owner believes that Proposers have not submitted adequate time and effort, Proposers will be significantly penalized in terms of points received.

e. The Proposer must list and describe all assumptions used in developing the level of effort document.

4. A detailed schedule for all tasks. The proposed schedule should meet the timeline set forth in the Contract. The schedule should highlight key milestones.

5. Include a detailed description of the quality control plan that will be utilized during this

project. The plan should include specific procedures to be used in assuring that the

quality of the design deliverables meets Newark’s criteria and the standard of ordinary professional care. The plan should detail the products to be reviewed for this project, reviewer’s identity, review timing and frequency, review documentation, dispute resolution procedure, and sign-off requirements.

Page 16: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

14

6. Identify specific system criteria including but not limited to the following: a. List of values/data that are needed from the Owner’s existing SCADA system

RTU’s to allow the proposed system to integrate with the Owner’s existing systems.

b. System redundancy including provisions for hot standby. 7. Any other information that sets the Proposer and/or SCADA master station software

features apart from the others. BILL OF MATERIAL FOR SOFTWARE AND MAJOR EQUIPMENT – 10 points Provide specifications for software and any applicable hardware included in the proposal. The list shall include as a minimum: 1. Makes, models, operating system (i.e. Windows, Linux, etc.) and quantities for SCADA

system software. a. Provide sample screenshots of typical substation graphics (one-line), alarm

reporting, historical data reporting, etc. b. All information shall clearly define the exact features and options that are

included in the proposed system. Any “optional” features or add-on modules shall be clearly defined as such and applicable costs included as part of the supplemental cost information below.

2. Where applicable, makes, models and quantities of servers, network integration hardware, client stations.

PROJECT TEAM / KEY PERSONNEL – 5 points Provide the name and qualifications of the Project Manager (PM) assigned to this project. Include the PM’s prior similar experiences on: 1. Projects, which best illustrate his/her expertise to perform the requested services

2. Meeting schedules and budgets 3. Developing and implementing cost-effective SCADA design processes Provide the identity and qualifications of Key personnel (both prime and subconsultants) to work on this project, including the adequacy and appropriateness of their credentials and capabilities, expected project assignments, the extent of their project participation, and the relevance of their prior experience to this project. Provide an organizational chart illustrating the relationship between the PM, QA/QC Coordinator, and Key Personnel. Identify subconsultants in the organizational chart by name and firm. Provide resumes of PM and Key personnel only.

Page 17: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

15

OVERALL QUALIFICATIONS OF FIRM / TEAM – 10 points Owner will rely on the qualification information previously submitted by the Proposer as part of the Prequalification phase. The Proposer may submit updated and/or additional qualifications if desired. BID FORM, BID BREAKDOWN, AND SUPPLEMENTAL INFORMATION – 50 points Include within the proposal binder a separate sealed envelope that is plainly marked, "Bid Form”. The envelope shall contain the completed Bid Form, Bid Breakdown sheet(s) and Supplemental Information. The Bid Form shall be the official form included in this Bid Document. The Bid Breakdown sheet(s) should provide a cost breakdown (per unit and extended) of equipment and service used in calculated each Bid Item listed on the Bid Form. The Bid Breakdown may be provided in the Bidders own format, and should contain the following line items: 1. Bid Item No. 1

a. SCADA software and modules b. SCADA software license (if applicable) and duration. c. SCADA software support and duration. d. Labor tasks with line item and total man-hours (including, but not limited to,

labor, overhead, profit, bonds, insurance, travel expenses, and other direct costs). This list should include the following tasks:

i. Planning and Design Workshops (meetings) ii. System Design and Configuration

iii. SCADA system programming iv. For Windows-based systems, assistance to Owner’s IT Department for

the setup of a virtual server environment on the Owner’s existing central servers including furnishing recommended storage requirements, processor and operating system requirements; installation of software; and configuration of full-redundant, fail-over system

v. For Linux-based systems, complete stand-alone server hardware vi. Factory Testing

vii. Field Testing viii. Startup and Commissioning assistance

ix. Demonstration and Training x. Warranty

2. Total of Line Items 1a through 1d (should total proposed total lump sum bid on the Bid Form).

The Supplemental Cost Information will be used to further evaluate the cost-effectiveness of the Bidder’s services and shall not be included in the Base Bid. Include the following estimated costs (assume current 2019 rates where applicable):

Page 18: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

16

1. Proposed normal time hourly labor rates for staff to be used in any change order

negotiations. 2. Proposed minimum service call charge for a SCADA system field technician (include

labor, estimated travel to and from Newark, DE and per diem subsistence) 3. Proposed annual SCADA master station software technical support beyond term listed in

the specifications. 4. Proposed annual SCADA master station software license fee beyond the term listed in

the specifications. 5. List of special add-on modules (including cost) that are available for the proposed

SCADA software. Modules may include such enhancements/integrations as: outage management; power system simulation (fault analysis, load flow, etc.); AMR; etc. Include the module name, 3rd party software integration name (where applicable), and associated add-on cost.

A final level of effort may be negotiated with the successful Bidder before contract award. Note that the Bid Breakdown will be used to assist with establishing a payment schedule, subject to review and adjustment by the Owner. ON-SITE DEMONSTRATION AND PRESENTATION (POST-BID) – 10 points Following the evaluation of Bids by the review committee, the highest ranked firms based on the above criteria, shall be required to conduct on-site demonstrations and presentations of their proposed solution with City staff and the Engineer. The number of highest ranked firms selected for the on-site demonstration and presentation is at the City’s sole discretion. The demonstration and presentation shall be conducted at the City offices. The details of the demonstration and presentation will be delivered to the highest ranked firms prior to the meeting. The requirements of the demonstration and presentation may include: 1. Review of the submitted proposal. 2. Simulated operation of an actual IED (RTU) communication with the existing SCADA

system via DNP3.0 protocol. 3. Creation of single line diagram of one (1) typical distribution substation

4. Performance of operational and alarm postings (sequence of events) 5. Demonstration of any applications that sets this product apart from others.

6. Provide information that will make this project successful for the Owner.

Page 19: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

17

C. BID FORM

BID FORM

CITY OF NEWARK, DE

CONTRACT NO. 19-13

PROCUREMENT OF EQUIPMENT AND SERVICES FOR SCADA SYSTEM MASTER STATION UPGADE

PROPOSAL FROM Proposer: In conformity with the drawings and specifications as prepared by Quad Three Group, Inc., 3495 Butler Street, Pittsburgh, Pennsylvania, Engineer; the undersigned submits this Proposal and enclosed herewith as a Proposal Guaranty, a certified check, cashier’s check, or bid bond, in an amount of not less than Five Percent (5%) of the total of the hereinafter stated bid made payable to or indemnifying the City of Newark, which check or bond it is understood, will be forfeited to and retained by the City of Newark, as liquidated damages, if this proposal or any part thereof is accepted by the City of Newark and the undersigned shall fail to furnish approved performance bonds and execute a contract within ten (10) days from the date of issuance of the award. Should the City of Newark fail to make an award on this project through no fault or failure on the part of the Bidder, then the City of Newark shall return said check.

It is hereby certified and agreed that this Proposal is effective for acceptance by the City of Newark for a period of sixty (60) days. Bidder agrees that, if awarded the contract, he will furnish and deliver all materials in accordance with the drawings, specifications, and the dates agreed upon, to the complete satisfaction and acceptance of the City of Newark for the price hereinafter stated. Time is of the essence in the performance of this contract. It is understood that the City of Newark reserves the right to reject any or all proposals, or part thereof or items therein and to waive technicalities required for the best interests of the City of Newark. It is further understood that system functionality, competency and responsibility of Bidders will receive consideration before the award of the contract. The Bidder agrees that the system will be complete and ready for use by the dates listed in the specifications or those proposed by the Bidder if acceptable to the Owner.

Page 20: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

18

BASE BID - SCADA SYSTEM MASTER STATION UPGRADE

Bid Item No. 1 (applicable to all proposed systems): Provide engineering, design, SCADA software, programming, hardware (where applicable), software license(s), and operational support.

Lump Sum Bid Amount (words):

($ )

Proposed Completion Date: By: Signature Address Telephone: Fax: E-mail: ATTEST: Signature: Title:

MANDATORY PROPOSAL DATA

(To be completed and returned with Bid Form)

1. Information defined in the section “Bid (Proposal) Criteria and Evaluation.

Page 21: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

19

D. BID BOND

BIDDER (Name and Address):

SURETY (Name and Address of Principal Place of Business):

OWNER (Name and Address):

BID

BID DUE DATE: PROJECT (Brief Description Including Location):

BOND

BOND NUMBER: DATE (Not later than Bid due date): PENAL SUM: (Words) (Figures)

IN WITNESS WHEREOF, Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on page 2 hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative.

BIDDER SURETY

___________________________________ (Seal) _____________________________(Seal) Bidder’s Name and Corporate Seal Surety’s Name and Corporate Seal By: ____________________________________ By: ______________________________ Signature and Title Signature and Title Attest: __________________________________ Attest: ____________________________ Signature and Title Signature and Title (Attach Power of Attorney) Note (1) Above addresses are to be used for giving required notice.

(2) Any singular reference to Bidder, Surety, OWNER or other party shall be considered plural where applicable.

Page 22: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

20

1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to OWNER upon default of Bidder the penal sum set forth on the face of this Bond.

2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents.

3. This obligation shall be null and void if:

3.1 OWNER accepts Bidder’s Bid and bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by OWNER) the executed Agreement required by the Bidding Documents and any performance and payment Bonds required by the Bidding Documents.

3.2 All Bids are rejected by OWNER, or

3.3 OWNER fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof).

4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from OWNER, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due.

5. Surety waives notice of and any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by OWNER and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety’s written consent.

6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the

notice of default required in paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date.

7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located.

Page 23: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

21

8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned.

9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney

evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety thereby.

10. This Bond is intended to conform to all applicable statutory requirements. Any applicable

requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect.

11. The term “Bid” as used herein includes a Bid, offer or proposal as applicable.

Page 24: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

22

E. Form of Agreement Between Buyer and Seller for Procurement Contracts

FORM OF AGREEMENT BETWEEN BUYER AND SELLER

FOR PROCUREMENT CONTRACTS

THIS AGREEMENT is between City of Newark (“Buyer”)

and (“Seller”). Buyer and Seller, in consideration of the mutual covenants set forth herein, agree as follows:

ARTICLE 1 - GOODS AND SPECIAL SERVICES

1.01 Seller shall furnish the Goods and Special Services as specified or indicated in the

Contract Documents. The Goods and Special Services to be furnished are described in Section 010100, Summary of Work and related technical sections.

ARTICLE 2 - THE PROJECT

2.01 The Project for which the Goods and Special Services to be provided under the Contract

Documents may be the whole or only a part is generally described as follows:

PROCUREMENT OF EQUIPMENT AND SERVICES FOR

SCADA SYSTEM MASTER STATION UPGARDE

ARTICLE 3 - ENGINEER

3.01 The Contract Documents for the Goods and Special Services have been prepared by Quad Three Group, Inc. 3495 Butler Street Pittsburgh, PA 15201

who is hereinafter called Engineer and who is to assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the furnishing of Goods and Special Services.

Page 25: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

23

ARTICLE 4 - POINT OF DESTINATION

4.01 The place where the Goods are to be delivered is defined in the General Conditions as

the Point of Destination and is designated as:

City of Newark 220 S. Main St. Newark, DE 19711

ARTICLE 5 - CONTRACT TIMES

5.01 Time of the Essence A. All time limits for Milestones, if any, the delivery of Goods and the furnishing of Special

Services as stated in the Contract Documents are of the essence of the Contract.

5.02 Date for Submittal of Shop Drawings A. All Shop Drawings and Samples required by the Contract Documents will be submitted

to Buyer for Engineer’s review and approval within 60 days after the date when the Contract Times commence to run as provided in Paragraph 2.03 of the General Conditions.

5.03 Date for Delivery of Goods A. The Goods are to be delivered to the Point of Destination and ready for Buyer’s receipt

of delivery on (or within a period of 15 days prior to) the dates established in the Seller’s Bid.

5.04 Days for Furnishing Special Services A. The furnishing of Special Services to Buyer will commence within 30 days after

Buyer’s written notice to Seller following Buyer’s receipt of delivery of the Goods, and shall be completed within 270 days thereafter. Such notice will be given no later than 7 days after Buyer’s receipt of delivery.

5.05 Liquidated Damages A. Buyer and Seller recognize that time is of the essence of this Agreement and that Buyer will suffer financial loss if the Goods are not delivered at the Point of Destination and ready for receipt of delivery by Buyer within the times specified in Paragraph 5.03 above, plus any extensions thereof allowed in accordance with Article 7 of the General Conditions. The parties

Page 26: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

24

also recognize that the timely performance of services by others involved in the Project are materially dependent upon Seller’s specific compliance with the requirements of Paragraph 5.03. Further, they recognize the delays, expense and difficulties involved in proving the actual loss suffered by Buyer if complete acceptable Goods are not delivered on time. Accordingly, instead of requiring such proof, Buyer and Seller agree that as liquidated damages for delay (but not as a penalty) Seller shall pay Buyer $ 250.00 for each day that expires after the time specified in Paragraph 5.03 for delivery of acceptable Goods.

ARTICLE 6 - CONTRACT PRICE

6.01 Buyer shall pay Seller for furnishing the Goods and Special Services in accordance with

the Contract Documents in current funds as follows:

A. The prices stated in Seller’s Bid, attached hereto as an exhibit.

ARTICLE 7 - PAYMENT PROCEDURES

7.01 Submittal and Processing of Payments. A. Seller shall submit Applications for Payment in accordance with Article 10 of the General

Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions.

7.02 Progress Payments. A. Buyer shall make progress payments on account of the Contract Price on the basis of

Seller’s Applications for Payment and approved Schedule of Values as follows:

1. Upon receipt of Application for Payment submitted in accordance with Paragraph 10.01.A.1 of the General Conditions and accompanied by Engineer’s recommendation of payment in accordance with Paragraph 10.02.A of the General Conditions, an amount equal a percentage of the Contract Amount equal to the percentage of Goods and Services provided to date, less such amounts as Engineer may determine in accordance with Paragraph 10.02.A.3 of the General Conditions.

2. Upon receipt of subsequent such Application for Payment accompanied by Engineer’s

recommendation of payment in accordance with Paragraph 10.01.A.2 of the General Conditions, an amount equal a percentage of the Contract Amount equal to the

Page 27: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

25

percentage of Goods and Services provided to date, less such amounts as Engineer may determine in accordance with Paragraph 10.02.A.3 of the General Conditions.

7.03 Final Payment

A. Upon receipt of the final Application for Payment accompanied by Engineer’s recommendation of payment in accordance with Paragraph 10.06 of the General Conditions, Buyer shall pay the remainder of the Contract Price as recommended by Engineer.

ARTICLE 8 - SELLER’S REPRESENTATIONS

8.01 In order to induce Buyer to enter into this Agreement, Seller makes the following

representations: A. Seller has examined and carefully studied the Contract Documents and the other related

data identified in the Bidding Documents.

B. If specified or if, in Seller’s judgment, any local condition may affect cost, progress or the

furnishing of the Goods and Special Services, Seller has visited the Point of Destination and become familiar with and is satisfied as to the local conditions that may affect cost, progress or the furnishing of the Goods and Special Services.

C. Seller is familiar with and is satisfied as to all local federal, state and local Laws and

Regulations that may affect cost, progress and the furnishing of the Goods and Special Services.

D. Seller has carefully studied and correlated the information known to Seller, and

information and observations obtained from Seller’s visits, if any, to the Point of Destination, with the Contract Documents.

E. Seller has given Engineer written notice of all conflicts, errors, ambiguities, or

discrepancies that Seller has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Seller.

F. The Contract Documents are generally sufficient to indicate and convey understanding

of all terms and conditions for furnishing Goods and Special Services.

Page 28: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

26

ARTICLE 9 - CONTRACT DOCUMENTS

9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 1 to , inclusive); 2. Performance Bond (pages to , inclusive); 3. Other bonds a. (pages to , inclusive); b. (pages to , inclusive); c. (pages to , inclusive); 4. General Conditions (pages to , inclusive); 5. Supplementary Conditions (pages to , inclusive);

6. Specifications as listed in table of contents of the Project Manual dated ___________;

7. Drawings, consisting of a cover sheet and sheets numbered through ,

inclusive, with each sheet bearing the following general title:

8. Addenda (Numbers to , inclusive);

9. Exhibits to this Agreement (enumerated as follows): a. Seller’s Bid (pages to , inclusive); b. Documentation submitted by Seller prior to Notice of Award (pages to ,

inclusive); c. ;

10. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto:

a. Notice to Proceed (pages to , inclusive);

Page 29: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

27

b. Written Amendment(s); c. Change Order(s); d. Field Order(s); e. Engineer’s Written Interpretation(s). B. The documents listed in paragraph 10.01.A are attached to this Agreement (except as

expressly noted otherwise above).

C. There are no Contract Documents other than those listed above in this Article 10. D. The Contract Documents may only be amended, or supplemented as provided in

Paragraph 3.04 of the General Conditions.

ARTICLE 10 - MISCELLANEOUS

10.01 Defined Terms A. Terms used in this Agreement will have the meanings indicated in the General

Conditions and the Supplementary Conditions.

10.02 Assignment A. No assignment by a party hereto of any rights under or interests in the Contract

Documents will be binding on another party hereto without the written consent of the party sought to be bound. Specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law). Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents.

10.03 Successors and Assigns A. Buyer and Seller each binds itself, its partners, successors, assigns and legal

representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents.

Page 30: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

28

10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under

any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Buyer and Seller. The Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision.

Page 31: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

29

IN WITNESS WHEREOF, Buyer and Seller have signed this Agreement in duplicate. One counterpart each has been delivered to Buyer and Seller. All portions of the Contract Documents have been signed or identified by Buyer and Seller or on their behalf.

This Agreement will be effective on [insert date]. Buyer: Seller: By: By: [Corporate Seal] [Corporate Seal] Attest: Attest: Address for giving notice: Address for giving notice: (If Buyer is a corporation, attach evidence of Agent for service of process: authority to sign. If Buyer is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Buyer-Seller Agreement.) (If Seller is a corporation or a partnership, attach evidence of authority to sign.) Designated Representative: Designated Representative: Name: Name: Title: Title: Address: Address: Phone: Phone: Facsimile: Facsimile:

Page 32: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

30

F. Payment Bond for Procurement Contracts

PAYMENT BOND FOR PROCUREMENT CONTRACTS

Any singular reference to Seller, Surety, Buyer or other party shall be considered plural where applicable.

SELLER (Name and Address): SURETY (Name and Address of Principal Place of Business): BUYER (Name and Address): CONTRACT Date: Amount: Description (Name and Location): BOND Date (Not earlier than Contract Date): Bond Number: Amount: Modifications to this Bond Form: Surety and Seller, 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. Seller as Principal Surety Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: (Attach Power of Attorney) Address: Telephone Number: Seller as Principal Surety Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: Address: Telephone Number:

Page 33: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

31

1. Seller and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to Buyer to pay for labor, materials and equipment furnished for use in the performance of the Contract, which is incorporated herein by reference. For purposes of this bond, Buyer means Buyer’s assigns, if and when Buyer has assigned the Contract. 2. With respect to Buyer, this obligation shall be null and void if Seller: 2.1. Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2. Defends, indemnifies and holds harmless Buyer from all claims, demands, liens or suits

by any person or entity who furnished labor, materials or equipment for use in the performance of the Contract, provided Buyer has promptly notified Seller and Surety (at the addresses described in paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to Seller and Surety, and provided there is no Buyer Default.

3. With respect to Claimants, this obligation shall be null and void if Seller promptly makes

payment, directly or indirectly, for all sums due. 4. Surety shall have no obligation to Claimants under this Bond until:

4.1. Claimants who are employed by or have a direct contract with Seller have given notice to Surety (at the addresses described in paragraph 12) and sent a copy, or notice thereof, to Buyer stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim.

4.2. Claimants who do not have a direct contract with Seller:

1. Have furnished written notice to Seller and sent a copy, or notice thereof, to

Buyer, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and

2. Have either received a rejection in whole or in part from Seller or not received

within 30 days of furnishing the above notice any communication from Seller by which Seller had indicated the claim will be paid directly or indirectly; and

3. Not having been paid within the above 30 days, have sent a written notice to

Surety and sent a copy, or notice thereof, to Buyer stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to Seller.

Page 34: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

32

5. If a notice required by paragraph 4 is given by Buyer to Seller or to Surety, that is sufficient compliance.

6. When a Claimant has satisfied the conditions of paragraph 4, Surety shall promptly and at

Surety’s expense take the following actions: 6.1. Send an answer to the Claimant, with a copy to Buyer, within 45 days after receipt of

the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed.

6.2. Pay or arrange for payment of any undisputed amounts. 7. Surety’s total obligation shall not exceed the amount of this Bond, and the amount of this

bond shall be credited for any payments made in good faith by Surety. 8. Amounts owed by Buyer to Seller under the Contract shall be used for the performance of

the Contract and to satisfy claims, if any, under any Performance Bond. By Seller furnishing and Buyer accepting this Bond, they agree that all funds earned by Seller in the performance of the Contract are dedicated to satisfy obligations of Seller and Surety under this Bond, subject to Buyer’s priority to use the funds for the completion of the furnishing the Goods and Special Services.

9. Surety shall not be liable to Buyer, Claimants or others for obligations of Seller that are

unrelated to the Contract. Buyer shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond.

10. Surety hereby waives notice of any change, including changes of time, to the Contract or to

related Subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of

competent jurisdiction in the location in which the Goods relevant to the claim are 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 4.2.3, 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 Contract, whichever of (1) or (2) first occurs. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.

Page 35: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

33

12. Notice to Surety, Buyer or Seller shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety, Buyer or Seller, however, accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page.

13. When this Bond has been furnished to comply with a statutory or other legal requirement in

the location where the Contract was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory Bond and not as a common law bond.

14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond,

Seller shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. Definitions

15.1. Claimant: An individual or entity having a direct contract with Seller or with a Subcontractor of Seller to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms “labor, materials or equipment” that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Contract, architectural and engineering services required for furnishing the Goods and Special Services by Seller and Seller’s Subcontractors, and all other items for which a mechanic’s lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished.

15.2. Contract: The agreement between Buyer and Seller identified on the signature page,

including all Contract Documents and changes thereto.

15.3. Buyer Default: Failure of Buyer, which has neither been remedied nor waived, to pay Seller as required by the Contract or to perform and complete or comply with the other terms thereof.

Page 36: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

34

G. Performance Bond for Procurement Contracts

PERFORMANCE BOND FOR PROCUREMENT CONTRACTS

Any singular reference to Seller, Surety, Buyer or other party shall be considered plural where applicable.

SELLER (Name and Address): SURETY (Name and Address of Principal Place of Business): BUYER (Name and Address): CONTRACT Date: Amount: Description (Name and Location): BOND Date (Not earlier than Contract Date): Bond Number: Amount: Modifications to this Bond Form: Surety and Seller, 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. Seller as Principal Surety Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: (Attach Power of Attorney) Address: Telephone Number: Seller as Principal Surety Company: (Corp. Seal) Company: (Corp. Seal) Signature: Signature: Name and Title: Name and Title: Address: Telephone Number:

Page 37: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

35

1. Seller and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to Buyer for the performance of the Contract, which is incorporated herein by reference. For purposes of this bond, Buyer means Buyer’s assigns, if and when Buyer has assigned the Contract.

2. If Seller performs the Contract, Surety and Seller have no obligation under this Bond, except

to participate in conferences as provided in paragraph 3.1.

3. If there is no Buyer Default, Surety's obligation under this Bond shall arise after:

3.1. Buyer has notified Seller and Surety pursuant to paragraph 10 that Buyer is considering declaring a Seller Default and has requested and attempted to arrange a conference with Seller and Surety to be held not later than 15 days after receipt of such notice to discuss methods of performing the Contract. (If Buyer, Seller and Surety agree, Seller shall be allowed a reasonable time to perform the Contract, but such an agreement shall not waive Buyer's right, if any, subsequently to declare a Seller Default); and

3.2. Buyer has declared a Seller Default and formally terminated Seller's right to complete

the Contract. Such Seller Default shall not be declared earlier than 20 days after Seller and Surety have received notice as provided in paragraph 3.1; and

3.3. Buyer has agreed to pay the Balance of the Contract Price to:

1. Surety in accordance with the terms of the Contract; 2. Another seller selected pursuant to paragraph 4.3 to perform the Contract.

4. When Buyer has satisfied the conditions of paragraph 3, Surety shall promptly and at

Surety's expense take one of the following actions:

4.1. Arrange for Seller, with consent of Buyer, to perform and complete the Contract; or 4.2. Undertake to perform and complete the Contract itself, through its agents or through

independent contractors; or 4.3. Obtain bids or negotiated proposals from qualified sellers acceptable to Buyer for a

contract for performance and completion of the Contract, arrange for a contract to be prepared for execution by Buyer and Seller selected with Buyer's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the Bonds issued on the Contract, and pay to Buyer the amount of damages as described in paragraph 6 in excess of the Balance of the Contract Price incurred by Buyer resulting from Seller Default; or

Page 38: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

36

4.4. Waive its right to perform and complete, arrange for completion, or obtain a new seller, and with reasonable promptness under the circumstances, either:

1. determine the amount for which it may be liable to Buyer and, as soon as practicable

after the amount is determined, tender payment therefor to Buyer; or

2. deny liability in whole or in part and notify Buyer citing reasons therefor. 5. If Surety does not proceed as provided in paragraph 4 with reasonable promptness, Surety

shall be deemed to be in default on this Bond 15 days after receipt of an additional written notice from Buyer to Surety demanding that Surety perform its obligations under this Bond, and Buyer shall be entitled to enforce any remedy available to Buyer. If Surety proceeds as provided in paragraph 4.4, and Buyer refuses the payment tendered or Surety has denied liability, in whole or in part, without further notice Buyer shall be entitled to enforce any remedy available to Buyer.

6. After Buyer has terminated Seller's right to complete the Contract, and if Surety elects to

act under paragraph 4.1, 4.2, or 4.3, then the responsibilities of Surety to Buyer shall not be greater than those of Seller under the Contract, and the responsibilities of Buyer to Surety shall not be greater than those of Buyer under the Contract. To a limit of the amount of this Bond, but subject to commitment by Buyer of the Balance of the Contract Price to mitigation of costs and damages on the Contract, Surety is obligated without duplication for:

6.1. The responsibilities of Seller for correction or replacement of defective Goods and

Special Services and completion of the Contract;

6.2. Additional legal, design professional and delay costs resulting from Seller's Default, and resulting from the actions or failure to act of Surety under paragraph 4; and

6.3. Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of Seller.

7. Surety shall not be liable to Buyer or others for obligations of Seller that are unrelated to

the Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than Buyer or its heirs, executors, administrators, successors, or assigns.

8. Surety hereby waives notice of any change, including changes of time, to the Contract or to

related subcontracts, purchase orders and other obligations. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of

competent jurisdiction in the location in which the Goods and Services are located and shall

Page 39: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

37

be instituted within two years after Seller Default or within two years after Seller ceased working or within two years after Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.

10. Notice to Surety, Buyer or Seller shall be mailed or delivered to the address shown on the

signature page.

11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the Goods were to be delivered and the Special Services were to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond.

12. Definitions.

12.1. Balance of the Contract Price: The total amount payable by Buyer to Seller under the Contract after all proper adjustments have been made, including allowance to Seller of any amounts received or to be received by Buyer in settlement of insurance or other Claims for damages to which Seller is entitled, reduced by all valid and proper payments made to or on behalf of Seller under the Contract.

12.2. Contract: The agreement between Buyer and Seller identified on the signature page,

including all Contract Documents and changes thereto. 12.3. Seller Default: Failure of Seller, which has neither been remedied nor waived, to

perform or otherwise to comply with the terms of the Contract. 12.4. Buyer Default: Failure of Buyer, which has neither been remedied nor waived, to pay

Seller as required by the Contract or to perform and complete or comply with the other terms thereof.

Page 40: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

38

H. Standard General Conditions for Procurement Contracts

STANDARD GENERAL CONDITIONS FOR PROCUREMENT CONTRACTS

ARTICLE 1 – DEFINITIONS AND TERMINOLOGY

1.01 Defined Terms

A. Whenever used in the Bidding Requirements or Contract Documents and printed with

initial capital letters, the terms listed below will have the meanings indicated which are applicable to the singular or plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms.

1. Addenda--Those written or graphic instruments issued prior to the opening of Bids in

accordance with the Bidding Requirements which clarify or change the Bidding Re-quirements or the proposed Contract Documents.

2. Agreement--The written instrument signed by both Buyer and Seller covering the

Goods and Special Services and which lists the Contract Documents in existence on the Effective Date of the Agreement.

3. Application for Payment--The form acceptable to Buyer which is used by Seller in

requesting progress and final payments and which is accompanied by such supporting documentation as is required by the Contract Documents.

4. Bid--An offer or proposal submitted on the prescribed form setting forth the prices

for the Goods and Special Services to be provided.

5. Bidder--A person who submits a Bid directly to Buyer.

6. Bidding Documents--The Bidding Requirements and the proposed Contract Docu-ments (including all Addenda).

7. Bidding Requirements--The Advertisement or Invitation to Bid, Instructions to

Bidders, Form of Bid security, if any, and Bid Form with any supplements.

8. Buyer--The person or public entity purchasing the Goods and Special Services.

9. Change Order--A document recommended by Engineer which is signed by Seller and Buyer and authorizes an addition, deletion, or revision to the Contract Documents or

Page 41: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

39

an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement.

10. Claim--A written demand or assertion by Buyer or Seller seeking an adjustment of

Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract.

11. Contract--The entire and integrated written agreement between Buyer and Seller

concerning the Goods and Special Services. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral.

12. Contract Documents--Those items listed in the Agreement. Only printed or hard

copies of the items listed in the Agreement are Contract Documents. Files in electronic media format of text, data, graphics, and the like are not Contract Documents, and may not be relied on by Seller. Approved Shop Drawings and other Seller’s submittals are not Contract Documents.

13. Contract Price-- The moneys payable by Buyer to Seller for furnishing the Goods and

Special Services in accordance with the Contract Documents as stated in the Agreement.

14. Contract Times--The times stated in the Agreement by which the Goods must be

delivered and Special Services must be furnished.

15. Drawings--That part of the Contract Documents prepared or approved by Engineer that graphically shows the scope, intent, and character of the Goods and Special Services to be furnished by Seller.

16. Effective Date of the Agreement--The date indicated in the Agreement on which it

becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver.

17. Engineer--The person designated as such in the Agreement.

18. Field Order--A written order issued by Engineer which requires minor changes in the

Goods or Special Services but that does not involve a change in the Contract Price or Contract Times.

19. General Requirements--Sections of Division 1 of the Specifications. The General

Requirements pertain to all sections of the Specifications.

20. Goods--The tangible and movable personal property that is described in the Contract Documents, regardless of whether the property is to be later attached to realty.

Page 42: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

40

21. Laws and Regulations; Laws or Regulations--Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction.

22. Milestone--A principal event specified in the Contract Documents relating to an

intermediate completion date or time prior to the Contract Times.

23. Notice of Award--The written notice by Buyer to the apparent Successful Bidder stating that upon timely compliance by the apparent Successful Bidder with the conditions listed therein, Buyer will sign and deliver the Agreement.

24. Notice to Proceed-- A written notice given by Buyer to Seller fixing the date on which

the Contract Times commence to run and on which Seller shall start to perform under the Contract.

25. Point of Destination --The specific address of the location where delivery of the

Goods shall be made as stated in the Agreement.

26. Project--The total undertaking of which the Goods and Special Services to be provided under the Contract are a part.

27. Project Manual--The bound documentary information prepared for bidding and

furnishing the Goods and Special Services. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents.

28. Samples--Physical examples of materials, equipment, or workmanship that are

representative of some portion of the Goods and which establish the standards by which such portion of the Goods or Special Services will be judged.

29. Seller--The person furnishing the Goods and Special Services.

30. Shop Drawings--All drawings, diagrams, illustrations, schedules, and other data or

information which are specifically prepared or assembled by or for Seller and submitted by Seller to illustrate some portion of the Goods or Special Services.

31. Special Services--Services associated with the Goods to be furnished by Seller as

required by the Contract Documents.

32. Specifications--That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards and workmanship as applied to the furnishing of the Goods and Special Services, and certain administrative details applicable thereto.

Page 43: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

41

33. Successful Bidder--The lowest responsible Bidder submitting a responsive Bid, to whom Buyer makes an award.

34. Supplementary Conditions--That part of the Contract Documents which amends or

supplements these General Conditions.

35. Written Amendment--A written statement modifying the Contract Documents, signed by Buyer and Seller on or after the Effective Date of the Agreement and normally dealing with the administrative aspects of the Contract Documents.

1.02 Terminology

A. Intent of Certain Terms or Adjectives

1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as directed” or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Goods or Special Services. It is intended that such exercise of professional judgment, action or determination will be solely to evaluate, in general, the Goods or Special Services for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty or authority to supervise or direct the furnishing of Goods or Special Services or any duty or authority to undertake responsibility contrary to any other provision of the Contract Documents.

2. Unless stated otherwise in the Contract Documents, words or phrases which have a

well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning.

3. The word “non-conforming” when modifying the words “Goods” or “Special

Services”, refers to Goods or Special Services that fail to conform to the Contract Documents.

4. The word “receipt” when referring to the Goods, shall mean the physical taking and

possession by the Buyer under the conditions specified in Paragraph 8.01.B.3.

Page 44: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

42

B. Day

1. The word “day” shall constitute a calendar day of 24 hours measured from midnight to the next midnight.

ARTICLE 2 - PRELIMINARY MATTERS

2.01 Delivery of Bonds

A. When Seller delivers the executed Agreements to Buyer, Seller also shall deliver such

bonds as Seller may be required to furnish.

2.02 Copies of Documents

A. Buyer shall furnish Seller up to five copies of the Contract Documents. Additional copies

will be furnished upon request at the cost of reproduction.

2.03 Commencement of Contract Times; Notice to Proceed

A. The Contract Times will commence to run on the thirtieth day after the Effective Date of

the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier.

2.04 Designated Representatives

A. Buyer and Seller shall each designate its representative at the time the Agreement is

signed. Each representative shall have full authority to act on behalf of and make binding decisions in any matter arising out of or relating to the Contract.

2.05 Before Starting Fabrication/Assembly of Goods

A. Seller’s Review of Contract Documents: Before commencing performance of the Contract,

Seller shall carefully study and compare the Contract Documents and check and verify pertinent requirements therein and, if specified, all applicable field measurements. Seller shall promptly report in writing to Buyer and Engineer any conflict, error, ambiguity or

Page 45: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

43

discrepancy which Seller may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any work affected thereby.

2.06 Progress Schedule

A. Within 15 days after the Contract Times start to run, Seller shall submit to Buyer and

Engineer an acceptable progress schedule of activities, including at a minimum, Shop Drawing and Sample submittals, tests, and deliveries as required by the Contract Documents. No progress payment will be made to Seller until an acceptable schedule is submitted to Buyer and Engineer.

B. The progress schedule will be acceptable to Buyer and Engineer if it provides an orderly

progression of the submittals, tests, and deliveries to completion within the specified Milestones and the Contract Times. Such acceptance will not impose on Buyer or Engineer responsibility for the progress schedule, for sequencing, scheduling, or progress of the work nor interfere with or relieve Seller from Seller’s full responsibility therefor. Such acceptance shall not be deemed to acknowledge the reasonableness and attainability of the schedule.

2.07 Preliminary Conference

A. Within 20 days after the Contract Times start to run, a conference attended by Seller,

Buyer, Engineer and others as appropriate will be held to establish a working understanding among the parties as to the Goods and Special Services and to discuss the schedule referred to in Paragraph 2.06.A., procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records.

ARTICLE 3 - CONTRACT DOCUMENTS: INTENT AND AMENDING

3.01 Intent

A. The Contract Documents are complementary; what is called for by one is as binding as if

called for by all. B. Any labor, documentation, services, materials, or equipment that may reasonably be

inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided, whether or not specifically called for, at no additional cost to Buyer.

C. Clarifications and interpretations of, or notifications of minor variations and deviations in,

the Contract Documents, will be issued by Engineer as provided in Article 9.

Page 46: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

44

3.02 Laws and Regulations, Standards, Specifications and Codes

A. Reference to standards, specifications, manuals, or codes of any technical society,

organization, or association, or to Laws and Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws and Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents.

B. No provision of any such standard, specification, manual or code, or any instruction of a

supplier shall be effective to change the duties or responsibilities of Buyer or Engineer, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to Buyer or Engineer, or any of their consultants, agents, or employees any duty or authority to supervise or direct the performance of Seller’s obligations or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents.

3.03 Reporting and Resolving Discrepancies

A. Reporting Discrepancies: If, during the performance of the Contract, Seller discovers any

conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Contract or of any standard, specification, manual or code, or of any instruction of any supplier, Seller shall promptly report it to Buyer in writing for Engineer’s review. Seller shall not proceed with the furnishing of the Goods or Special Services affected thereby until an amendment to or clarification of the Contract Documents has been issued. Seller shall not be liable to Buyer or Engineer for failure to report any such conflict, error, ambiguity, or discrepancy unless Seller knew or reasonably should have known thereof.

B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Contract

Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and:

1. the provisions of any standard, specification, manual, code, or instruction (whether

or not specifically incorporated by reference in the Contract Documents); or

2. the provisions of any Laws or Regulations applicable to the furnishing of the Goods and Special Services (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation).

Page 47: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

45

3.04 Amending and Clarifying Contract Documents

A. The Contract Documents may be amended to provide for additions, deletions, and

revisions to the Goods or Special Services or to modify the terms and conditions thereof by a Written Amendment or a Change Order.

B. The requirements of the Contract Documents may be supplemented, and minor variations

and deviations in the Goods or Special Services not affecting Contract Price or Contract Times may be authorized, by one or more of the following ways: 1) a Field Order; 2) Engineer’s approval of a Shop Drawing pursuant to Paragraph 5.06.D.2; or 3) Engineer’s written interpretation or clarification.

ARTICLE 4 - BONDS AND INSURANCE

4.01 Bonds

A. Seller shall furnish performance and payment bonds, each in an amount at least equal to

the Contract Price, to Buyer. The bonds shall be delivered in accordance with Paragraph 2.01 and shall remain in effect at least one year after the date final payment is due, except as provided otherwise by Laws or Regulations.

B. The bonds shall be issued in the form prescribed by the Contract Documents except as

provided otherwise by Laws or Regulations and shall be executed by a surety named in the current list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Bonds signed by an agent must be accompanied by a certified copy of such agent’s authority to act.

C. If the surety on a bond is declared bankrupt or becomes insolvent or its right to do

business is terminated in the state where the Project is located or it ceases to meet the requirements of Paragraph 4.01.B, Seller shall provide another bond and surety which comply with those requirements within 20 days, at Seller’s expense.

4.02 Insurance

A. Seller shall provide insurance of the types and coverages and in the amounts stipulated in

the Supplementary Conditions.

Page 48: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

46

ARTICLE 5 - SELLER’S RESPONSIBILITIES

5.01 Supervision and Superintendence

A. Seller shall be solely responsible for the means, methods, techniques, sequences, and

procedures used in performing its obligations. Seller shall be responsible to see that the completed Goods and Special Services conform to the Contract Documents.

5.02 Labor, Materials and Equipment

A. Seller shall provide competent, qualified and trained personnel in all aspects of its

performance of the Contract. B. All equipment, products and material incorporated into the Goods shall be as specified, or

if not specified, shall be new, of good quality and protected, assembled, used, connected, applied, cleaned and conditioned in accordance with the original manufacturer’s instructions, except as otherwise may be provided in the Contract Documents.

5.03 Compliance with Laws and Regulations, Standards, Specifications and Codes

A. Seller shall comply with all Laws and Regulations applicable to the furnishing of the Goods

and Special Services.

5.04 Or Equals

A. Whenever an item of material or equipment to be incorporated into the Goods is specified

or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier or manufacturer, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item is permitted, other items of material or equipment or material or equipment of other suppliers or manufacturers may be submitted to Buyer for Engineer’s review.

1. If in Engineer’s sole discretion, such an item of material or equipment proposed by

Seller is functionally equal to that named and sufficiently similar so that no change in related work will be required, it may be considered by Engineer as an “or-equal” item.

Page 49: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

47

2. For the purposes of this paragraph, a proposed item of material or equipment may be considered functionally equal to an item so named if:

a. in the exercise of reasonable judgment, Engineer determines that: 1) it is at

least equal in quality, durability, appearance, strength, and design characteristics; and 2) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole; and

b. Seller certifies that: 1) there is no increase in any cost including capital, installation or operating to Buyer; and 2) the proposed item will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents.

B. Engineer’s Evaluation: Engineer will be allowed a reasonable time within which to

evaluate each proposal or submittal made pursuant to Paragraph 5.04.A. Engineer will be the sole judge of acceptability. No “or-equal” will be ordered, manufactured or utilized until Engineer’s review is complete, which will be evidenced by an approved Shop Drawing. Engineer will advise Buyer and Seller in writing of any negative determination. Notwithstanding Engineer’s approval of an “or-equal” item, Seller shall remain obligated to comply with the requirements of the Contract Documents.

C. Special Guarantee: Buyer may require Seller to furnish at Seller’s expense a special

performance guarantee or other surety with respect to any such proposed “or-equal.” D. Data: Seller shall provide all data in support of any such proposed “or-equal” at Seller’s

expense.

5.05 Taxes

A. Seller shall be responsible for all taxes and duties arising out of the sale of the Goods and

the furnishing of Special Services. All taxes are included in the Contract Price.

5.06 Shop Drawings and Samples

A. Seller shall submit Shop Drawings and Samples to Buyer for Engineer’s review and

approval in accordance with the schedule required in Paragraph 2.06.A. All submittals will be identified as required and furnished in the number of copies specified in the Contract Documents. The data shown on the Shop Drawings will be complete with respect to quan-tities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Seller proposes to provide.

Page 50: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

48

B. Where a Shop Drawing or Sample is required by the Contract Documents, any related work performed prior to Engineer’s approval of the pertinent submittal will be at the sole expense and responsibility of Seller.

C. Submittal Procedures

1. Before submitting each Shop Drawing or Sample, Seller shall have determined and verified:

a. all field measurements (if required), quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; and

b. that all materials are suitable with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the furnishing of Goods and Special Services.

2. Seller shall also have reviewed and coordinated each Shop Drawing or Sample with the

Contract Documents.

3. Each submittal shall include a written certification from Seller that Seller has reviewed the subject submittal and confirmed that it is in compliance with the requirements of the Contract Documents. Both Buyer and Engineer shall be entitled to rely on such certification from Seller.

4. With each submittal, Seller shall give Buyer and Engineer specific written notice of any

variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both in a written communication separate from the submittal and by specific notation on each Shop Drawing or Sample.

D. Engineer’s Review

1. Engineer will provide timely review of Shop Drawings and Samples.

2. Engineer’s approval of Shop Drawings or Samples will be subject to the standard of Paragraph 1.02.A.1. Engineer’s approval will not relieve Seller from responsibility for any variation from the requirements of the Contract Documents unless Seller has in writing called Engineer’s attention to each such variation at the time of each submittal as required by Paragraph 5.06.C.1. and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval.

E. Resubmittal Procedures

Page 51: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

49

1. Seller shall make corrections required by Engineer and shall return the required number

of corrected copies of Shop Drawings and submit as required new Samples for review and approval. Seller shall direct specific attention in writing to any revisions other than the corrections called for by Engineer on previous submittals.

5.07 Continuing Performance

A. Seller shall adhere to the progress schedule established in accordance with Paragraph

2.06.A., and the Goods shall be delivered and the Special Services furnished within the Contract Times specified in the Agreement.

B. Seller shall carry on the work and adhere to the progress schedule during all disputes or

disagreements with Buyer. No work shall be delayed or postponed pending resolution of any disputes or disagreements.

5.08 Seller’s Warranties and Guarantees

A. Seller warrants and guarantees to Buyer that the title to the Goods conveyed shall be

proper, its transfer rightful, and free from any security interest, lien, or other encumbrance.

B. Seller warrants and guarantees to Buyer that all Goods and Special Services will conform

with the Contract Documents, including any Samples approved by Engineer, and the Goods will be of merchantable quality. Engineer shall be entitled to rely on representation of Seller’s warranty and guarantee.

C. Seller’s warranty and guarantee hereunder excludes defects or damage caused by:

1. abuse, improper modification or improper maintenance or operation by persons other than Seller, or

2. normal wear and tear under normal usage.

D. Seller’s obligation to furnish the Goods and Special Services in accordance with the

Contract Documents shall be absolute. None of the following will constitute an acceptance of Goods or Special Services that are non-conforming, or a release of Seller’s obligation to furnish the Goods and Special Services in accordance with the Contract Documents:

1. observations by Buyer or Engineer;

Page 52: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

50

2. recommendation by Engineer or payment by Buyer of any progress or final payment;

3. use of the Goods by Buyer;

4. any acceptance by Buyer (subject to the provisions of Paragraph 8.02.D.1) or any failure to do so;

5. the issuance of a notice of acceptance by Buyer pursuant to the provisions of Article 8;

6. any inspection, test or approval by others; or

7. any correction of non-conforming Goods or Special Services by Buyer.

E. Buyer shall within a reasonable time notify Seller of any breach of Seller’s warranties or

guarantees. If Buyer receives notice of a suit or claim as a result of such breach, Buyer also may give Seller notice in writing to defend such suit or claim. If Seller fails to defend such suit or claim, Seller will be bound in any subsequent suit or claim against Seller by Buyer by any factual determination in the prior suit.

5.09 Indemnification

A. To the fullest extent permitted by Laws and Regulations, Seller shall indemnify and hold

harmless Buyer, Engineer, and their officers, directors, shareholders, partners, employees, agents, consultants, contractors and subcontractors from any and all claims, costs, losses, and demands or judgments for damages for claims (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) caused by, arising out of or relating to a negligent act or omission or the breach of any obligation under this Contract by Seller, or its officers, directors, shareholders, partners, employees, agents, consultants, contractors or subcontractors, or anyone for whom Seller is responsible, provided that any such claim, cost, loss, or damage;

1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction

of tangible property (other than the Goods or Special Services themselves), including the loss of use resulting therefrom; and

2. is caused in whole or in part by any negligent act or omission of Seller or any individual

or entity directly or indirectly employed to furnish any of the Goods or Special Services or anyone for whose acts Seller may be liable, regardless of whether or not caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemnified party by Laws and Regulations regardless of the negligence of any such individual or entity.

Page 53: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

51

B. The indemnification obligations of Seller under paragraph 5.09.A shall not extend to the liability of Engineer and Engineer’s consultants or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them arising out of:

1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings,

opinions, reports, surveys, Change Orders, designs, or Specifications; or

2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage.

ARTICLE 6 - SHIPPING AND DELIVERY

6.01 Shipping

A. Seller shall select the carrier and bear all costs of packaging, transportation, insurance,

special handling and any other costs associated with shipment and delivery.

6.02 Delivery

A. Seller shall deliver the Goods F.O.B. the Point of Destination in accordance with the

Contract Times set forth in the Agreement, or other date agreed to by Buyer and Seller. B. Seller shall provide written notice to Buyer at least 15 days before shipment of the

manner of shipment and the anticipated delivery date. The notice shall also include any instructions concerning special equipment or services required at the Point of Destination to unload and care for the Goods. Seller shall also require the carrier to give Buyer at least 24 hours’ notice by telephone prior to the anticipated hour of delivery.

C. Buyer will be responsible and bear all costs for unloading the Goods from carrier. D. Buyer will assure that adequate facilities are available to receive delivery of the Goods

during the Contract Times set forth in the Agreement, or another date agreed by Buyer and Seller.

E. No partial deliveries shall be allowed, unless permitted or required by the Contract

Documents or agreed to in writing by Buyer.

Page 54: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

52

6.03 Risk of Loss

A. Risk of loss and insurable interests transfer from Seller to Buyer upon Buyer’s receipt of

the Goods. B. Notwithstanding the provisions of Paragraph 6.03.A, if Buyer rejects the Goods as non-

conforming, the risk of loss on such Goods shall remain with Seller until Seller corrects the non-conformity or Buyer accepts the Goods.

ARTICLE 7 - CHANGES: SCHEDULE AND DELAY

7.01 Changes in the Goods and Special Services

A. Buyer may at any time, without notice to any surety, make changes in the Contract

Documents within the general scope of the Contract. B. If any such change or action by Buyer affects the Contract Price or Contract Times, Seller

shall notify Buyer within 15 days after the occurrence of the event giving rise thereto and written supporting data will be submitted to Buyer within 45 days after such occurrence. If Seller fails to do so, Seller waives any Claim for such adjustment.

C. Seller shall not suspend performance while Buyer and Seller are in the process of making

such changes and any related adjustments.

7.02 Changes in Laws and Regulations

A. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the

Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of furnishing the Goods and Special Services shall be the subject of an adjustment in Contract Price or Contract Times. If Buyer and Seller are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 9.06.A.

7.03 Changing Contract Price or Contract Times

A. The Contract Price or Contract Times may only be changed by:

1. a Change Order;

2. a Written Amendment; or

Page 55: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

53

3. a written unilateral order of Buyer, in which case Seller shall be entitled to an equitable

adjustment in Contract Price or Contract Times for any reasonable and necessary costs or delays incurred by Seller to accommodate such a change.

B. If Seller is prevented from delivering the Goods or performing the Special Services within

the Contract Times for any unforeseen reason beyond its control and not attributable to its actions or inactions, then Seller shall be entitled to an adjustment of the Contract Times to the extent attributable to such reason. Such reasons include fire, floods, epidemics, abnormal weather conditions, acts of God, acts of war, directions by government authority, and other like matters. If such an event occurs and delays Seller’s performance, Seller shall notify Buyer in writing within 15 days of the beginning of the event causing the delay, stating the reason therefor.

C. Contract Times will not be modified for delays within the control of Seller, including labor

strife, transportation shortages or delays at Seller’s facilities. Delays attributable to and within the control of Seller’s subcontractors or suppliers shall be deemed to be delays within the control of Seller.

D. If Seller is prevented from delivering the Goods or furnishing the Special Services within

the Contract Times due to the actions or inactions of Buyer, Seller shall be entitled to any reasonable and necessary additional costs arising out of such delay to the extent directly attributable to Buyer.

E. Neither Buyer nor Seller shall be entitled to any damages arising from delays which are

beyond the control of both Buyer and Seller, including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God, acts of war, direction by government authority, and other like matters.

ARTICLE 8 - BUYER’S RIGHTS

8.01 Inspections and Testing

A. General

1. Buyer shall have the right to perform, or cause to be performed, reasonable inspections and require reasonable tests of the Goods at Seller’s facility, and at the Point of Destination. Seller shall allow Buyer a reasonable time to perform such inspections or tests.

2. Seller shall bear all expenses, except for travel, lodging and subsistence expenses of

Buyer’s representatives, for inspections and tests at Seller’s facility, but Buyer shall be

Page 56: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

54

entitled to reimbursement from Seller of travel, lodging and subsistence expenses of Buyer’s representatives if the Goods are non-conforming.

3. Buyer shall bear all expenses, except for travel, lodging and subsistence expenses of

Seller’s representatives, for inspections and tests at the Point of Destination, but Buyer shall be entitled to reimbursement from Seller for Buyer’s expenses for reinspection or retesting if, on the basis of an initial inspection or testing, the Goods are determined to be non-conforming.

4. Seller shall provide Buyer 30 days written notice of the readiness of the Goods for all

inspections, tests, or approvals which the Contract Documents specify are to be observed by Buyer prior to shipment.

5. Buyer will give Seller timely notice of all specified tests, inspections and approvals of the

Goods which are to be conducted at the Point of Destination.

6. If, on the basis of any inspections or testing, the Goods appear to be conforming, Buyer will give Seller prompt notice thereof. If on the basis of said inspections or testing, the Goods appear to be non-conforming, Buyer will give Seller prompt notice thereof and will advise Seller of the remedy Buyer elects under the provisions of Paragraph 8.02.

7. Neither payments made by Buyer to Seller prior to any tests or inspections, nor any

tests or inspections shall constitute acceptance of non-conforming Goods, or prejudice Buyer’s rights under the Contract.

B. Inspection on Delivery

1. Buyer or Engineer will inspect the Goods upon delivery solely for purposes of identifying the Goods and general verification of quantities and observation of apparent condition in order to provide a basis for a progress payment. Such inspection will not be construed as final or as receipt of any Goods and Special Services that, as a result of subsequent inspections and tests, are determined to be non-conforming.

2. Within ten days of such inspection, Buyer shall provide Seller with written notice of

Buyer’s determination regarding conformity of the Goods. In the event Buyer does not provide such notice, it will be presumed that the Goods appear to be conforming.

3. If, on the basis of the inspection specified in Paragraph 8.01.B.1, the Goods appear to be

conforming, Buyer’s notice thereof to Seller will acknowledge receipt of the Goods. C. Final Inspection

Page 57: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

55

1. After all of the Goods have been incorporated into the Project, tested in accordance with such testing requirements as are specified, and are functioning as intended, Buyer or Engineer will make a final inspection.

2. If, on the basis of the final inspection, the Goods are conforming, Buyer’s notice thereof

will constitute Buyer’s acceptance of the Goods.

3. If, on the basis of the final inspection, the Goods are non-conforming, Buyer will identify the non-conformity in writing.

8.02 Non-Conforming Goods or Special Services

A. If, on the basis of inspections and testing prior to delivery, the Goods appear to be non-

conforming, or if at any time after Buyer has acknowledged receipt of delivery and before the expiration of the correction period described in Paragraph 8.03, Buyer determines that the Goods are non-conforming, Seller shall promptly, without cost to Buyer and in response to written instructions from Buyer, either correct such non-conforming Goods, or, if rejected by Buyer, remove and replace the non-conforming Goods with conforming Goods, including all work required for reinstallation.

B. Buyer’s Rejection of Non-Conforming Goods

1. If Buyer elects to reject the Goods in whole or in part, Buyer’s notice to Seller will describe in sufficient detail the non-conforming aspect of the Goods. If Goods have been delivered to Buyer, Seller shall promptly, and within the Contract Times, remove and replace the rejected Goods.

2. Seller shall bear all costs, losses and damages attributable to the removal and

replacement of the non-conforming Goods as provided in Paragraph 8.02.E.

3. Upon rejection of the Goods, Buyer retains a security interest in the Goods or to the extent of any payments made and expenses incurred in their testing and inspection.

C. Remedying Non-Conforming Goods or Special Services

1. If Buyer elects to permit the Seller to modify the Goods to remove the non-conformance, Seller shall promptly provide a schedule for such modifications and shall make the Goods conforming within a reasonable time.

2. If Buyer notifies Seller in writing that any of the Special Services are non-conforming,

Seller shall promptly provide conforming services acceptable to Buyer. If Seller fails to do so, Buyer may delete the Special Services and reduce the Contract Price a commensurate amount.

Page 58: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

56

D. Buyer’s Acceptance of Non-Conforming Goods

1. Instead of requiring correction or removal and replacement of non-conforming Goods discovered either before or after final payment, Buyer may accept the non-conforming Goods. Seller shall bear all costs, losses, and damages attributable to Buyer’s evaluation of and determination to accept such non-conforming Goods as provided in Paragraph 8.02.E.

E. Seller shall pay all claims, costs, losses, and damages, including but not limited to all fees

and charges for re-inspection, retesting and for any engineers, architects, attorneys and other professionals, and all court or arbitration or other dispute resolution costs arising out of or relating to the non-conforming Goods or Special Services, including the correction or removal and replacement of the non-conforming Goods and the replacement of property of Buyer and others destroyed by the correction or removal and replacement of the non-conforming Goods, or the obtaining of conforming Special Services from others.

8.03 Correction Period

A. Seller’s responsibility for correcting all non-conformities in the Goods will extend for a

period of one year after the earlier of the date on which Buyer has placed the Goods in continuous service or the date of final payment, or for such longer period of time as may be prescribed by Laws or Regulations or by the terms of any specific provisions of the Contract Documents.

ARTICLE 9 - ROLE OF ENGINEER

9.01 Duties and Responsibilities

A. The duties and responsibilities and the limitations of authority of Engineer are set forth in

the Contract Documents.

9.02 Clarifications and Interpretations

A. Engineer will issue with reasonable promptness such written clarifications or

interpretations of the Contract Documents as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. Such written clarifications and interpretations will be binding on Buyer and Seller. If either Buyer or Seller believes that a written clarification or interpretation

Page 59: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

57

justifies an adjustment in the Contract Price or Contract Times, either may make a Claim therefor.

9.03 Authorized Variations

A. Engineer may authorize minor deviations or variations in the Contract Documents by: 1)

issuance of approved Shop Drawings when such change or deviation was duly noted by Seller as required in Paragraph 5.06.C.4, or 2) a Field Order.

9.04 Rejecting Non-Conforming Goods and Special Services

A. Engineer will have the authority to disapprove or reject Goods or Special Services which

Engineer believes to be non-conforming.

9.05 Decisions on Requirements of Contract Documents

A. Engineer will be the initial interpreter of the Contract Documents and judge of the

acceptability of the Goods and Special Services. Claims, disputes and other matters relating to the acceptability of the Goods and Special Services or the interpretation of the requirements of the Contract Documents pertaining to Seller’s performance will be referred initially to Engineer in writing with a request for a formal decision in accordance with this paragraph.

B. When functioning as interpreter and judge under this Paragraph 9.05, Engineer will not

show partiality to Buyer or Seller and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer pursuant to this Paragraph 9.05 with respect to any such Claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in Paragraph 10.07) will be a condition precedent to any exercise by Buyer or Seller of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim, dispute, or other matter.

9.06 Claims and Disputes

A. Notice: Written notice of each Claim, dispute or other matter relating to the acceptability

of the Goods and Special Services or the interpretation of the requirements of the Contract Documents pertaining to Seller’s performance shall be delivered by the claimant to Engineer and the other party to the Agreement within 15 days after the occurrence of the event giving rise thereto, and written supporting data will be submitted to Engineer

Page 60: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

58

and the other party within 45 days after such occurrence unless Engineer allows an additional period of time to ascertain more accurate data.

B. Engineer’s Decision: Engineer will render a decision in writing within 30 days after receipt

of the last submittal of the claimant or the last submittal of the opposing party, if any. Engineer’s written decision on such Claim, or dispute, or other matter will be final and binding upon Buyer and Seller unless:

1. an appeal from Engineer’s decision is made within the time limits and in accordance

with the dispute resolution procedures set forth in Article 13; or

2. if no such dispute resolution procedures have been set forth, a written notice of intention to appeal is delivered by Buyer or Seller to the other and to Engineer within 30 days after the date of such decision, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision (unless otherwise agreed to in writing by Buyer and Seller), to exercise such rights or remedies as the appealing party may have with respect to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations.

C. If Engineer does not render a formal decision in writing within the time stated in

Paragraph 9.06.B., a decision denying the Claim in its entirety shall be deemed to have been issued 31 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any.

ARTICLE 10 - PAYMENT

10.01 Applications for Progress Payments

A. Seller shall submit to Buyer for Engineer’s review Applications for Payment filled out and

signed by Seller and accompanied by such supporting documentation as is required by the Contract Documents and also as Buyer or Engineer may reasonably require. The timing and amounts of progress payments shall be as stipulated in the Agreement.

1. The first application for Payment will be submitted after review and approval by

Engineer of all Shop Drawings and of all Samples required by the Contract Documents.

2. The second Application for Payment will be submitted after receipt of the Goods has been acknowledged in accordance with Paragraph 8.01.B and will be accompanied by a bill of sale, invoice or other documentation satisfactory to Buyer warranting that Buyer has rightfully received good title to the Goods from Seller and that the Goods are free and clear of all liens. Such documentation will include releases and waivers from all parties with viable lien rights. In the case of multiple deliveries of Goods, additional

Page 61: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

59

Applications for Payment accompanied by the required documentation will be submitted as Buyer acknowledges receipt of additional items of the Goods.

10.02 Review of Applications for Progress Payments

A. Engineer will, within ten days after receipt of each Application for Payment, either indicate

in writing a recommendation of payment and present the Application to Buyer, or return the Application to Seller indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Seller may make the necessary corrections and resubmit the Application.

1. Engineer’s recommendation of payment requested in the first Application for Payment

will constitute a representation by Engineer, based on Engineer’s review of the Application for Payment and the accompanying data, that the Shop Drawings and Samples have been reviewed and approved as required by the Contract Documents and Seller is entitled to payment of the amount recommended.

2. Engineer’s recommendation of payment requested in the Application for Payment

submitted upon Buyer’s acknowledgment of receipt of the Goods will constitute a representation by Engineer, based on Engineer’s review of the Application for Payment and the accompanying data Seller is entitled to payment of the amount recommended. Such recommendation will not constitute a representation that Engineer has made a final inspection of the Goods, that the Goods are free from non-conformities, acceptable or in conformance with the Contract Documents, that Engineer has made any investigation as to Buyer’s title to the Goods, that exhaustive or continuous inspections have been made to check the quality or the quantity of the Goods beyond the responsibilities specifically assigned to Engineer in the Contract Documents or that there may not be other matters or issues between the parties that might entitle Seller to additional payments by Buyer or Buyer to withhold payment to Seller.

3. Engineer may refuse to recommend that all or any part of a progress payment be made,

or Engineer may nullify all or any part of any payment previously recommended if, in Engineer's opinion, such recommendation would be incorrect or if on the basis of subsequently discovered evidence or subsequent inspections or tests Engineer considers such refusal or nullification necessary to protect Buyer from loss because the Contract Price has been reduced, Goods are found to be non-conforming, or Seller has failed to furnish acceptable Special Services.

10.03 Amount and Timing of Progress Payments

A. Subject to Paragraph 10.02.A., the amounts of the progress payments will be as provided

in the Agreement. Buyer shall within 30 days after receipt of each Application for Payment

Page 62: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

60

with Engineer's recommendation pay Seller the amount recommended; but, in the case of the Application for Payment upon Buyer's acknowledgment of receipt of the Goods, said 30-day period may be extended for so long as is necessary (but in no event more than 60 days) for Buyer to examine the bill of sale and other documentation submitted therewith. Buyer shall notify Seller promptly of any deficiency in the documentation and shall not unreasonably withhold payment.

10.04 Suspension of or Reduction in Payment

A. Buyer may suspend or reduce the amount of progress payments, even though

recommended for payment by Engineer, under the following circumstances:

1. Buyer has reasonable grounds to conclude that Seller will not furnish the Goods or the Special Services in accordance with the Contract Documents,

2. Buyer has requested in writing assurances from Seller that the Goods or Special Services

will be delivered or furnished in accordance with the Contract Documents, and Seller has failed to provide adequate assurances within ten days of Buyer’s written request.

B. If Buyer refuses to make payment of the full amount recommended by Engineer, Buyer

will provide Seller and Engineer immediate written notice stating the reason for such action and promptly pay Seller any amount remaining after deduction of the amount withheld. Buyer shall promptly pay Seller the amount withheld when Seller corrects the reason for such action to Buyer’s satisfaction.

10.05 Final Application for Payment

A. After Seller has corrected all non-conformities to the satisfaction of Buyer and Engineer,

furnished all Special Services, and delivered all documents required by the Contract Documents, Engineer will issue to Buyer and Seller a notice of acceptability. Seller may then make application for final payment following the procedure for progress payments. The final Application for Payment will be accompanied by all documentation called for in the Contract Documents, a list of all unsettled claims and such other data and information as Buyer or Engineer may reasonably require.

10.06 Final Payment

A. If, on the basis of the review of the final Application for Payment and accompanying

documentation, Engineer is satisfied that the Goods and Special Services have been furnished in accordance with the Contract Documents, and that Seller's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after

Page 63: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

61

receipt of the final Application for Payment, recommend in writing final payment subject to the provisions of Paragraph 10.07 and present the Application to Buyer. Otherwise, Engineer will return the Application to Seller, indicating the reasons for refusing to recommend final payment, in which case Seller shall make the necessary corrections and resubmit the Application. If the Application and accompanying documentation are appropriate as to form and substance, Buyer shall, within 30 days after receipt thereof, pay Seller the amount recommended by Engineer.

10.07 Waiver of Claims

A. The making and acceptance of final payment will constitute:

1. a waiver of all Claims by Buyer against Seller, except Claims arising from unsettled liens and Claims, from non-conformities in the Goods or Special Services appearing after final payment, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Seller's continuing obligations under the Contract Documents; and

2. a waiver of all Claims by Seller against Buyer other than those previously made in

accordance with the requirements herein and expressly noted in writing by Seller as still unsettled in its final Application for Payment.

ARTICLE 11 - CANCELLATION, SUSPENSION, AND TERMINATION

11.01 Cancellation

A. Buyer has the right to cancel the Contract, without cause, at any time prior to delivery of

the Goods by written notice. Cancellation pursuant to the terms of this paragraph shall not constitute a breach of contract by Buyer. Upon cancellation:

1. Buyer shall pay Seller for Goods, specially manufactured for the Project, plus any

documented reasonable direct and indirect costs incurred by Seller in producing such Goods not recovered by payment for the reasonable value of the Goods.

2. For Goods which are not specially manufactured for the Project, Seller shall be entitled

to a restocking charge of 10 percent of the unpaid Contract Price of such Goods.

11.02 Suspension of Performance by Buyer

A. Buyer has the right to suspend performance of the Contract, without cause, by written

notice. Upon suspension under this paragraph, Seller shall be entitled to an increase in

Page 64: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

62

the Contract Times and Contract Price caused by the suspension, provided that performance would not have been suspended or delayed for causes attributable to Seller.

11.03 Suspension of Performance by Seller

A. Subject to the provisions of Paragraph 5.07.B, Seller may suspend the furnishing of the

Goods and Special Services only under the following circumstance:

1. Seller has reasonable grounds to conclude that Buyer will not perform its future payment obligations under the Contract. (“Reasonable grounds” shall not include a pending dispute or disagreement with Buyer) and,

2. Seller has requested in writing assurances from Buyer that future payments will be

made in accordance with the Contract, and Buyer has failed to provide such assurances within ten days of Seller’s written request.

11.04 Breach and Termination

A. Buyer’s Breach

1. Buyer shall be deemed in breach of the Contract if it fails to comply with any material provision of the Contract Documents, including but not limited to: a. wrongful rejection or revocation of Buyer’s acceptance of the Goods,

b. failure to make payments in accordance with the Contract Documents, or

c. wrongful repudiation of the Contract.

2. Seller shall have the right to terminate the Contract for cause by declaring a breach

should Buyer fail to comply with any material provisions of the Contract. Upon termination, Seller shall be entitled to all remedies provided by Laws and Regulations. a. In the event Seller believes Buyer is in breach of its obligations under the Contract,

Seller shall provide Buyer with reasonably prompt written notice setting forth in sufficient detail the reasons for declaring that it believes a breach has occurred. Buyer shall have seven days from receipt of the written notice declaring the breach (or such longer period of time as Seller may grant in writing) within which to cure the alleged breach.

Page 65: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

63

B. Seller’s Breach

1. Seller shall be deemed in breach of the Contract if it fails to comply with any material provision of the Contract Documents, including, but not limited to:

a. failure to deliver the Goods or perform the Special Services in accordance with the

Contract Documents,

b. wrongful repudiation of the Contract, or

c. delivery or furnishing of non-conforming Goods or Special Services.

2. Buyer may terminate Seller’s right to perform the Contract for cause by declaring a breach should Seller fail to comply with any material provision of the Contract Documents. Upon termination, Buyer shall be entitled to all remedies provided by Laws and Regulations.

a. In the event Buyer believes Seller is in breach of its obligations under the Contract,

and except as provided in Paragraph 11.04.B.2.b, Buyer shall provide Seller with reasonably prompt written notice setting forth in sufficient detail the reasons for declaring that it believes a breach has occurred. Seller shall have seven days from receipt of the written notice declaring the breach (or such longer period of time as Buyer may grant in writing) within which to cure the alleged breach.

b. If and to the extent that Seller has provided a performance bond under the

provisions of Paragraph 4.01, the notice and cure procedures of that bond, if any, shall supersede the notice and cure procedures of Paragraph 11.04.B.2.a.

ARTICLE 12 - LICENSES AND FEES

12.01 Intellectual Property and License Fees

A. Unless specifically stated elsewhere in the Contract Documents, Seller is not transferring

any intellectual property rights, patent rights, or licenses for the Goods delivered. However, in the event the Seller is manufacturing to Buyer’s design, Buyer retains all intellectual property rights in such design.

B. Seller shall pay all license fees and royalties and assume all costs incident to the use or the

furnishing of the Goods, unless specified otherwise by the Contract Documents.

Page 66: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

64

12.02 Seller’s Infringement

A. Subject to Paragraph 12.01.A, Seller shall indemnify and hold harmless Buyer, Engineer

and their officers, directors, partners, employees, agents, consultants, contractors, and subcontractors from and against all claims, costs, losses, damages, and judgments (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement or alleged infringement of any United States or foreign patent or copyright by any of the Goods delivered hereunder.

B. In the event of suit or threat of suit for intellectual property infringement, Buyer will notify

Seller within a reasonable time of receiving notice thereof. C. Upon written demand from Buyer, Seller shall be given the opportunity to defend the

claim or suit, including negotiating a settlement. Seller shall have control over such claim or suit, provided that Seller agrees to bear all expenses and to satisfy any adverse judgment thereof.

1. If Seller fails to defend such suit or claim after written demand by Buyer, Seller will be

bound in any subsequent suit or claim against Seller by Buyer by any factual determination in the prior suit or claim.

2. If Buyer fails to provide Seller the opportunity to defend such suit or claim after written

demand by Seller, Buyer shall be barred from any remedy against Seller for such suit or claim.

D. If a determination is made that Seller has infringed upon intellectual property rights of

another, Seller may obtain the necessary licenses for Buyer’s benefit, or replace the Goods and provide related design and construction as necessary to avoid the infringement at Seller’s own expense.

12.03 Buyer’s Infringement

A. Buyer shall indemnify and hold harmless Seller, and its officers, directors, partners,

employees, agents, consultants, contractors, and subcontractors from and against all claims, costs, losses, damages, and judgments (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement or alleged infringement of any United States or foreign patent or copyright caused by Seller’s compliance with Buyer’s design of the Goods or Buyer’s use of the Goods in combination with other materials or equipment in any process (unless intent of such use was known to Seller and Seller had reason to know such infringement would result).

Page 67: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

65

B. In the event of suit or threat of suit for intellectual property infringement, Seller must within a reasonable time after receiving notice thereof notify Buyer.

C. Upon written demand from Seller, Buyer shall be given the opportunity to defend the

claim or suit, including negotiating a settlement. Buyer shall have control over such claim or suit, provided that Buyer agrees to bear all expenses and to satisfy any adverse judgment thereof.

1. If Buyer fails to defend such suit or claim after written demand by Seller, Buyer will be

bound in any subsequent suit or claim against Buyer by Seller by any factual determination in the prior suit or claim.

2. If Seller fails to provide Buyer the opportunity to defend such suit or claim after written

demand by Buyer, Seller shall be barred from any remedy against Buyer for such suit or claim.

12.04 Reuse of Documents

A. Neither Seller nor any other person furnishing any of the Goods or Special Services under

a direct or indirect contract with Seller shall: (1) acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media versions; or (2) reuse any of such Drawings, Specifications, other documents, or copies thereof on any other project without written consent of Buyer and Engineer and specific written verification or adaptation by Engineer. This prohibition will survive termination or completion of the Contract. Nothing herein shall preclude Seller from retaining copies of the Contract Documents for record purposes.

ARTICLE 13 - DISPUTE RESOLUTION

13.01 Dispute Resolution Method

A. Disputes between Buyer and Seller will be resolved as set forth in the Supplementary

Conditions. If no method and procedure has been set forth, and subject to the provisions of Paragraphs 9.05 and 9.06, Buyer and Seller may exercise such rights or remedies as they have under Controlling Law.

Page 68: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

66

ARTICLE 14 - MISCELLANEOUS

14.01 Giving Notice

A. Whenever any provision of the Contract Documents requires the giving of written notice,

it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice.

14.02 Controlling Law

A. This Contract is to be governed by the law of the state in which the Point of Destination is

located.

14.03 Computation of Time

A. When any period of time is referred to in the Contract Documents by days, it will be

computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation.

14.04 Cumulative Remedies

A. The duties and obligations imposed by these General Conditions and the rights and

remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply.

14.05 Survival of Obligations

A. All representations, indemnifications, warranties and guarantees made in, required by, or

given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion and

Page 69: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

67

acceptance of the Goods or Special Services and termination or completion of the Agreement.

Page 70: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

68

I. Supplementary Conditions

SUPPLEMENTARY CONDITIONS TO THE STANDARD GENERAL CONDITIONS FOR PROCUREMENT CONTRACTS

The following Supplementary Conditions, along with General Conditions, shall be equally applicable to the project as a whole and the Contractor with whom the Owner enters into contract to complete the work stated herein, and any subcontractors employed by said Contractor. All Supplementary Conditions used in conjunction with the General Conditions shall take precedence and modify the General Conditions only to the extent thereof modified. Unaltered provisions of the General Conditions shall remain in effect. ARTICLE 2 - PRELIMINARY MATTERS

2.02 Change “up to five copies” to “one electronic copy”. ARTICLE 3 - CONTRACT DOCUMENTS : INTENT AND AMENDING

3.01 Add the following statements:

D. “In the event of conflicts or discrepancies among the Contract Documents, interpretations will be based on the following priorities:

1. The Agreement. 2. Addenda, with those of later date having precedence over those of earlier

date. 3. The Supplementary Conditions. 4. The Standard General Conditions for Procurement Contracts. 5. Drawings and Specifications.

In the case of an inconsistency between Drawings and Specifications, or within either document, not clarified by an Addendum, the better quality or greater quantity of work shall be provided in accordance with Engineer’s interpretation.”

ARTICLE 4 - BONDS AND INSURANCE 4.02 Add the following at the end of 4.02, A. “The insurance required by this paragraph shall

be written for not less than the following or greater if required by law:

For the duration of the Contract, the Contractor and each Subcontractor shall, at their own expense, purchase and maintain in a company or companies licensed to do business in the State of Delaware, insurance with limits not less than the following:

Page 71: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

69

1. The selected firm shall provide evidence of professional liability insurance

with limits of insurance not less than the following amounts: $2,000,000 Each Occurrence Limit $2,000,000 Personal & Advertising Injury Limit $3,000,000 Annual Aggregate Limit $3,000,000 Product-Complete Operations Limit $1,000,000 Business Auto Liability Limit $5,000,000 Commercial Umbrella Limit The Prime Contractor, Newark (Owner), and all other parties required of the Contractor, shall be included as insured on the CGL, using Additional Insured Endorsement providing coverage as broad as the coverage provided for the named insured subcontractor Subcontractors approved in association with the hiring of the successful firm shall be required to provide Commercial General Liability (CGL) coverage with limits of insurance not less than: $1,000,000 Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $2,000,000 Annual Aggregate Limit $2,000,000 Product-Complete Operations Limit $1,000,000 Business Auto Liability Limit $3,000,000 Commercial Umbrella Limit

ARTICLE 5 – SELLER’S RESPONSIBILITIES 5.10 Add the following sentence: “Purchases by certain entities are not subject to any State

Sales of Federal Excise Tax and are exempt by law.”

Page 72: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

70

J. Special Conditions

SPECIAL CONDITIONS SC-1 SCOPE OF WORK

The project involves replacement of the existing electric distribution system SCADA master station. A detailed Scope of Work is included in Section 010100 Summary of Work and related technical sections. The work generally includes but is not limited to:

Base Bid:

1. Provide all engineering, software, hardware (where applicable), design, integration, programming, technical support, licenses, and training for the implementation of a SCADA system master station.

2. Provide integration to the Owner’s existing SCADA RTU’s. 3. Provide integration to the Owner’s existing communications systems. 4. Provide integration to the Owner’s existing local area network.

SC-2 PERFORMANCE OF WORK

All work shall be done in strict accordance with the contract Documents.

SC-3 TIME FOR COMPLETION

The completion of the Work shall be phased over a period of 270 days from the issuance of a “Notice to Proceed” and based on a mutually agreed upon schedule with the Owner for deliverables and payment.

SC-4 LIQUIDATED DAMAGES

If the Contractor fails to complete all of the required tasks under this Contract in the time limit specified in Article SC-3 "TIME FOR COMPLETION", the Contractor and his sureties shall be liable for liquidated damages per Section 5.05 of the Standard Form of Agreement Between Buyer and Seller for Procurement Contracts.

SC-5 ISSUING DRAWINGS AND SPECIFICATIONS FOR CONSTRUCTION

There are no additional contract drawings that will be issued as part of the Project. Record drawings, manuals, and point counts of all substations and reclosers will be made available to the Contractor.

Page 73: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

71

SC-6 WORK PROGRESS

The Contractor shall furnish such personnel and shall work such hours as shall be necessary to insure the prosecution of the work in accordance with the approved progress schedule.

If, in the opinion of the Engineer and the Owner, the Contractor is falling behind in his progress as scheduled, the Contractor shall take all necessary steps to improve his progress or should it become necessary at any time during construction to accelerate the work or any part of it. The Contractor shall direct and concentrate his work at any location as may be directed by the Engineer or the Owner in order to complete that phase of this Contract.

Failure of the Contractor to comply with a request from the Engineer and the Owner to take necessary steps to complete the project within the time scheduled will be grounds for the Owner to determine that the Contractor is not prosecuting the work with diligence necessary to insure the completion of the entire project within the time specified. The Owner may then terminate the Contractor's rights to proceed with the work or any portion thereof upon written notice of same, setting forth the date of termination.

SC-7 MATERIALS AND EQUIPMENT, STANDARDS OF QUALITY

Materials and equipment as specified shall in all cases be understood as the quality standard for base bidding. Where trade name, manufacturer's name or catalog reference is listed in the specifications or on the drawings, such designations have been made to establish a minimum quality required by the Contract Documents.

SC-8 STANDARD SPECIFICATIONS AND CODES

Where mentioned herein, standard specifications and codes refer to latest issues available and in effect at the bid date, including current addenda.

Whenever any product is specified in accordance with a Federal Specification, an ASTM Standard, or other Association Standard, the Contractor shall, upon request, present an affidavit from the manufacturer certifying that the product complies with the respective standard specification. Where specified or requested, supporting test data shall be submitted to substantiate compliance.

Page 74: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

72

SC-9 SAFETY PRECAUTIONS

(a) The Contractor shall comply with all Owner and OSHA safety requirements while working in or around energized equipment.

(b) The Contractor shall indemnify and save harmless the Owner and Engineer

from any claims for property damage, damages resulting from personal injury and/or death suffered or alleged to have been suffered by any person or persons as a result of any work conducted under this Contract.

SC-10 DEVIATION FROM CONTRACT DOCUMENTS

Any proposed changes or deviations from the Contract Documents during the Construction Phase of this Project must be submitted to the Engineer in writing and his written approval obtained prior to the execution of a proposed change. The Contractor proceeding without receipt of this approval does so at his own risk.

SC-11 COMMUNICATIONS

(a) All notices, demands, requests, instructions, approvals, proposals, and claims must be in writing.

(b) Any notice to or demand upon the Contractor shall be sufficiently given if

delivered at the work site or at the office of the Contractor stated on the signature page of the Agreement (or at such other office as the Contractor may from time to time designate in writing to the Owner).

(c) All papers required to be delivered to the Owner shall, unless otherwise

specified in writing to the Contractor, be delivered to the Owner and any notice to or demand upon the Owner shall be sufficiently given if so delivered.

(d) Any such notice shall be deemed to have been given as of the time of actual

delivery. SC-12 ADDITIONAL FORMS

Additional forms, other than those enclosed within the specifications, may have to be filled out by the Contractor as the job progresses. It shall become the responsibility of the Contractor to comply with the request of the Owner regarding this matter.

Page 75: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

73

SC-13 GUARANTEE

The period of guarantee stipulated in the General Conditions shall not begin to run until the date of final acceptance of all work which the Contractor is required to construct under this contract.

SC-14 INSPECTION AND / OR TESTING

(a) All materials and workmanship shall be subject to inspection, examination,

or test by the Owner and the Engineer at any and all times during procurement. The Owner shall have the right to reject defective workmanship and equipment or require its correction. Unacceptable workmanship shall be satisfactorily corrected. Rejected material shall be promptly segregated and removed from the Project Area and replaced with material of specified quality without charge therefor. If the Contractor fails to proceed at once with the correction of rejected workmanship or defective material, the Owner may, by contract or otherwise, have the defects remedied or rejected materials removed from the Project Area and charge the cost of the same against any monies which may be due the Contractor, without prejudice to any other rights or remedies of the Owner.

(b) The Contractor shall furnish promptly all materials reasonably necessary for

any tests which may be required. All tests by the Owner will be performed in such manner as not to delay the work unnecessarily.

(c) Neither inspection, testing, approval nor acceptance of the work in whole or

in part by the Owner or its agents shall relieve the Contractor or his sureties of full responsibility for materials furnished or work performed not in strict accordance with the Contract.

SC-15 EXTENSION AND REDUCTION OF WORK

The Owner may expand or reduce the work shown or may delete items of work shown to benefit the project. The lump sum price shall be adjusted for any additions, reductions or deletions.

SC-16 SUBMITTALS

Submittals and other equipment documentation shall be as defined in applicable general and technical specification sections.

Page 76: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

74

SC-17 DELIVERY AND IMPLEMENTATION COORDINATION

Contractor shall coordinate all delivery and system implementation activities with the Owner’s Electric Department and the Engineer.

SC-18 OWNERSHIP OF MATERIAL

All documents prepared and submitted pursuant to this Contract shall be property of the City upon submittal and will be subject to staff and public review and discussion in association with our public bidding and formal proposal process. Any information or documents deemed proprietary shall be so marked at time of submittal and limited to detail where the disclosure of contents could be prejudicial to competing offerors during the process of negotiation, and any commercial or financial information of a privileged or confidential nature.

Page 77: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

75

DIVISION 1 – GENERAL REQUIREMENTS A. Section 010100 – Summary of Work PART 1 – GENERAL 1.1 RELATED DOCUMENTS

A. The specifications sections "General Conditions", "Supplementary Conditions" and "Special Conditions" form a part of this section by this reference thereto and shall have the same force and effect as if printed herewith in full.

1.2 LOCATION

City of Newark City Municipal Building 220 S. Main Street Newark, Delaware, 19711

1.3 PROJECT DESCRIPTION

A. The project involves the procurement of a new Supervisory Control and Data Acquisition (SCADA) System master station to replace the existing SCADA sytem master station. The master station project shall include all engineering, programming and integration with the existing susbstation remote terminal units (RTU’s) and the existing fault location, isolation, and service restoration (FLISR) system, for a complete and operational system.

B. This is a single prime contract. The SCADA System Contractor (Contractor) will be responsible for all components and services required for the successful implementation of the replacement of the existing SCADA system master station.

C. The Contractor shall design, build (hardware/software), program and test the SCADA system master station.

D. The Contractor shall work with the City of Newark (Owner) and the Owner’s present SCADA system vendor (“DigitaLogic”) for integration into the existing RTU’s and communications system. The Owner shall be responsible for providing conversion of the existing RTU protocol to DNP3.0 and/or another format that is mutually agreeable to the Contractor and Owner. The Owner will contract with “DigitaLogic” separately for any integration assistance.

Page 78: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

76

E. The Project will require a phased installation approach that will minimize disruption to the existing SCADA system. The Contractor shall work with the Owner to develop a mutally agreeable approach that maintains the reliability and automation of the Owner’s electric distribution system. The existing SCADA system shall not be disabled unitl the new system is complete and ready for operation.

1.4 WORK INCLUDED

A. Detailed requirements of the work are described in the pertinent specification sections and/or shown on the drawings. The work consists of, but is not limited to the following:

1. Provide (furnish and install) SCADA master station.

2. Provide design, programming and installation for the SCADA master station as defined in the technical sections of this specification.

3. For Windows-based systems, provide full technical support for the deployment of the SCADA master station software on a virtual server environment on the Owner’s existing central servers. The system shall be configured with full redunduncy and automatic fail-over to avoid downtime in the event of a server or communication failure. Any necessary server/storage hardware and/or LAN upgrades to accommodate the software installation shall be the responsibility of the Owner. The Contractor shall be responsible for providing all technical requirements with regard to server and network requirements.

4. For Linux-based systems, provide all hardware (servers, storage, network interface devices, etc.) configured with full redundancy and automatic fail-over to avoid downtime in the event of a server or communications failure. Linux OS systems shall include Linux technical support and updates for a period of five (5) years from the date of substantial completion. The Owner willl not provide any hardware or support for Linux-based systems. The servers shall be housed in the Owner’s existing data center and may be mounted in existing equipment racks (or contractor-provided rack).

5. Provide two (2) years of full techinal support, licensing (if applicable), and updates for the master station software and programming. Techical support for the expansion of the existing sytem (additional points for any new equipment), shall be handled through individual work orders unless noted otherwise.

Page 79: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

77

1.5 PROJECT PHASING

A. Design Phase This phase of the project shall include all necessary design preparation, including design workshops, to clarify the Owner’s functional requirements. At a minimum, the project shalll include the following workshops and meetings (all held at Owner facilities unless noted otherwise). Meetings and workshops may be combined at the discretion of the Owner so as not to impede project progress.

1. Kickoff and standards coordination meeting: This meeting will include all key

stakeholders and will provide the Contractor an opportunity to discuss project approach, request information, and review project schedule.

2. Standards workshop: The Owner presently has SCADA standards; the purpose of this workshop is to refine the standards specific to the Electric Department. Subject matter will cover graphic look and feel, colors, naming conventions, communication protocols, and tagging standards. Additional elements may be added to the agenda by both the Owner and the Contractor.

3. SCADA integration workshop: This workshop will include the Owner’s present SCADA system vendor and refine the details of the integration of the existing SCADA system RTU’s and communications system.

4. Bi-weekly progress conference calls: These calls provide both the Owner and the Contractor the opportunity to review progress, invoicing, raise issues, and collaborate on the project.

5. Factory testing and commissioning workshop: Provides the Contractor an opportunity to detail their factory testing, field testing, and commissioning process and documentation procedures. Newark staff will provide input on their requirements and engage in an active dialog to minimize any issues that may arise during the testing process.

6. Maintenance of operations workshop: This workshop will be held on day one of the site visit and provides an opportunity for the Contractor to detail their plan for installation sequencing and integration of the existing SCADA system RTU’s and FLISR system. Owner’s staff will provide input on restrictions and operational requirements to assist the Contractor.

Upon completion of all meetings, workshops and submittals, and any necessary follow-up meetings, the Contractor will submit meeting minutes and incorporate the decisions into their associated SCADA master station implementation. Any significant changes to the Contract will be resolved through a Change Order process.

Page 80: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

78

B. Implementation Phase

This phase of the project includes all necessary fabrication, assembly, system programming and configuration, factory testing, field testing, installation oversight, start-up and commissioning, training, and warranty. Additional requirements are included in the technical sections of this specification.

1.6 SCHEDULE

The project schedule only addresses the Contract process through project Award. Each Contractor is required to provide a proposed project schedule for the Project in their proposal. The Owner has not set a detailed timeline for project completion but anticipates that the new SCADA master station will be fully operational during the third quarter of 2020. The following is a proposed pre-design schedule. The schedule is subject to change.

MILESTONE DATE Distribute Contract/Bid Documents to potential Contractors September 13,2019 Receive Bids/Proposals from Contractors October 15, 2019 Evaluate, Rank and Shortlist Contractors October 16-25, 2019 Schedule On-Site Demonstration Oct. 28- Nov. 1, 2019 Conduct On-Site Demonstrations November 4-8, 2019 Complete Rankings and Recommend Contractor to City Manager

November 14, 2019

Contract Award Nov. 25 OR Dec. 9, 2019 Kickoff Meeting December 16, 2019

1.7 QUESTIONS AND CLARIFICATIONS

C. Direct all questions pertaining to the project as shown and described in the contract documents to the project designer listed below. All questions requiring clarification shall be submitted via email.

Edward J. Sullivan, P.E. Consulting Engineer Quad Three Group, Inc. 3495 Butler Street Pittsburgh, PA 15201 Phone: (412) 781-1344 e-mail: [email protected]

END OF SECTION 010100

Page 81: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

79

B. Section 001783 – Operation and Maintenance Data

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following:

1. Operation and maintenance documentation directory manuals. 2. Systems and equipment operation manuals. 3. Systems and equipment maintenance manuals. 4. Product maintenance manuals.

1.2 CLOSEOUT SUBMITTALS

A. Submit operation and maintenance manuals indicated. Provide content for each manual as specified in individual Specification Sections, and as reviewed and approved at the time of Section submittals. Submit reviewed manual content formatted and organized as required by this Section.

1. Engineer will comment on whether content of operation and maintenance submittals are acceptable.

2. Where applicable, clarify and update reviewed manual content to correspond to revisions and field conditions.

B. Format: Submit operation and maintenance manuals in the following format:

1. Submit on digital media acceptable to Engineer. Enable reviewer comments on draft submittals.

C. Final Manual Submittal: Submit each manual in final form prior to requesting inspection for Substantial Completion and at least 15 days before commencing demonstration and training. Engineer will return copy with comments.

1. Correct or revise each manual to comply with Engineer’s comments. Submit copies of each corrected manual within 15 days of receipt of Engineer’s comments and prior to commencing demonstration and training.

Page 82: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

80

1.3 FORMAT OF OPERATION AND MAINTENANCE MANUALS

A. Manuals, Electronic Files: Submit manuals in the form of a multiple file composite electronic PDF file for each manual type required.

1. Electronic Files: Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required, configure scanned file for minimum readable file size.

2. File Names and Bookmarks: Bookmark individual documents based on file names. Name document files to correspond to system, subsystem, and equipment names used in manual directory and table of contents. Group documents for each system and subsystem into individual composite bookmarked files, then create composite manual, so that resulting bookmarks reflect the system, subsystem, and equipment names in a readily navigated file tree. Configure electronic manual to display bookmark panel on opening file.

B. Manuals, Paper Copy: Submit manuals in the form of hard copy, bound and labeled volumes.

1. Binders: Heavy-duty, three-ring, vinyl-covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1/2-by-11-inch paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets.

2. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text.

a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts.

b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations.

1.4 REQUIREMENTS FOR OPERATION, AND MAINTENANCE MANUALS

A. Organization of Manuals: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed:

1. Title page. 2. Table of contents. 3. Manual contents.

B. Title Page: Include the following information:

Page 83: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

81

1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name and contact information for Contractor. 6. Name and contact information for Engineer. 7. Cross-reference to related systems in other operation and maintenance

manuals.

C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual.

D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder.

1.5 SYSTEMS AND EQUIPMENT OPERATION MANUALS

A. Systems and Equipment Operation Manual: Assemble a complete set of data indicating operation of each system, subsystem, and piece of equipment not part of a system. Include information required for daily operation and management, operating standards, and routine and special operating procedures.

B. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information:

1. System, subsystem, and equipment descriptions. Use designations for systems and equipment indicated on Contract Documents.

2. Performance and design criteria if Contractor has delegated design responsibility.

3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams. 8. Precautions against improper use. 9. License requirements including renewal dates.

C. Descriptions: Include the following:

1. Product name and model number. Use designations for products indicated on Contract Documents.

2. Manufacturer's name.

Page 84: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

82

3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Engineering data and tests. 8. Complete nomenclature and number of replacement parts.

D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed.

E. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds.

1. Include procedures to follow and required notifications for warranty claims. 2. Include warranty start and end dates for each system and/or piece of equipment

furnished.

F. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation.

G. Operator's Manuals for the system operators. These manuals shall be separately bound and shall contain all information necessary for the operator to operate the system. The manuals shall be written in non-technical terms and shall be organized for quick access to each detailed description of the operator's procedure. Manuals shall contain, but not be limited to, the following information:

1. A simple overview of the entire system indicating the function and purpose of each piece of equipment.

2. A detailed description of the operation of the HMI including all appropriate displays.

H. Step-by-step procedures for starting up or shutting down an individual component.

I. Step-by-step procedures for starting up and shutting down the entire system. e. Operational description for operating HMI computer equipment and peripherals including printers, removable bulk storage devices, etc. Description shall include procedures for typical maintenance and troubleshooting tasks.

J. A listing of all data base point names with their respective English language point descriptions and HMI graphic screen cross reference where the points can be found.

K. A complete glossary of terms.

Page 85: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

83

L. Complete, step-by-step procedures for performing complete system or selected file backup and restoration.

M. Final documentation shall be new documentation written specifically for this project, but may include standard and modified standard documentation. Modifications to existing hardware manuals shall be made on the respective pages or inserted adjacent to the modified pages. All standard documentation furnished shall have all portions that apply clearly indicated. All portions that do not apply shall be lined out.

N. The manuals shall contain all illustrations, detailed drawings, wiring diagrams and instructions necessary for installing, operating and maintaining the equipment. The illustrated parts shall be numbered for identification. All information shall apply specifically to the equipment furnished and shall only include instructions that are applicable.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION 017823

Page 86: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

84

C. Section 017900 – Demonstration, Training and Testing PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section includes administrative and procedural requirements for instructing Owner's personnel, including the following:

1. Instruction in operation and maintenance of systems, subsystems, and equipment.

2. Demonstration and training video recordings.

1.3 INFORMATIONAL SUBMITTALS

A. Instruction Program: Submit outline of instructional program for demonstration and training, including a list of training modules and a schedule of proposed dates, times, length of instruction time, and instructors' names for each training module. Include learning objective and outline for each training module.

1. Indicate proposed training modules using manufacturer-produced demonstration and training video recordings for systems, equipment, and products in lieu of video recording of live instructional module.

B. Qualification Data: For instructor.

C. Attendance Record: For each training module, submit list of participants and length of instruction time.

D. Evaluations: For each participant and for each training module, submit results and documentation of performance-based test.

1.4 CLOSEOUT SUBMITTALS

A. Demonstration and Training Video Recordings: Submit two copies within seven days of end of each training module.

Page 87: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

85

1. Identification: On each copy, provide an applied label with the following information:

a. Name of Project. b. Name of Contractor. c. Date of video recording.

2. At completion of training, submit complete training manual(s) for Owner's use prepared in same PDF file format required for operation and maintenance manuals specified in Section 017823 "Operation and Maintenance Data."

1.5 QUALITY ASSURANCE

A. Instructor Qualifications: A factory-authorized service representative experienced in operation and maintenance procedures and training.

B. Pre-instruction Conference: Conduct conference at Project site. Review methods and procedures related to demonstration and training including, but not limited to, the following:

1. Inspect and discuss locations and other facilities required for instruction. 2. Review and finalize instruction schedule and verify availability of educational

materials, instructors' personnel, audiovisual equipment, and facilities needed to avoid delays.

3. Review required content of instruction. 4. For instruction that must occur outside, review weather and forecasted weather

conditions and procedures to follow if conditions are unfavorable.

1.6 COORDINATION

A. Coordinate instruction schedule with Owner's operations. Adjust schedule as required to minimize disrupting Owner's operations and to ensure availability of Owner's personnel.

B. Coordinate instructors, including providing notification of dates, times, length of instruction time, and course content.

C. Coordinate content of training modules with content of approved emergency, operation, and maintenance manuals. Do not submit instruction program until operation and maintenance data have been reviewed and approved by Engineer.

Page 88: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

86

1.7 TRAINING

A. The cost of training programs to be conducted with Owner employees shall be included in the Contract price. The training and instruction shall be directly related to the system being supplied. The Contractor is responsible for training associated with the control panels, hardware, and software.

B. The following training classes are required:

1. SCADA system master station software configuration including database development, displays, reports logging, and alarming.

2. SCADA system master station hardware and networks including operating system administration requirements, new users, security levels, virus protection, backups, archives, and routine maintenance.

C. The Contractor shall provide detailed manuals to supplement the training courses. The manuals shall include specific details of equipment supplied and operations specific to the project. These manuals may be part of the operation and maintenance information specified in Section 017823.

D. The Contractor shall make use of teaching aids, manuals, slide/video presentations, etc. After the training services, such materials shall be delivered to Owner.

E. The training program shall represent a comprehensive program covering all aspects of the operation and maintenance of the system.

F. All training schedules shall be coordinated with, and at the convenience of the Owner.

G. Two on-site (field) training classes shall be included in the bid price. Each training class shall be a minimum of 8 hours in duration. Classes shall stress operational theory, system use, troubleshooting, and other technical aspects of the SCADA system master station.

1. The training classes shall be scheduled a minimum of 2 weeks in advance of when they are to be given. Proposed training material, including a detailed outline of each lesson, shall be submitted to the Owner at least 30 days in advance of when the lesson is to be given. The Owner shall review the submitted data for suitability and provide comments that shall be incorporated into the course.

2. On-site training shall be conducted at the Owner’s operations facility and shall provide detailed hands-on instruction to personnel covering; system debugging, troubleshooting, and system operation. The training shall run at times chosen by the Owner.

Page 89: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

87

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.1 TESTING

A. General

1. As part of the requirement of this specification section it is the responsibility of the Contractor to provide a complete operational SCADA system master station. Confirmation of an operational master system is dependent upon results derived

from test procedures as specified in this Section. The Contractor shall provide simulated factory testing prior to actual field testing.

2. Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and upon the system's or subsystem's producing the correct result (effect), the specific test requirement will have been satisfied.

3. All tests shall be conducted in accordance with prior Owner approved procedures, forms and checklist all as submitted by the Contractor. Each test to be performed shall be described and a space provided after it for signoff by the appropriate parties after its satisfactory completion. Include “punchlist” forms with the test procedure to document issues that arise during the testing. Punchlist forms shall include a resolution section that allows a description of the fix and signoff areas for Contractor and Owner.

4. Copies of the sign off test procedures, forms and checklists will constitute the required test documentation. The test result forms shall be submitted to the Owner for approval at the completion of each test.

5. Provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment and data, the Contractor will provide suitable means of simulation subject to Owner’s approval. Define these simulations techniques in the test procedures.

6. The Contractor shall coordinate all required testing with all affected Subcontractors, and the Owner.

7. The Contractor shall furnish the services of field service Engineers, all special calibration and test equipment and labor to perform the field tests.

8. The Owner reserves the right to test or retest all specified functions, whether or not explicitly stated on the Test Procedures, as required to determine compliance with the functional requirements of the overall system. Such testing required to demonstrate compliance with the specified requirements shall be performed at no additional cost to the Owner.

9. No systems shall be installed on-site until the Owner has received all test results and approved that the system is ready for field installation.

Page 90: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

88

B. Factory Testing: Prior to shipment of the equipment the following tests are required:

1. Unwitnessed Factory Test (UFT).

a. The SCADA system master station software (and hardware where

applicable) shall be modeled to simulate the Owner’s system and tested to ensure the system will operate as specified. All signals points shall be simulated to ensure proper operation of all alarms, monitoring devices/functions and control devices/functions.

b. Where applicable, all hardware and assemblies shall be inspected and tested

to verify that they are in conformance with the project requirements. During the tests all hardware and software shall be operated.

c. Tests to be performed shall include but not be limited to the following. Each

of these tests shall be specifically addressed in the Test Procedure submittal.

1) 100% database address verification of all signals on every graphic. 2) Demonstrate functionality of the process controls in conformance

with the use cases. Simulate operating conditions to verify the performance of the monitoring and control functions.

3) Demonstrate graphical user interfaces. 4) Demonstrate the data communication network and protocol for each

type of communications channel. 5) Demonstrate all system software functions specified including clock

synchronization. 6) Test system recovery from failure scenarios including cold boot, warm

boot, communication loss, power failure, process failure, redundancy backup systems, RAID array operability, historical archiving, etc.

d. Where applicable, servers and workstations for use in testing shall be functionally similar to those utilized by the Owner.

e. Submit UFT results for review by the Owner

2. Witnessed Factory Acceptance Test (WFT).

a. The Owner shall reserve the right to observe a final operational factory test. Implicit in the scheduling of the Witnessed Factory Acceptance Test is the assumption that the Contractor has completed the WFT test procedures as defined in the UFT, successfully completed the UFT and submitted the results to the Owner.

b. All system tests performed and specified for the unwitnessed factory test

shall be repeated in the presence of the Owner.

Page 91: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

89

c. The Contractor shall notify the Owner in writing that the system is ready for

the Witnessed Factory Acceptance Test and allow the Owner to schedule a test date within three weeks of receipt of the "Ready to Test" letter. At the time of notification, the Contractor shall submit WFT Test Procedure incorporating any revisions to the detailed test procedure previously approved by the Owner in the project system plan.

d. The purpose of the test shall be to verify the functionality, performance and

stability of the hardware and software.

e. Tests performed during the Witnessed Factory Acceptance Test shall be designed to demonstrate that hardware and software fulfill all the project requirements. The test conditions shall resemble, as closely as possible, the actual installed conditions.

f. All deficiencies identified during these tests shall be corrected and retested

prior to completing of the Factory Test as determined by the Owner.

g. Punchlist items and resolutions noted during the test shall be documented on the Punchlist/Resolution form.

h. The following documentation shall be available for reference at the test site

during the WFT:

1) All Drawings, Technical Specifications, Contract, Technical Memoranda, addenda and change orders.

2) Master record copy of the test procedure to be used for formal signoff of the test.

3) List of the equipment to be tested including make, model and serial number.

4) Hardware submittal (where applicable) 5) Software documentation submittal. 6) Submit WFT results for review by the Owner

C. Field Testing - Following installation of the SCADA system master station and prior to system start up the following tests are required:

1. Functional Acceptance Test (FAT).

a. General: Prior to beginning any site-specific elements of the Functional Acceptance Test, all new equipment shall be checked for proper installation, calibrated and adjusted on a site by site, and display by display basis to ensure that it is in conformance with project requirements. A witnessed FAT shall be performed on the complete system to demonstrate that it is operating and in compliance with these Specifications.

Page 92: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

90

b. Tests shall be implemented using Owner-approved forms and checklists. These forms shall include the following information and checkoff items with spaces for sign off by Owner and Contractor:

1) Project Name, Test Date, Contractor Name, and Lead Contractor

Technician Name 2) Site Name 3) Tag Number or other identifying name for each component. 4) Checkoffs/signoffs for each component.

a. Identification b. Protective device, control, range, and setpoint as applicable

c. Checkoffs/signoffs

5) Contractor shall maintain a binder with all signoff sheets for each site. Contractor will submit copies of signoff sheets when requested by Owner, and will submit the completed binder with all signoff sheets at the conclusion of all Step One and Step Two testing.

c. Tests shall be the same as specified under Factory Tests except that the

entire installed system shall be tested and all functions demonstrated using live field data to the greatest extent possible.

d. Updated versions of the documentation specified to be provided for during

the Factory Tests shall be made available to the Owner at the job site during the tests. In addition, one copy of all O & M Manuals shall be available for reference at the job site during testing.

e. Testing shall be done in a three-step process to minimize the overall impact

on system conversion for the Owner. The Contractor will be responsible for on-site testing associated with all items in Step One and Step Two.

1) Step one (1) testing will include a complete end-to-end test of all

signals for all RTU’s to confirm compliance with the Project Requirements. Testing shall include verifying proper signal status developed by the field device successfully transmits via the appropriate protocol, displays, and records, and generates all necessary alarms, status updates, and color changes throughout the system. Testing will also include validating that all required features of each protocol are successfully implemented. Owner staff will actively participate in the testing to operate equipment not furnished under this agreement, as necessary. Once the Contractor demonstrates the functionality of the new system for the limited number of each site type, testing shall transition to step two.

Page 93: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

91

2) Step two (2) testing (observations) will be conducted by the Owner over the course of the first year of operation (within the Warranty Period). Owner’s staff will perform additional performance testing to confirm proper operations of the SCADA system master station under actual system operations. This testing will be done using Owner staff at a time that is convenient to their ongoing operations. Contractor will not be required to participate in the testing, however, if significant errors or issues are discovered during the course of the maintenance period, Contractor will respond within 24 hours, as warranted. This shall be included in the one (1) year warranty period.

f. Punchlist items and resolutions noted during the test shall be documented

on the Punchlist/Resolution form. In the event of rejection of any part or function test procedure, the Contractor shall perform repairs, replacement, and/or retest within ten (10) days.

2. Certification of Installation: Following successful completion of all testing, the Contractor shall issue a Certification of Installation. Certification shall be on Contractor corporate letterhead, and signed by an officer of the firm. Certification shall state that the SCADA system master station has been completed in conformance with project requirements. Certification shall be submitted to the Owner as specified herein.

END OF SECTION 017900

Page 94: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

92

DIVISION 40 – DISTRIBUTION SYSTEM AUTOMATION A. Section 409000 – SCADA Master Station PART 4 - GENERAL

4.1 SUMMARY

A. Section Includes:

1. Supervisory Control and Data Acquisition (SCADA) master station and ancillary systems.

4.2 APPLICABLE PUBLICATIONS

A. Unless modified by these specifications, all material furnished shall conform to the latest standards of the following.

1. Institute of Electrical and Electronics Engineers (IEEE), IEEE C37.1 Standard for SCADA and Automation System

2. National Electrical Manufacturers Association (NEMA) 3. North American Electric Reliability Corporation (NERC), Critical Infrastructure

Protection (CIP)

4.3 GENERAL INTENT

A. This specification is a performance specification. It covers all engineering, design, software, installation (except as noted otherwise), and supply of equipment and components to provide a new Supervisory Control and Data Acquisition (SCADA) system master station to replace an existing master station. The product information contained herein establishes the minimum performance requirements for the specified SCADA system master station and may not be all inclusive. The SCADA system vendor shall provide all required capacities and quantities as necessary for a complete and operational system.

4.4 TERMS AND DEFINITIONS

A. The terms “Vendor”, “Contractor”, “Manufacturer” shall be used interchangeably and shall mean the entity that is contracted by the City of Newark to provide the SCADA system upgrades specified herein.

Page 95: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

93

B. The terms “City”, “Owner” shall be used interchangeably and shall mean the City of Newark, DE.

C. The term “Engineer” shall mean either the consulting engineer or the City engineer.

4.5 EXISTING CONDITIONS

A. The City presently operates and maintains a SCADA system manufactured by “DigitaLogic” of Baltimore, MD. The SCADA system master station shall be replaced under this contract. The SCADA system master station is located at the City Building located at 220 S. Main St., Newark, DE. The existing system is configured in a virtual server environment.

B. Existing “DigitaLogic” RTU’s are located at the main subtransmission substation and eight (8) 34.5kV – 12.47kV/4.16kV distribution substations. All RTU’s are existing and shall remain and be fully integrated into the new master station. The Owner shall be responsible for providing conversion of the existing RTU protocol to DNP3.0 and/or another format that is mutually agreeable to the Vendor and Owner. The Owner will contract with “DigitaLogic” separately for any integration assistance.

C. The SCADA points are existing and the same points will be used for the new master station.

1. Included as an electronic attachment to this specification is a spreadsheet with an existing point list for the main substation and a typical point list for a distribution substation.

a. For bidding purposes, the point list for the main substation shall include all points listed in the attached spreadsheet plus an additional three (3) circuit breakers (not listed). The additional three (3) circuit breakers shall include the same point count as the existing circuit breakers.

b. For bidding purposes, the point list for a typical distribution substation shall be assumed for all eight (8) distribution substations. The exact definition of points may not be the same across all substations and the exact points will be defined after award of a contract.

D. The City presently operates an “Eaton (Cooper), Yukon Feeder Automation” system that supervises various substation circuit breakers, (21) 34.5kV reclosers, and (8) 12.47kV reclosers for the fault detection, isolation and restoration (FLISR) of the respective distribution systems. This system has an interface to the existing SCADA RTU’s for data acquisition and control of the substation circuit breakers. The interface is to remain. The FLISR system will not be integrated into the SCADA system and any necessary data segregation will be performed by others.

Page 96: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

94

E. The City presently operates a central data center at the Municipal Building at 220 South Main Street, Newark, DE. The central data center houses servers in a secure and environmentally controlled environment. The servers will be expanded and segmented as necessary to create a virtual, full-redundant, fail-over, hot standby server environment for the installation of the SCADA system host. The use of City servers only applies to Windows-based systems and not Linus systems. All server hardware for Linux-based systems shall be provided by the vendor and house at the City’s data center.

4.6 Communications to remote sites is accomplished by existing 900MHz radios, Verizon cellular modems, and fiber optic transceivers. All communication channels are existing to remain and shall be integrated into the new master station.

4.7 GENERAL SYSTEM REQUIREMENTS

A. The System requirements shall generally include, but not be limited to:

1. SCADA system software designed specifically for remote monitoring and control of electric utility distribution systems and utilizing an “Open Architecture” platform.

2. SCADA system software that will seamlessly integrate with City’s existing DigitaLogic RTU’s via DigitaLogic native protocol and/or DNP3.0 protocol and provide the reliability and functionality specified herein. Any interface to allow for the seamless integration will be the responsibility of the Vendor unless noted otherwise.

3. Communication over the City’s existing 900MHz radio, cellular modem, and fiber optic communication channels to RTU’s.

4. Complete installation, programming, integration, start-up and training.

4.8 SCADA SYSTEM VENDORS

A. The following is a list of prequalified SCADA system vendors for this project:

1. ABB Inc. Power Grid Division 2. Advanced Control Systems, An Indra Company 3. DigitaLogic, Inc. 4. Open Systems International, Inc. 5. QEI, LLC 6. Siemens Industry, Inc. 7. Survalent Technology Corporation

Page 97: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

95

4.9 SHOP DRAWINGS AND MANUFACTURER’S DATA

A. Submit electronic PDF copy of shop drawings and manufacturer’s data for each item within 90 days after receipt of Notice to Proceed. This information shall include, but not be limited to, the following:

1. SCADA master station system software 2. SCADA master station system license agreements 3. SCADA updated point list for all I/O by site (Excel format) 4. SCADA system architecture diagram 5. Host server hardware requirements (Windows-based systems) 6. Host server hardware and configuration (Linux-based systems) 7. SCADA wiring modifications and/or interface connections (if necessary) 8. Testing and start-up plan 9. Training plan

4.10 ENGINEER’S REVIEW

A. Engineer’s review of drawings and manufacturer’s data applies only to the general arrangement of equipment and shall not relieve the seller of responsibility for correctness of design, details and dimensions. The Engineer shall be allowed fifteen (15) days from the date on which the submittal documents arrive at the Engineer’s office to review and electronically return any comments. This shall in no way modify the shipment dates as specified unless more than fifteen (15) days are required to review the drawings; in which case, additional time may be added to the date of delivery.

4.11 FINAL REVIEW DRAWINGS

A. Electronic PDF copy of final review drawings shall be furnished to the Engineer at least thirty (30) days prior to the arrival of any equipment. The Engineer shall be allowed ten (10) days from the date on which the submittal documents arrive at the Engineer’s office to review and electronically return any comments. This shall in no way modify the shipment dates specified unless more than ten (10) days are required to review the drawings, in which case, additional time may be added to the date of delivery.

4.12 INSTALLATION INSTRUCTION BOOKS

A. Submit three (3) copies of installation instruction books, ten (10) days prior to the arrival of equipment, which describe in detail all necessary steps the owner must follow to adequately install and align equipment.

Page 98: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

96

4.13 ENGINEERING CORRESPONDANCE

A. All engineering submittals and correspondence shall be submitted to:

Bhadresh Patel, Electrical Director CC: Purchasing Office City of Newark City of Newark City Municipal Building City Municipal Building 220 South Main Street 220 South Main Street Newark, DE 19711 Newark, DE 19711 [email protected] [email protected] Telephone: (302) 366-7000 x2080 (302) 366-7000 x2005

4.14 DRAWINGS

A. Submit two (2) copies of all drawings on CD using AutoCAD Release 2014 or later.

4.15 DELIVERY LOCATION, DELIVERY SCHEDULE AND SHIPMENT NOTIFICATION

A. Vendor shall provide a minimum 14 day notice for the delivery of all goods and the scheduling of on-site installation unless noted otherwise.

B. Vendor shall provide a minimum 60 day notice to Owner for installation of host server software.

C. DELIVERY LOCATION

1. All materials shall be delivered to: City of Newark City Municipal Building 220 South Main Street Newark, DE 19711

D. DELIVERY SCHEDULE

1. Time is of the essence in the performance of this contract. The vendor by submitting a proposal agrees to furnish all material specified in this section in accordance with the dates specified in the proposal.

4.16 INSTALLATION NOTIFICATION

A. The Contractor shall notify the Owner 30 days in advance of the planned installation of the SCADA system master station.

Page 99: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

97

4.17 NEW EQUIPMENT

A. All material and equipment shall be new. Used, reconditioned or remanufactured material and equipment will not be allowed.

4.18 HARDWARE WARRANTY

A. Where applicable, a full three (3) year warranty against defects in materials and workmanship shall be furnished. Hardware warranties shall begin on the date the material and equipment arrive at the City of Newark.

4.19 SOFTWARE AND LICENSES

A. All software and licenses, whether specifically listed or not, shall be provided at no additional cost. Include 24 months of license costs in the base bid. The vendors standard annual license and support costs shall submit with the proposal. License agreement term shall start at Final Acceptance.

B. Software Update Services: Starting with installation of the SCADA system master station and continuing until 24-months after Final Acceptance, the Contractor, upon authorization from Engineer, shall provide, install, test, and commission updates to the SCADA master station system software (and hardware where applicable) within 30 days from when such updates are announced and released by the manufacturer. All updates shall be provided which are necessary to maintain the SCADA system in compliance with the Contract Documents, as well as any incremental releases. Should an update be announced and released by the manufacturer prior to the end of the 24-month period beyond final acceptance, the Contractor shall be required to install that update if authorized by the Owner. All associated costs shall be included in the Base Bid.

C. Maintenance and support may be accomplished remotely from the SCADA system vendor location. On-site services shall be provided for any services that cannot be resolved remotely and for all active hardware warranty services.

4.20 FACTORY VERIFICATION

A. Refer to Section 017900 – Demonstration, Training and Testing for detail requirements.

Page 100: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

98

PART 5 - PRODUCTS

5.1 MASTER STATION

A. The master station shall consist of a host computer (server) with configured for full-redundancy, hot-standby failover.

1. Windows-based Systems: Master Station host server(s) shall be implemented in virtual environments following the vendor’s network and hardware requirements of the servers and sized for the system capacity and specifications according to the number of points, modules, protocols and requirements of the SCADA hosts servers. The supplier shall provide the hardware specifications for a virtualized primary server and for a virtualized secondary server (at a remote location if preferred by the Owner).

2. Linux-based Systems: Provide all host server hardware and server support to meet the requirements defined herein.

B. For full-redundancy, the active host computer shall maintain the standby host computers in a fully synchronized state via the TCP/IP network. In the event of a failure of the active host server, the standby server(s) shall automatically assume control of all peripherals, communication lines and services with no action required from the system operator. The Local or Wide area TCP-IP network (LAN or WAN) supporting the host servers’ redundancy can be segregated into segments or VLANs to support or coexist with other enterprise services, minimum requirements for the Ethernet interface is 1 gigabit/sec data transference capability and 10Mb/sec bandwidth between redundant servers to support the synchronization mechanism of the hosts.

C. Separate operator workstations (clients) can be interconnected to the master station server(s) by a Gigabit/sec (minimum requirement) Ethernet local network (LAN) using TCP/IP protocol which will be used for all data exchange services and protocols between the various nodes and devices on the network.

D. Configuration

1. The system shall be configured for use on host server(s) and workstations consisting of standard PC architecture machines utilizing the latest generation Intel or equivalent processors.

2. The host software and the operator interface software shall run directly in the operating system’s own environment (Windows or Linux). X-Windows sessions, thin clients or other emulations are not acceptable.

3. For communication with serial-data peripheral equipment, commonly available terminal servers shall be provided to off-load serial communication processing from the host computers.

Page 101: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

99

4. The system shall allow for access from off-site workstations through secure VPN connections is accordance with City security protocol.

E. Communications

1. The system shall support the protocols used by the end user’s existing and/or proposed RTUs. In addition, the system shall have the minimum following protocols available as options:

a. DNP3.0 (serial and TCP/IP) b. IEC 61850 (Ed1 and 2) c. IEC 870-5-101/103/104 d. Allen Bradley Protocol e. Modbus (RTU and TCP) f. SNMP Protocol g. Goose h. DigitaLogic native protocol (with assistance from Owner)

2. The system shall be able to use a variety of protocols for Data Exchange between systems and interfaces. Protocols such as ICCP, OPC, DNP and IEC60870 family of protocols, and MultiSpeak should be available for Data Exchange tasks. All protocols shall be run in native protocol without the need for any front-end processors.

3. The master station database editor shall allow the user to define key parameters for each communication line: baud rate, time allowed for an RTU to respond, the number of retries, accumulator poll interval, interval between scans, and protocol-specific configuration parameters. The communication software shall maintain communication statistics for each RTU. These statistics shall be available as database points so that they can be incorporated in user-defined displays, reports, and alarms.

F. Security

1. The SCADA system shall be implemented using industry standard “best practices” and meet all NERC CIP requirements for medium impact control centers in accordance with the CIP version 5 standards. Bidders must detail how they intend to meet each relevant NERC CIP requirement in their proposals.

2. The vendor shall provide cyber security features, including but not limited to, authentication, encryption, access control, event and communication logging, monitoring and alarming to protect the system and configuration computer from unauthorized modification or use

3. The vendor shall clearly identify the cyber security features and provide the methodologies for maintaining the features, including the methods to change settings from the vendor configured or manufacturer default conditions. The

Page 102: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

100

vendor shall not change the standard equipment provided by the third-party OEM in any way that would obligate the user to require service from the vendor.

4. The vendor shall verify that the addition of security features does not significantly adversely affect connectivity, latency, bandwidth, response time and throughput (including during the SAT when connected to existing equipment).

5. The vendor shall provide appropriate software and service updates and/or workarounds to mitigate all vulnerabilities associated with the product and to maintain the established level of system security.

6. The vendor shall provide a listing of services required for any computer system running control system applications or required to interface the control system applications. The listing shall include all ports and services required for normal operation as well as any other ports and services required for emergency operation.

7. The vendor shall verify and provide documentation that all services are patched to current status. The vendor shall provide, within a pre‐negotiated period, appropriate software and service updates and/or workarounds to mitigate all vulnerabilities associated with the product and to maintain the established level of system security.

8. The vendor shall remove and/or disable software components (such as services and executables) that are not required for the operation and maintenance of the control system prior to Factory Acceptance Tests (FAT). The vendor shall provide documentation of what is removed and/or disabled.

9. The vendor shall configure hosts with least privilege file and account access and provide documentation of the configuration. The vendor shall configure the necessary system services to execute at the least user privilege level possible for that service and provide documentation of the configuration. The vendor shall document that the changing or disabling of access to such files and functions has been completed

10. The vendor shall have a formal patch management and update process for all vendor‐supplied software, including operating system and any required third‐party applications, and for any vendor‐supplied hardware (firmware updates).

11. The vendor shall provide details of their patch management and update process. Responsibility for installation and update of patches shall be identified.

12. The vendor shall provide firewall rule sets between network zones. The basis of the rule set shall be “deny all,” with exceptions explicitly identified by the vendor. Note that this information is deemed business sensitive and shall be protected as such.

13. The vendor shall provide detailed information on all communications (including protocols) required through a firewall, whether inbound or outbound, and identify each network device initiating a communication in accordance with the corresponding rule sets.

14. The vendor shall recommend which accounts need to be active as well as those which can be disabled, removed or modified. The end user shall approve in

Page 103: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

101

writing the vendor’s recommendation. The vendor shall disable, remove, or modify all the accounts pursuant to the approved recommendation.

15. After contract award, the vendor shall disable or remove all default and guest accounts prior to FAT. Once changed, new accounts will not be published except that new account information and passwords will be provided by the vendor via protected media.

16. After the site acceptance testing (SAT), the vendor shall disable, remove or modify all vendor‐owned accounts or negotiate account ownership with the end user.

17. The vendor shall not permit user credentials to be transmitted in clear text. The vendor shall provide the strongest encryption method to commensurate with the technology platform and response time constraints. The vendor shall not allow applications to retain login information between sessions, provide any auto‐fill functionality during login or allow anonymous logins. The vendor shall provide user account‐based logout and timeout settings.

18. The vendor shall provide a configurable account password management system that allows for selection of password length, frequency of change, setting of required password complexity, number of logins attempts and inactive session logout.

19. The vendor shall not store passwords electronically or in vendor‐supplied hardcopy documentation in clear text unless the media is physically protected. The vendor shall control configuration interface access to the account management system. The vendor shall provide a mechanism for rollback of security authentication policies during emergency system recovery or other abnormal operations where system availability would be negatively impacted by normal security procedures.

20. The vendor shall provide a system whereby account activity is logged and is auditable both from a management (policy) and operational (account use activity) perspective. The vendor shall time stamp and control access to audit trails and log files. The vendor shall ensure audit logging does not adversely impact system performance requirements.

21. The vendor shall provide for user accounts with configurable access and permissions associated with the defined user role. The vendor shall adhere to least privileged permission schemes for all user accounts and application‐to‐application communications.

22. The vendor shall verify that a user cannot escalate privileges, under any circumstances, without logging into a higher‐privileged role first. The vendor shall provide a mechanism for changing user(s) role (e.g. group) associations. After contract award, the vendor shall provide documentation defining access and security permissions, user accounts, applications and communication paths with associated roles.

23. Use of browser‐based user interfaces for the critical control GUI is not desirable. The primary user interface for the control system should not utilize vulnerable technologies such as native operating system JRE/Java, X‐Windows, ActiveX

Page 104: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

102

Controls, etc. Vendors shall describe the use of any web‐based interfaces for critical control functions. If they are used, vendors should respond to the requirements listed below.

24. The vendor shall verify that the addition of security features does not adversely affect connectivity, latency, bandwidth, response time and throughput (including during the SAT) when connected to existing equipment).

25. The vendor shall remove or disable all software components and services that are not required for the operation and maintenance of the devices that run an HTTP server prior to the FAT. The vendor shall provide documentation on what is removed and/or disabled.

26. The vendor shall provide, within a pre‐negotiated period, appropriate software and service updates and/or workarounds to mitigate all vulnerabilities associated with the product and to maintain the established level of system security.

G. System Sizing

1. The system software shall be capable of accommodating in its database an unlimited quantity of status and control points, analog input points, text points, communication lines, RTUs, IEDs, reports, graphic symbols. No software upgrades or additional licenses shall be required to increase the number of aforementioned items to be integrated into the system.

2. Vendor shall provide documentation of 99.98% system availability

H. Hardware Platform

1. The system shall be configured for use on industry standard servers, PC workstations, TCP/IP networks, and communications hardware available from multiple manufacturers. Systems requiring sole-source, proprietary hardware shall not be allowed.

2. Host server, client workstations, network and communications hardware is existing and/or shall be provided by the Owner unless note otherwise (for Linux-based systems).

3. Where applicable, all materials and equipment furnished for permanent installation in the work shall conform to applicable standard specifications and shall be new, unused, and undamaged.

I. Host Servers (Windows Sever Applications Only)

1. All host servers shall be furnished by the Owner unless noted otherwise. The server shall be a virtual platform.

J. Host Servers (Linux Operating System Applications Only)

Page 105: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

103

1. The system supplier shall provide the Master Station server hardware and peripherals built by a leading computer industry manufacturer. The preferred computer manufacturer is Dell, the preferred CPU manufacturer is Intel. The servers shall be wholly designed, manufactured, warranted, and assembled by the computer manufacturer. Composite component computer frames assembled with multi-vendor cards by second source manufacturers will not be accepted.

2. The host servers shall run the latest Linux operating system. 3. The host servers shall utilize Gigabit Ethernet network interface cards (NIC). 4. The host servers and associated communication equipment shall be delivered for

mounting in the Owner’s existing data center rack per the direction of the Owner.

5. Provide four (4) servers mounted in the equipment racks. Two (2) servers for real-time database, one (1) server for historical database, and one (1) for terminal services and diagnostics. The following provides minimum technical requirements for the servers; however, the vendor shall provide equipment that is best optimized for their SCADA software. If additional hardware features or performance enhancements are necessary to meet the System functional requirements, additional items will be provided to the Owner at no additional cost.

a. Processor: Intel® Xeon®. E5-2600 v4 product family or equivalent (or higher (minimum of 2 provided)

b. Memory: 64GB Memory (8x8GB), 1333MHz Dual Rank LV RDIMMs 2 c. Processors, Optimized d. Operating System: To meet SCADA requirements e. Hard Drives: 1TB 7.2K RPM Near-Line SAS 6Gbps 3.5in Hot-plug Hard f. Drive (minimum of 2 required) g. Hard Drive Configuration: RAID 1, 2HDDs h. Disk bays (total/hot-swap) - 4/4 (2.5" form factor) i. Internal Controller: PERC SAS/SATA Internal Software RAID adaptor for Hot

Plug Configuration j. Power Supply: 750 Watt Redundant Power Supply k. Power Cords: As required to meet Owner’s standard l. Network Adapter: Gigabit ET Quad Port NIC, PCIe-4 k. m. Internal Optical Drive: DVD+/-RW, SATA, Internal n. Form factor – Rack mounted o. Hot-swap components - Power supply, fans, hard disk drives p. Server Accessories: Keyboard and Optical Mouse, USB, Black, English, with

17 LCD Monitor, slide-out rack keyboard/monitor tray q. Systems management – Software to meet Owner standard, Integrated

Service Processor, Diagnostic LEDs, drop-down light path diagnostics panel, Automatic Server Restart System Documentation: Electronic System Documentation

Page 106: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

104

r. Hardware Support Services: 3 Year On-site Service

K. The vendor shall provide operating system patch management in accordance with NERC CIP standards. All operating system patches shall be evaluated by the Contractor and the results provided to the end user for installation within 30 days of release.

L. Workstation Consoles

1. PC workstations and peripherals (monitors, etc.) shall be furnished by the Owner.

5.2 MASTER STATION FUNCTIONAL REQUIREMENTS

A. The following Data Acquisition parameters establish the minimum requirements of the system. All parameters may not be applicable to the present system but shall be available for future use without the addition of add-on modules.

1. The SCADA data acquisition engine can retrieve variables and status information from remote sources such as RTU, PLC, data concentrators, other supervisory systems and protective equipment, among other sources, by the means of standard communication protocols.

2. The system shall be able to monitor analog values such as Volts, Amps, Watts, energy and VARs, pressure, volume, flow, levels, and other values at each substation. Convert these values to a digital format. Transmit changed values back to the Master Station. Convert these values into engineering units. Display these values on single line diagrams or schematics and provide alarm limit checking. Provide historical storage at user definable interval and retention periods.

3. The data acquisition module should not require the use of any protocol converter or front-end processors, all protocols should be native to the system unless noted elsewhere.

4. The SCADA system have the capability of providing health monitoring of the host server, Ethernet switch, and terminal servers by means of SNMP, and the health monitoring points integrated into the SCADA database and accessible by the GUI.

5. The system can accumulate kilowatt-hour pulses from pulse initiators at each substation. Provide a freeze of counts by RTU on a user definable interval. Transmit the counts back to the Master Station. Convert the counts into interval and hourly deltas.

B. The following Supervisory Control parameters establish the minimum requirements of the system. All parameters may not be applicable to the present system but shall be available for future use without the addition of add-on modules.

Page 107: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

105

1. The system enforces the utilization of “Select Before Operate” (SBO) procedure that is fully compliant with IEEE Std C37-.1-2007.

2. The system requires secure handshaking with the RTU before any controls are executed. In such cases, control of a point requires the following exchange of messages:

a. Master to RTU - control point selection b. RTU to Master - point address checkback c. Master to RTU - control execution d. RTU to Master - execute acknowledge

3. If the scan task does not receive proper acknowledgement of either the select request or the execute command, a checkback failure alarm should be raised. If the acknowledgements are correct, but the expected status change does not occur within the point’s control response timeout, a control failure alarm should be raised. An optional multiple status change validation feature should be available to handle cases where a control causes multiple status changes to occur.

4. Based on noisy serial or radio communications, the system provides settings to configure the response time before a control failure alarms are raised.

5. The system shall allow for secondary passwords on controls. The secondary password shall be defined for each user account and capable to be enabled for individual status points or system-wide.

C. Communications

1. The software subsystem for the proposed protocols shall implement all features of the RTUs and IEDs that are required by the end user. As a minimum, the following functions shall be included:

a. Rapid polling of RTUs for exceptions b. Select Before Operate (SBO) control execution c. Variable control durations for momentary controls d. Detect and report multiple changes of state between poll cycles, if the RTU

does not buffer changes but instead reports a “multiple change detects” e. Automatic interleaving of multiple priority messages, e.g. automatic “fast

scan” after a control and “error scan” after a communication error f. Scheduled accumulator freezes and polls g. Scheduled integrity (general interrogation) polls h. Report by exceptions and continuous polling. i. Time synchronization of the RTUs j. Sequence of events data uploading and processing

2. When a user-definable error retry count expires for an RTU, the system will declare the RTU failed by means of a status point and an accompanying alarm.

Page 108: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

106

On RTU failure, the system shall mark all points that are telemetered by the RTU as “telemetry failed”. For each point, this telemetry failed quality code shall not clear until a value is subsequently received from the point.

3. The user can define alternate communication ports (or IP addresses) that can be used to reach the RTUs. On a series of communication errors with an RTU, the system shall switch ports after a user-definable port retry count expires. A separate port status point for each RTU shall be maintained to indicate which port is currently being used to poll each RTU and alarms could be raised on these points as per user preferences. If the communication line is looped, it shall be possible to determine between which two RTUs a break exists by examining the values of the port status points.

4. For each RTU, the system will maintain communication statistics in the form of analog points that may be viewed on displays, printed in reports, or stored in historical data files. Such statistics shall include percentage of successful communication, number of timeouts and number of security errors.

D. Data Processing

1. The system provides support for multiple status changes that result from control commands. For each control point, it shall be possible to specify a list of up to 30 status points that may change as a result of a command. If not all the expected transitions occur within the control point response time-out, the system shall generate an alarm for the control point as well as an additional alarm for each associated point that did not undergo the expected transitions.

2. The system scans every analog input in the RTUs at predefined scanning intervals. Any failure to complete a scan shall be marked with a data quality flag. Also, the system shall scan each analog input every second and compare that input to the previously reported input. When the difference between these values exceeds its reporting band, the analog value shall be reported (report-by-exception).

3. The system can check the analog values for at least three sets of limits: warning, emergency and reasonability. Each of these three sets of limits shall be provided with an upper limit, a lower limit and a deadband.

4. To allow the removal of noise readings around the zero mark of the engineering scale, a range of engineering values inside the point value range will be specified which shall clamp the input value to zero. For example, if the zero clamp deadband is 3.0, any input value which is converted to between +3.0 and -3.0 engineering units will be clamped to zero.

5. The system is be able to process accumulators received from the RTUs. The system shall send a command to freeze the accumulators either to all RTUs or to the selected RTUs. However, this freeze command shall not reset the accumulators in the individual RTUs. Upon receiving the accumulator readings at the master station, the system shall automatically calculate the difference from the last reading. The system shall retrieve the hourly accumulators every hour

Page 109: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

107

from the RTUs and shall convert them to engineering units. The system shall also be able to retrieve accumulators at user-definable intervals from 15 to 30-minute intervals.

6. The system should be able to handle in emergency or massive disturbances at least 4,000 alarms per second peak for at least 15 minutes combining digital and analog alarms, during this period the system should handle the inbound alarms without data loss.

E. Authentication and Access Control

1. The system will use username and password to be authenticated over LDAP (Active Directory) and two (2) factor Authentication.

2. A system administrator will be able to create and maintain accounts containing Username, password, Zone groups, mode of operation and the user rights for each system user.

3. Other applications such as dashboard (OMS), requires additional software and set up.

4. The Guest account by default restrict certain areas of the map or alarms, this account should be configurable to allow further restrictions.

5. The system can temporarily disable a user account without deleting it. 6. The system can deny remote access for a user account. 7. User account passwords shall be a minimum 128-bit encrypted and neither

stored nor transmitted in plaintext. The system shall allow for selection of password length greater than twelve (12) characters, and have password complexity settings for inclusion of alpha, numeric, and mixed case character requirements in the password. The system shall allow the password frequency of change to be set to 1, 30, 90, 180, or 365 days. It shall also allow setting the password to never expire.

8. The number of upper, lower case, and special characters is configurable to enforce security. System shall prevent reuse of passwords, the inclusion of the user name on the password field and, repeated strings of identical characters.

9. The system allows a settable number of failed logins attempts by an account, and a blocked timeout period to block the user login if the number of failed login attempts is exceeded.

10. The system will allow for an inactivity timeout setting to be enabled, whereas after a settable amount of time of inactivity the account is logged out.

11. Account activity logging are be configurable for login success and failures. The logging mechanisms shall be configurable for the remote Syslog protocol.

12. The system generates and print a report of the log list that can contain information on the application used and the time accessed.

13. Is included a Network Security Editor which defines the rules for the SCADA system to characterize TCP/IP connections.

14. TCP connections are classified as Remote, Local or Reject. 15. The login supports network encryption RC4 as minimum requirement.

Page 110: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

108

16. The system can support a secondary password assignable on a per-user basis. This secondary password may be required to execute control operations on some or all controllable points in the system.

17. Each controllable point in the system supports a configuration switch to require a secondary password be entered before a control is allowed.

18. This secondary password reduces the likelihood of an unauthorized person executing a device control.

F. User Rights

1. Each user account can be assigned a set of user rights that determines the actions that the user may take. This shall provide individual control over various operating and editing functions. These user rights shall include the ability to: acknowledge, block, unblock, and silence alarms; edit database, maps, reports, analog limits, and notes; manual set, control, and tag/un-tag points.

2. The proposed system can handle an unlimited number of user accounts with their corresponding user rights and privileges.

G. Area of Responsibility

1. The SCADA software can be partitioned into 128 areas (or zones) of responsibility. The user shall have the ability to assign any combination of the 128 zones to each database point (telemetered or calculated) and/or to each login account.

2. The user can create any number of zone groups containing various combinations of the 128 zones and to give each zone group a name.

3. An operator only can manipulate those points whose zones overlap those of his login account.

H. Tag Management

1. The system can inhibit control of devices by means of a secure, multi-level tagging feature. This feature allows operators to apply up to eight tags to each point, each tag being stored with a date/time stamp and optional operator-entered description.

2. Each point displays a visual attribute showing that the point has one or more tags on each display where that point is shown. If a point is tagged, the display shall show the symbol that corresponds to the highest-level tag on the point.

3. It shall be possible to specify that the tag dialog remembers the last choice of action, tag type, tag number, and tag description.

4. The system includes the capability to configure a custom set of tag types that are mapped to the following four basic types of tags: Inhibit ON and OFF controls, Inhibit ON control only, Inhibit OFF control only, Information only (no control inhibit).

Page 111: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

109

5. The system prevents bypassing the control inhibit caused by a tag. This applies to any and every application supplied by the vendor or written by the end user using the vendor’s API.

6. A group tag function is provided that allows an operator to define a tag, select multiple points and apply the same tag to all selected points.

I. Database Editor

1. The database editor shall provide a graphical tree-like representation of the complete database and shall support easy navigation throughout the database to the desired items to be edited. Database items to be edited in this way shall include Stations, Communication Lines, Communication Channels, RTUs, IEDs, as well as all the individual database points (analog values, status indications, accumulators, etc.).

2. The database editor shall operate as a “client” program which communicates with a “server” program running on the host computer. However, the database editor shall be able to run on any computer that is connected to the host server via the network. With this arrangement, it shall be possible to manage the database maintenance from any suitably configured PC on the network without being necessary to go to the control room to do it.

3. The database editor shall include features which will make it easy to create and modify the database such as:

a. Using the Station Cloning feature to create an entirely new station and all its points, based on an existing station

b. Copying, cutting and pasting in the Windows environment c. Using a model feature to create points and other database items that are

based on previously created ones d. Using a Station Rename feature to copy a portion of an existing display,

and to reassign all those dynamic points to points in a different station, all in one operation

e. Editing or modifying the database on an MS Excel spreadsheet and importing it into the system real-time database

f. Deleting existing database points g. Deleting an entire station with all associated points

4. All changes and updates of the database shall be completed and validated while the system is in online operation. Under no circumstances shall the real-time system operation be interrupted or disturbed by the database editing and maintenance process.

J. Alarms

1. Alarms and operational events are continuously synchronized in real-time to the standby host server, in the case of a dual-redundant system configuration.

Page 112: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

110

2. The proposed system shall be able to handle a minimum of 1000 alarms or events per second per operator consoles regardless of the other workload.

3. The system includes ten (10 +1) alarm priority levels. Alarms with priority zero (the lowest) are pre-acknowledged. Such alarms are configured to neither sound any audio alarm signals nor cause points to flash on the display.

4. Each priority has its own setup and properties: variables such as how they are raised and represented can be custom programmed to each independently.

5. For each analog point, the user can define three sets of nested upper and lower alarm limits, with a separate deadband for each limit. In addition, analog points shall be able to generate an alarm when a rate of change is exceeded, either in the increasing or decreasing direction or both. Each alarm limit shall support a separate alarm priority.

6. The system should be able to block both digital and analog type alarms. 7. The system shall provide the operator with a visible “telemetry failure”

indication when the value of any displayed point is not currently being updated by the system because of an RTU or communication line failure. Any points that are calculated using, as inputs, the values of other telemetry failed points, shall also be marked telemetry failed.

8. The user can specify any Windows sound file (*.WAV) to be used for the audio alarm signal. The system shall allow the user to browse for sounds and to test play the selected sounds. The system shall allow different sounds for each alarm type and a different set of sounds for each workstation.

9. The system provides a summary lists for all unacknowledged, acknowledged, blocked, suppressed and for all alarms. The user shall be able to perform alarm filtering based on certain parameters or filters. The filtering of alarm summary lists shall be performed from a template where the operator can enter the filtering parameters and obtain the filtered lists.

K. Reports

1. The system includes a report generation capability that will allow the user a high level of flexibility in the definition, formatting, and scheduling of on-demand and periodic reports. The reports shall include data from both the real-time database and historical database. The system will allow the user to schedule reports for automatic printing or saving to hard disk files for subsequent transfer to CD or tape.

2. A report editor is available to allow the user to define reports by specifying a database table, a set of desired data fields and the selection criteria for retrieving records from the database table.

3. A graphical report in the form of scheduled prints of selected views of the world map shall also be provided.

4. The system packages a scheduling facility that will allow the operator to define the schedules and destinations for all reports. It shall be possible to direct a

Page 113: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

111

scheduled report to multiple printers, one or more of which can be directories on disk.

5. Reports can be exported in common formats such as PDF, XML, and Excel.

L. Data Collection and Storage

1. The system will provide a historical data collection facility that allows the user to define the points that are to be sampled, the sampling frequency and how long to retain the sample data. In each dataset, the oldest samples should be overwritten by the newest.

2. The historical data software shall be capable of sampling at intervals as low as 1 second. There should be no upper bound on the duration of samples within each dataset, and thus no upper bound on the amount of historical data that can be stored other than the limitation imposed by available disk space.

3. The historical data software shall allow the user to specify the recording of statistics in the sample records. The statistics shall include time averages, summations, maximums and minimums, and times of maximums and minimums and shall be based on user-definable observation intervals.

4. The system shall also allow the user to create “secondary” datasets that extract information from primary datasets. For example, a primary dataset could contain 15-second samples for several days. A secondary dataset could extract daily maximums and minimums, as well as the times of the maximums and minimums and record these for ten years.

M. Data Trending

1. The proposed system shall provide the ability to store and view any data value from the database in a trend graphical format. The system shall bring up pixel-resolution trend graphs of historical data. Sample rates as low as 1 second must be supported.

2. Trend graphs shall be displayed in separate windows that can be moved, re-sized and minimized to an icon. The trend graph window shall include tools that allow the user to configure and customize the graph display.

3. A trend graph window shall have the ability to plot at least ten (10) points from the historical database. The trend graph displays shall be interactive allowing the operator to quickly adjust the time frame, duration and resolution of the graph.

4. In cases where there are more samples in the dataset that can be displayed in the graph window, it shall be possible to scroll back in time. It shall be possible to see the numeric values and time-stamp of the traces at any time position in the graph by manipulating a time cursor inside the trend graph.

5. The user shall be able to display trend comparison graphs from left to right, for at least ten (10) comparison trends. In trend comparison graphs, the time origin at the extreme left of the graph is a fixed time of the day; however, it may be a

Page 114: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

112

different day for each trend. The purpose of this is to allow the user to observe the build-up of the current day’s trace, e.g. a load curve, against that of other days in the past, typically the days that contained the last week peak or the current month peak, etc.

6. The trend comparison graph shall have an option to set a start time and day of the week so that the trend graph is automatically launched.

5.3 MASTER STATION GRAPHICAL USER INTERFACE

A. Graphical User Interface (GUI)

1. GUI for operators shall support modern graphics hardware to accomplish high-quality graphics, providing a platform for the operator to view and edit SCADA applications.

2. GUI shall support running OS environment of Windows 7 and higher and offer a tabbed interface, allowing quick access to multiple views (map, alarms, operations logs, and graphs) within a single screen.

3. GUI shall support as a minimum:

a. The ability to control/monitor any telemetered device in the field b. Touchscreen display c. User access controls based on privileges d. Support various GPS projection schemes. e. The capability for operators to save workspace configurations f. Importing of CAD files directly into an existing map. g. Importing GIS network topology (Requires additional software) h. Line sections to display the current state of electric or water lines i. (SCS license required) j. Tagging or adding notes to any device in the map k. Trace multiple and simultaneously line sections on the network topology

(requires licensing) l. The ability to view Reservations when editing the map m. Embedded control panels within maps to model field IEDs n. The capability to turn on/off the secondary network in the map o. Separate views for Maps, Alarms & Event Logs p. The capability to view Alarms & Event Logs in the map tab q. The capability to create and view ad-hoc or historical graphs r. Provide a tabular view on trend graphics. s. Editing capabilities - create/modify/delete objects on a map t. Built-in interactive help videos u. Diagnostic logs for fast, efficient troubleshooting v. DB points shall be able to be created from GUI when necessary privileges

are enabled to the user. w. Support interfaced to AVL applications

Page 115: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

113

x. Represent Distributed Energy Resources (DER) generators, these shall be able to be imported or manually edited.

B. Drawings Tools

1. The system shall provide the capability to support the following drawing tools:

a. Access libraries with the following elements that can be added to a map:

Fonts Symbols Symbols Tables Colors Color Tables Widgets Controls Panels Templates

2. Group Views and Layers in a tree hierarchy. 3. Declutter the map using layers. 4. Define the topology of a network using line sections. 5. Support multi-user editing and job partial or total reservation with a log of

changes and users.

C. Graphics Development 1. The system shall include standard electric utility objects. When the objects are

inserted on a display they should automatically initiate a sequence to map an object to the associated point in the database. Equipment objects shall include, but not be limited to: circuit breakers, power transformers, switches, instrument transformers, relays, cables, etc.

D. Notes

1. The system shall provide the capability to view, create, and maintain Notes in the system.

E. Operator Display

1. GUI shall be capable of displaying a geographic map that shows all the distribution circuits.

2. GUI shall have the capability to open a separate magnification window to display details while the main view remains open.

3. Switchable devices shall have the ability to change their symbol and color based on their current state. The operator can manually change the device to any state.

4. All switchable devices will have the ability to be operated by the user for any or all phases of the devices and record actual operation time (not current time).

Page 116: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

114

5. The map view can be configured to automatically declutter detail when zooming in and out (i.e., text annotation, secondary roads, etc.).

5.4 MASTER STATION APPLICATIONS

A. Command Sequencing

1. Command Sequencing is an easy-to-use high-level programming language. It shall allow the user to define and execute programs which use database points as variables. Command Sequence programs can be used for calculations, open-loop control or switching sequences and for closed-loop control.

2. The command sequence program shall be started and stopped from the command sequencing editor, or via a pushbutton menu in GUI map, or it may be triggered automatically by a status change.

3. The command sequence program shall provide:

a. Arithmetic and Boolean operators and expressions b. Circular, exponential and logarithmic functions c. Minimum, maximum, absolute value and modulus functions d. Delay, get time, get date functions e. Comparison and test with branch forward or backward to labels f. Issue controls and setpoints, raise alarms and trigger reports g. More than 52 temporary variables per program h. Arrays of constants or database points i. Comments fields j. Call other command sequences as subroutines k. Two-dimensional table lookup with planar interpolation l. CPU utilization calculations per host.

B. Control Panel Templates

1. The system shall support control panel templates that graphically represent IED’s within the database. The template will allow dynamic elements and database values to be superimposed over a graphic representation of the IED faceplate. The template shall support multiple pages of IED information.

2. The user shall be able to copy and paste a template instance on the world map, and reassign the template to a new IED, with all database values automatically updated to the new IED. When edit changes are made to the template, all instances of the template on the world map will be updated.

3. The user shall be able to create custom templates using the same editing tools available for editing the world map. The user shall be able to import and export templates for sharing with other system users.

4. The system should provide a mechanism to build custom templates or import from spreadsheets, CSV, CID or SCL files.

Page 117: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

115

5. If an existing template is updated, the system should provide a mechanism to update all templates across the system at once.

6. IEC61850 Ed 1 and 2 nodes shall be supported in the Template maker tool. 7. The vendor shall provide in their proposal a complete list of all templates that

are currently available for the system. Any associated costs for adding templates to the system will be detailed and listed as options in the price proposal.

C. Disturbance Capture

1. Disturbance Capture shall allow the user to analyze the entire state of the system leading up to, and after a disturbance. All changes in analog and status points system-wide are recorded when a user-defined disturbance is detected.

2. Users shall be able to define the pre- and post-disturbance duration and sampling rates. The pre-disturbance duration can be set from 1 to 15 minutes, with a sampling rate of 15 seconds to 15 minutes. The post-disturbance duration can be set from 1 to 15 minutes, with a sampling rate of 5 seconds to 15 minutes. The Disturbance Capture editor allows the user to specify which points can trigger disturbance captures, and for each point, what would signal a disturbance. Points can be dragged-and-dropped into the disturbance capture settings box and right-clicked to set the state or limit.

3. Status can trigger a disturbance capture for a change of state. 4. Analog points can trigger a disturbance capture for any limit violation. 5. Disturbance Capture shall keep a log of all disturbances, detailing the date and

time of the disturbance, the point that triggered the disturbance, the reason code, and the recorded length pre- and post-disturbance.

6. There will be no limit (other than that imposed by disk space) on the number of disturbance capture files that can be accumulated.

7. Disturbance Capture shall include a Point Capture Viewer, which will allow users to analyze points from anywhere in the system, for a given disturbance. The Point Capture Viewer will also allow the user to select any disturbance file and export it to Microsoft Excel for further analysis.

D. Event Data Recording

1. Event Data Recording application shall provide a facility to record the following events:

a. All status changes b. All changes for selected analog points (can be calculated points) c. All control actions d. All sequence of events (SOE) data e. All radio load shed commands

Page 118: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

116

2. The event data shall be stored on disk in an online data file that can contain up to 30 days of event data. The sequence of events data is time-stamped to milliseconds (subject to the capabilities of the RTU).

3. The system shall record all logs from operators regardless if points are enabled as EDR.

4. It shall be able to request reports of event data filtered by:

a. Event type b. Point name (with wildcards) c. Date and time range

5. On command, or on schedule, online event data may be dumped into offline files for backup to tape. These files may be recovered later and reported on in the same way as for online event data.

E. External Clock Interface 1. External Clock Interface shall allow the SCADA master to synchronize its

computer time to that of the external (GPS) clock every minute. 2. An alarm will be raised if the SCADA system cannot read the clock. 3. When outfitted with a Frequency and Time Deviation Monitor option, the clock

will provide, in addition to a GPS-based reference time, the following data:

a. Line frequency (in MHz) b. Frequency deviation from 60 Hz (in MHz) c. System time based on line frequency d. Accumulated time deviation (in milliseconds) between the reference time

and the system time

4. The system shall allow you to pre-set the time deviation to the clock. Both the frequency deviation and the time deviation points may be used as inputs to Automatic Generation Control.

5. The system shall support dual redundant GPS clock configuration, in case of the primary clock or communications failure.

F. Fault Data Recorder

1. Fault Data Recorder will allow users to upload and record fault data from relays. 2. The editor shall allow users to identify fault data points as well as other points

and parameters that are involved in the process of retrieving the fault data. 3. In a relay, fault information (such as fault current, fault type etc.) is queued and

stored in a buffer inside the relay. When commanded, the relay de-queues and transfers fault data to a group of data points called Relay Summary Event Data.

4. A relay fault indicator point indicates the readiness of the fault event queue. The value of this status point becomes 1 if there is at least one set of unread fault data in the queue.

Page 119: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

117

5. To read the fault data, the master station sends a control command to a specific binary output point of the relay. This causes the relay to de-queue the oldest fault event and load the fault data into a set of analog points. These analog points are reported to the master station in the usual way (by exception, for example, if the communication protocol is DNP). After processing the received fault data values, the master station then checks the fault indicator point again, which will still be “on” if the queue contains more unread fault event data. The master station continues this process until all the fault event data is read, whereupon the fault indicator point goes to the “off” state.

6. The executive program of the Fault Data Recorder can be configured to operate in either Automatic Upload mode or in Manual Upload mode.

7. Additional to fault data, the system should include a COMTRADE viewer (license feature).

G. IED Wizard Templates

1. The system shall support Intelligent Electronic Device (IED) wizard templates for automating the creation of points for IEDs on the system.

2. The user shall be able to select from a list of available templates, define the IED name, communication line, IED address, communication statistics for total message count, good message count, and bad message count received from the IED.

3. The template shall contain all available points for the given IED and allow the user to select the points to be included in the database. All the telemetry and control addresses and RTU-to-IED mapping shall be automatically generated.

4. The Vendor shall provide an application that allows the user to create new IED templates and edit existing templates.

5. It shall be possible to create IED templates for IEC 61850 devices. 6. The vendor shall provide in their proposal a complete list of all templates that

are currently available for the system. Any associated costs for adding templates to the system will be detailed and listed as options in the price proposal.

H. Inter Control Center Protocol (ICCP)

1. Inter Control Center Communication Protocol (ICCP) is the industry standard for Master to Master communications. ICCP application consists of both client and server software.

2. ICCP should run natively on the host server without any protocol converter or front-end processor.

3. The client software connects to other members on the network to request point data and forward control requests from operators and application programs.

4. The server software responds to client requests by returning the requested data and executing (if possible) the requested controls.

Page 120: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

118

5. Quality codes, such as manual set and telemetry failed, are transmitted along with the data. In device control operations, tags on the server system are respected.

6. Any member of the ICCP network can act as either a client or a server or both. The relationship between any pair of members may be fully bidirectional. That is, both members may act as both client and server to each other. Furthermore, any member may act as a server to multiple clients, and at the same time act as a client with multiple servers. Establishment of the connections is the responsibility of the client software.

7. The client and server software consist of two separate programs. Every member of the network runs a separate copy of the server program for each (client) member that wants data from it.

8. Similarly, every member of the network also runs a separate copy of the client program for each (server) member that it wants data from. In a bidirectional link between two partners, this means that each partner runs both a client program and a server program connected to the other partner.

9. By defining groups of points called virtual RTUs, the system manager (the user) on each server system defines which points in his database are accessible for polling and control by other member systems on the network. The virtual RTUs are defined using a Virtual RTU editor. A virtual RTU is a group of analog, status, accumulator and control points.

10. ICCP supports conformance blocks 1, 2, and, 5 and, MMS Services are supported. 11. SBO for setpoints should be enforced. 12. The system supports Secure ICCP.

I. Interface to Microsoft Excel and Access

1. The system shall support current and historical database access from clients running MS Excel. It shall be possible to directly connect to the SCADA host from within MS Excel by defining the Hostname and valid user account with username and password. The client application shall support redundant Host and automatically reconnect to the active Host upon failover. All current and historical tables and fields shall be accessible through this interface.

2. For current data, the user shall be able to select a database table, data fields within the table, and logic criteria (<, >, =, AND, OR) for point selection. In addition, the user shall be able to browse for points and drag-drop them into the point selection dialog. The user shall be able to select the MS Excel worksheet, start row, and start column for where the data will be populated, and to include the column headings from the database table. The user shall be able to optionally define a time interval at which the current data is automatically updated on the worksheet.

3. For Historical data, the user shall be able to select points contained within a historical dataset. The user shall be able to define a time type by defining the start and finish date and time, or the number of previous days, hours, and

Page 121: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

119

minutes. The use shall be able to select data condition codes to be included with the samples. The user shall be able to select the MS Excel worksheet, start row, and start column for where the data will be populated, and to include the column headings from the database table.

4. It shall be possible to save current and historical queries as defined above as reports available in the world map operator interface.

J. Master/Slave Alarm Suppression

1. Master/Slave Alarm Suppression allows alarms to be filtered so only the real cause of the problem is presented on the alarm display. It allows the user to define a hierarchy of primary and secondary (master/slave) alarm point relationships. These relationships may be used for Alarm Suppression, and for Group Acknowledgement.

2. If the alarm suppression function is enabled for a particular master/slave relationship, then as long as the master point is in the alarm state, alarms on its slave points are suppressed (i.e. the alarm severity is reduced to zero). The suppression may be specified to be either time-limited or indefinite.

3. If the group acknowledgment function is enabled for a particular master/slave relationship, then whenever an alarm is acknowledged on the master point, its slaves are acknowledged as well.

4. Each master can have any number of slaves, each slave can have any number of masters, and a slave can also be a master and have slaves of its own.

K. Network Topology Processor

1. The Network Topology Processor application shall automatically and constantly monitor equipment status changes and determine the current network connectivity (the “as operated” connectivity) based on the open/closed status of all system elements.

2. The Network Topology Processor shall detect, analyze, and graphically highlight the following network conditions:

a. The energized, de-energized and/or grounded state of every element in the Distribution network

b. The line segments, nodes, and devices electrically connected to each feeder in the current state

c. Network loops: alternative power-flow paths to devices from a single power source

d. Network parallels: multiple power sources to the same portion of the network

e. The current status (normal or abnormal) of all devices f. All devices in an abnormal state (e.g., a normally open switch currently in a

closed state)

Page 122: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

120

g. Ability to show adjacent feeders (circuits with open breakers or tie switches)

h. Differences in the frequency/phase at the feeder head. i. Highlight line sections that are experiencing overvoltage, undervoltage or

overcurrent (Distribution Power Flow is required).

3. System Configuration Status (SCS) is an application that calculates and displays the energized/de-energized status of network line sections in the GUI. The calculation is based on the topology of the network and the current status of breakers, switches, and other circuit elements. For areas that are energized, SCS also indicates where the network is paralleled or looped. When a circuit becomes de-energized, paralleled or looped, SCS shall raise an alarm to alert the operator.

4. The color-coding used to indicate line section status is user-defined. Multiple color-coding schemes can be used if desired (e.g. one for high voltage and one for medium voltage). Feeder-based color-coding is supported (circuits are colored according to which feeder they are presently connected). A feeder trace function allows multiple circuits to be highlighted in different colors.

5. SCS supports independent phases in each line section. You can specify any combination of 1, 2 or 3 phases. If the line section is a switching device, you can specify whether the device is ganged or non-ganged. If ganged, specify just one SCADA point. If the device is non-ganged, then a separate SCADA point is specified for each phase.

6. Incremental imports based on timestamps from GIS objects (from connectivity and service locations) should be supported. The system should include a maintenance utility to check network model integrity such as non-associated or connected transformers and phase correction, meters non-associated to transformers or phase mismatch and service locations with no meters, the customer associated to meters or meters that do not have customers.

7. ABC and RWB conventions are supported 8. SCS performs three independent connectivity calculations, one for each phase.

The second set of user-defined colors is used to represent line sections that are "partially energized".

9. Loops should be prevented to be calculated in normally closed ties. 10. Graphics representation not required to have three separate lines to represent

circuits controlled by non-ganged devices. For example, in a three-phase non-ganged switch, you could place three switch symbols on the map side-by-side, and group them together into the one-line section. On either side of the switch group, you can have single three-phase lines on the map. If one phase goes down, these three-phase lines will be colored "partly energized". Any single-phase laterals for that phase will be colored "de-energized".

11. On the live map, line section data can be obtained by clicking on the desired line section. A line section data window appears to display the status of each phase contained in the line section and identifies the source feeder for each phase. If

Page 123: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

121

the selected line section is below a substation, the line section data window identifies both the upstream substation feeders and the transformer station feeders that feed the substations. If the selected line section is above the substation level, the line section data window only identifies the upstream transformer station feeders.

12. The line section data can also be viewed by simply placing the mouse pointer over a line section. The displayed data includes customer counts and status of each phase.

13. Capability to insert and remove temporary devices such jumpers, cuts and grounds, mobile generators and transformers.

14. Multiple temporary cuts, jumpers, and switches should be supported on the same line section. Temporary devices should be supported in switch orders.

15. When transformers are imported, the system should assist in correcting wrong GPS coordinates, these coordinates can be defined in degree, minutes, seconds and fraction of seconds.

16. A report of inactive objects such as meters, customers, and transformers should be generated and the option to delete them shall be available based on user privileges.

17. The system should support leading zeros when ID locations are imported. 18. Upon importing, the connectivity import should clearly indicate unsuccessful

imports and log errors to a file. 19. When meter service address is blank upon connectivity import, an option to use

customer billing address shall be possible. 20. Transformers and service locations shall be possible to be imported in CSV

format. 21. The system should be able to import generators DER from GIS including Solar,

Wind turbines and biomass generators.

L. OPC Client/Server

1. The OPC Client/Server application includes options for both OPC Client and OPC Server to make possible interoperability between automation and control applications, field systems and devices and business/office applications.

2. The Master must support the OPC functions listed below. The OPC Client shall:

a. Allow Scan Task to connect to a compliant OPC DA Server and receives data from the Server

b. Receive point information in the native format provided by the Server, therefore no special formatting is required

c. Support DA (Data Access) 3.0 or 2.05a connections d. Support redundant Servers e. Support synchronous or asynchronous read/write operations f. Allow the OPC Client to periodically optionally refresh all points (all data

poll)

Page 124: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

122

M. Operations and Outage Accounting

1. Operations and Outage Accounting makes use of controls and status change events contained in the event data recording data file.

2. An Equipment Editor allows you to specify the devices for which accounting is required. An Operations/Outage Accounting module, which runs every day, scans the event data file for the previous day and generates the required accounting data. Special-purpose report modules generate the Device Operations and Outage reports.

3. For operations accounting, the Accounting module counts operations found in the event data file. Separate counts are maintained for the number of operations caused by operator control and the number of operations caused by protective relaying. The program raises an alarm for any operation counts that have reached or exceeded user-defined warning limits.

4. For each breaker, the Device Operations report includes the time and date of the most recent operation, the number of days elapsed since the last operation, and the number of operations (caused by operator control, caused by protective relaying, and the total).

5. For outage accounting, the Accounting module produces a daily outage summary file. It also updates the total accumulated outage (duration) value for each breaker. Outages with durations of less than one minute and outages caused by operator control are excluded from the Outage report and from the total accumulated outage time.

6. For each outage, the Outage report includes the time and date of the start of the outage, the duration of the outage, and the last phase currents available immediately prior to the outage.

N. Remote Alarm Annunciation

1. Remote Alarm Annunciation is designed to forward the selected alarm messages to operators or other responsible personnel who are away from the control room.

2. The Remote Alarm Annunciation system can use any combination of the

following messaging mechanisms:

a. Call a central paging computer and submit a digital alphanumeric page request

b. Send e-mail, via your e-mail server c. Send a SNMP “trap” message to a compatible network management

station d. Make a voice announcement using a voice synthesizer and the telephone

network e. Send a SMS text message to your cellular telephone

Page 125: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

123

3. In each case there is communication between the SCADA Master and another device, using the appropriate communication protocol.

4. The paging connection uses the Telelocator Alphanumeric Protocol (TAP), e-mail relies on the Simple Mail Transfer Protocol (SMTP), traps are sent using the Simple Network Management Protocol (SNMP), and text messages are sent using the Short Message Service (SMS) provided by a cellular company.

5. Voice messages are sent as plain text to an external speech synthesis device. 6. It shall be possible to assign annunciation messages to any point-related alarm

(e.g. analog limit violation or unauthorized status change). The user can define a schedule for Remote Alarm Annunciation so that it becomes active automatically after business hours and deactivates automatically in the morning.

7. Users may also specify:

a. Annunciation time delay, so that if someone is in the building but not in the control room, he/she will have time to come back to the control room and respond to the alarm before someone is paged

b. Re-annunciation time interval, such that if the alarm is not acknowledged after this time interval, the page will be re-issued

8. SMS text message alarms received may be acknowledged from their remote

location, if you permit it. 9. To acknowledge the alarm, the recipient of the annunciation message simply

replies to the message with 2 numeric codes (3-4 digits) from the original alarm message, and a password that is defined for the user.

O. SCADA Replicator

1. SCADA Replicator application provides real-time data replication of the SCADA database to a SQL Server or Oracle database.

2. The editor allows the user to select any Table within the SCADA database, and from within any table, any combination of fields to be replicated. The Historical Data Sets panel contains a list of all the historical datasets that are in the SCADA system. Users can select which datasets you wish to have replicated by using the checkboxes.

3. Archiver, a companion program to SCADA Replicator, can be used to extend the historical data tables beyond the sizes imposed by the configuration of the SCADA system.

4. The Archiver does this by transferring the data from the replicated tables into a parallel set of archive tables and allowing the archive tables to grow to a much larger size, or even indefinitely.

5. Replicator automatically fails over to the current active SCADA host. 6. Replicator itself can be configured to be redundant.

Page 126: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

124

7. The Archiver can be installed on multiple computers to provide multiple archiving services. Each instance of the Archiver can be configured to archive any combination of historical tables from the replicated database into another database.

P. Simple Network Management Protocol (SNMP)

1. Simple Network Management Protocol (SNMP) is an application layer protocol (part of the TCP/IP protocol suite); and the de facto standard for network management

2. SNMP enables the exchange of management information between network devices in a relatively simple way, thus facilitating easy incorporation of the protocol into vendors’ products.

3. SNMP is a widely available protocol which can enable network managers and administrators to manage network performance, find faults and assess network usage, thus allowing for future network planning.

4. Adding SNMP communications task to your SCADA system will make data values (status, telemetry, and text) from these network devices available in the SCADA database and on map displays and allow SCADA to generate alarms from them.

5. SNMP shall support the following functions:

a. Polls for data objects by their Object Identifiers (OIDs). Each item may be any of the supported types: integer (signed or unsigned, 32- or 64-bit counters), time ticks, IP address, bits, or an octet (byte) string

b. Stores the returned values in analog, status or even text points in the SCADA database

c. Supports controls and setpoints via SNMP write operations d. Each RTU may be configured individually to use SNMP v1, v2c or v3

Q. Switch Order Preparation

1. Switch Order Preparation application includes both switches orders and guarantees (guarantees are also commonly known as clearances).

2. The Switch Order Preparation application shall be accessed through the GUI. 3. A switch order is a sequence of steps involving both switching operations and

tags that produce conditions for which a guarantee may be issued. Each switch order can contain up to 200 steps.

R. Guarantees are forms that describe a set of tags. They may be used standalone or in association with switch orders. Tags in a guarantee that has been issued cannot be removed until the guarantee has been surrendered. (Hence the name guarantee – the form guarantees that the tags will remain in place until the guarantee is surrendered.) A restoration order that has a guarantee associated with it cannot be executed until the guarantee has been surrendered.

Page 127: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

125

S. Browser

1. Web Interface

a. Web Interface shall provide real-time SCADA information to users via a web browser, without the need for custom installation or maintenance.

b. Web Interface allows the user to call up and view any GUI display, substation one-line, or tabular display. Refresh of dynamic data, alarms, and graphics can be user-defined and achieved on a periodic basis every few seconds. Users can access reports, graphs, and point setting information in an Explorer type interface.

c. Web Interface uses HTML5, Silverlight or SVG (depending on browser capability) to render dynamic GUI graphics in the users’ web browser, and supports panning, zooming, dynamic line coloring and other dynamic features of the GUI interface.

d. By making use of SCADA Replicator, web server reproduces the SCADA database on a separate server thereby offloading the SCADA host(s).

e. Web Interface is an instant, out-of-the-box solution providing unparalleled ease of use and service for your information requirements.

f. Web Interface leverages your significant investment in GUI graphics by allowing the users to view the screens in a web browser.

g. The Network Topology Processor shall be executed automatically in response to changes in the state of a network device that alters the connectivity of the network.

h. The Network Topology Processor shall successfully execute for radial, networked and loop- type connectivity and shall be able to identify those parts of the network that are de-energized for a particular network state.

i. The information provided by this application is used in the ADMS to highlight each individual feeder in the network by a distinctive color or depending on their energized and de-energized state as configured by the system administrator or selected by the operators.

j. This application shall maintain a list of all equipment that is not in its normal state; i.e., a normally closed switch in an open state and transformers temporarily fed from another phase. This list shall also include any temporary devices such as jumpers, cuts and grounds, mobile generators and transformers.

k. The Network Topology Processor shall be able to detect an islanding condition and to process each individual topology as an electrically connected island.

l. Web Interface must support:

A drill-down interface to view configuration and information Tabular and graphical displays A common pre-configured interface

Page 128: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

126

Automatic data retrieval from an alternate Master during a fail-over condition

Password protection Non-control for all users.

2. Mobile Application a. Mobile Applications provides operational and control room information

optimized and secured for mobile devices. Mobile Applications leverages the web server infrastructure to provide tabular and graphical data for mobile devices running Apple iOS Android, Windows and Blackberry operating systems. The new simplified system of menus requires less memory and performs faster on mobile devices.

b. Tabular data is available for mobile devices running Apple iOS, Android, Windows and Blackberry operating systems.

c. Graphical data is available for mobile devices supporting HTML5 and SVG - Apple iOS V5+, Android V3+, and Blackberry V6+ operating systems.

d. Mobile Application must support:

Secure Access Session Expiration HTTPS for User Name and Password for Login Built-In Reports Optimized Menu Level Access Seamless, Intuitive Navigation Control Panel Display Optimization Administrative Tools to Manage User Accounts Direct Web Page, PDF File Loading Capability Portrait/Landscape Screen Scaling Optimization

T. Simulators 1. Operator Training Simulator (OTS)

a. The OTS system provides facilities that allow the instructor to maintain

many different copies of the database (called a ‘study’) and to select any of these to use for a training session. New studies can be created by modifying other studies, or by modifying a snapshot of the current real-time database.

b. A scripting tool is provided that allows the instructor to define and operate

scripts. These scripts can be used to create sequences of events for students to react to. Multiple scripts can be initiated for simultaneous execution. An OTS control panel window, which the instructor can invoke

Page 129: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

127

on any of the SCADA system's workstations, allows the instructor to initiate and manage a training session:

Load and save studies Start and stop scripts Start and stop the OTS system

c. The instructor can share the workstation with the student, or if extra workstations are available, there can be multiple students, and each can have his/her own workstation.

d. When connected to an OTS system, the GUI distinguishes itself from a real-

time connection by the following:

The title bar contains the words” OTS MODE” The status bar is colored bright yellow In addition, the point control dialogs are further distinguished by

yellow highlights around the pushbuttons. Other applications like the database editor or server manager will also have their applications highlighted in yellow to let users know they are working in an OTS environment.

By default, the OTS GUI connects to the OTS Master on a different port than the production GUI connects to the production Master.

2. Project Development System PDS

a. An offline editing system will be available to allow users to make and verify their edits in an offline environment before publishing it to the online production system.

b. Upon initialization of the offline editing system, users will be able to synchronize the OES’ database with the production database to ensure that editors are editing the most up-to-date database and will not cause any conflicts when publishing to production.

c. Inside the OES, users will be able to create projects to do their database, graphics and network topology edits. There can be multiple projects active at once and multiple users can work on the same project.

d. Changes made in a project are only sent to the production system when the project is published. Once the project is published, no more edits can be made with this project.

Page 130: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

128

e. Importing of the GIS connectivity model, transformers and service locations can be done through the OES then published to the production system.

f. Users will be able to reserve any graphics file that they are working on until the end of the project. Any database point will be automatically reserved as part of the project once it is edited.

g. A record of all database edits and graphics files modified will be kept for each project.

h. There will be user rights to control who can synchronize with the production database and who can publish projects.

i. Depending on the type of project selected (a combination of database, graphics or network topology edits), a visual workflow dialog will be available to walk the user through the steps required to publish the project.

j. In the OES, users will be able to either simulate the communication lines or start a scan task to test or use communication lines.

k. Users will be able to preview what changes were made in a project before publishing the project.

l. All workstations will be notified whenever there are new graphic changes to download.

Page 131: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

129

m. When connected to an OES system, the GUI distinguishes itself from a real-

time connection by the following:

The title bar contains the words “OES MODE” The status bar is colored green In addition, the point control dialogs are further distinguished by

green highlights around the pushbuttons Other applications like the database editor or server manager will

also have their applications highlighted in green to let users know they are working in an OES environment.

3. Quality Assurance System (QAS) Environment

a. In the QAS environment, users will be able to replicate their entire production environment (servers and applications) in an offline environment that allows users to test hardware firmware updates, operating system patches, software upgrades, updates, and hotfixes. Full regression tests are performed in the staging environment prior to updating the production, offline editing and training environments to ensure all implementation steps and procedures are accurate.

b. When connected to a QAS system, the GUI distinguishes itself from a real-

time connection by the following:

The title bar contains the words “QAS MODE” The status bar is colored blue In addition, the point control dialogs are further distinguished by

blue highlights around the pushbuttons Other applications like the database editor or server manager will

also have their applications highlighted in blue to let users know they are working in a QAS environment.

END OF SECTION 409000

Page 132: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13
jmartindale
Typewritten Text
130
jmartindale
Typewritten Text
jmartindale
Typewritten Text
jmartindale
Typewritten Text
ADDENDUM A: DRAWING NO. E534-SCADA; TITLE: SCADA SYSTEM; REV. 1
jmartindale
Typewritten Text
Page 133: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CIRCUIT TRANSF./BREAKER ATC

Main 19 3 1 Refer to Main Sub Point List.1 3 1 1 Refer to Typ Distr Sub Point List2 7 6 1 Refer to Typ Distr Sub Point List3 6 2 1 Refer to Typ Distr Sub Point List4 5 2 1 Refer to Typ Distr Sub Point List5 7 5 1 Refer to Typ Distr Sub Point List6 8 6 1 Refer to Typ Distr Sub Point List7 6 2 1 Refer to Typ Distr Sub Point List8 3 2 1 Refer to Typ Distr Sub Point List

NOTES:1. TRANSF./ATC indicates transformer and automatic tap changer control.2. ANNUC. Inidcated substation status/alarm annunciation.

131

CITY OF NEWARK SUBSTATION EQUIPMENT SUMMARY

SUBSTATION ANNUNC. REMARKS

ADDENDUM B: NEWARK SUBSTATION EQUIPMENT LIST_9-5-19

Page 134: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

Virtual Device 1 DPU CB-1

Virtual Device 2 DPU CB-3

Virtual Device 3 DPU CB-5

a. CB1-3-5-T3 Virtual Device 4 T3 Meter

Point Name Point DescriptionVirtual Device

IN6_S DPU - IN6_S 1

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 1

IN8_S DPU - IN8_S 1

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 1

IN2_S DPU - IN2_S 1

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 1

IN4_S DPU - IN4_S 1

IN5_S DPU - IN5_S 1

AT_S DPU - A PHASE TARGET YES=1 NO=0 STATUS 1

BT_S DPU - B PHASE TARGET YES=1 NO=0 STATUS 1

CT_S DPU - C PHASE TARGET YES=1 NO=0 STATUS 1

NT_S DPU - N PHASE TARGET YES=1 NO=0 STATUS (51N*) 1

OUT6_S DPU - OUTPUT 6 STATUS - USED TO RESET NEUTRAL FAULT 1

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 1

PICKUP_ALM DPU - Pickup alarm (PUA) 1

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 1

ALARM DPU - In alarm (Alarm) 1

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 1

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 1

TRIP_C TRIP CMD 1

CLOSE_C CLOSE CMD 1

NXT_F_C READH NEXT FAULT RECORD CMD 1

RST_T_C RESET ALARMS AND TARGETS CMD 1

RECL_C RECLOSING ON AND OFF CONTROL 1

RECLOF_C RECLOSING ON AND OFF CONTROL 1

RST_PDM_C RESET PEAK DEMAND CONTROL 1

OUT6_ENERGIZE_C OUTPUT 6 - ENERGIZE 1

OUT6_DEENERGIZE_C OUTPUT 6 - DE-ENERGIZE 1

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 1

DPU_READTIME_C DPU Control to read current date and time from the DPU 1

AI_A A PHASE CURRENT VALUE 1

BI_A B PHASE CURRENT VALUE 1

CI_A C PHASE CURRENT VALUE 1

NI_A NEUTRAL CURRENT VALUE 1

AKV_A A PHASE KV VALUE 1

BKV_A B PHASE KV VALUE 1

CKV_A C PHASE KV VALUE 1

PF_A POWER FACTOR VALUE 1 132

ADDENDUM C: NEWARK MAIN SUB POINT LIST_9-5-

19

Page 135: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 1

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 1

FDST_A DISTANT TO FAULT VALUE 1

AIF_A A PHASE FAULT VALUE 1

BIF_A B PHASE FAULT VALUE 1

CIF_A C PHASE FAULT VALUE 1

YTF_A YEAR FAULT TIME VALUE 1

MTF_A MONTH FAULT TIME VALUE 1

DTF_A DAY FAULT TIME VALUE 1

HTF_A HOUR FAULT TIME VALUE 1

MMTF_A MINUTE FAULT TIME VALUE 1

STF_A SECOND FAULT TIME VALUE 1

MSTF_A MILLISECOND TIME VALUE 1

PDM_IA_A A PHASE PEAK DEMAND 1

PDM_IB_A B PHASE PEAK DEMAND 1

PDM_IC_A C PHASE PEAK DEMAND 1

S_IED IED COMMUNICATION STATUS 1

IN6_S IN6_S 2

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 2

IN8_S IN8_S 2

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 2

IN2_S IN2_S 2

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 2

IN4_S IN4_S 2

IN5_S IN5_S 2

AT_S A PHASE TARGET YES=1 NO=0 STATUS 2

BT_S B PHASE TARGET YES=1 NO=0 STATUS 2

CT_S C PHASE TARGET YES=1 NO=0 STATUS 2

NT_S N PHASE TARGET YES=1 NO=0 STATUS (51N*) 2

RCLOSER_LOCKOUT DPU - Locked out (79LOA) 2

PICKUP_ALM DPU - Pickup alarm (PUA) 2

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 2

ALARM DPU - In alarm (Alarm) 2

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 2

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 2

TRIP_C TRIP CMD 2

CLOSE_C CLOSE CMD 2

NXT_F_C READH NEXT FAULT RECORD CMD 2

RST_T_C RESET ALARMS AND TARGETS CMD 2

RECL_C RECLOSING ON AND OFF CONTROL 2

RECLOF_C RECLOSING ON AND OFF CONTROL 2

RST_PDM_C RESET PEAK DEMAND CONTROL 2

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 2

DPU_READTIME_C DPU Control to read current date and time from the DPU 2

AI_A A PHASE CURRENT VALUE 2

BI_A B PHASE CURRENT VALUE 2 133

Page 136: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CI_A C PHASE CURRENT VALUE 2

NI_A NEUTRAL CURRENT VALUE 2

AKV_A A PHASE KV VALUE 2

BKV_A B PHASE KV VALUE 2

CKV_A C PHASE KV VALUE 2

PF_A POWER FACTOR VALUE 2

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 2

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 2

FDST_A DISTANT TO FAULT VALUE 2

AIF_A A PHASE FAULT VALUE 2

BIF_A B PHASE FAULT VALUE 2

CIF_A C PHASE FAULT VALUE 2

YTF_A YEAR FAULT TIME VALUE 2

MTF_A MONTH FAULT TIME VALUE 2

DTF_A DAY FAULT TIME VALUE 2

HTF_A HOUR FAULT TIME VALUE 2

MMTF_A MINUTE FAULT TIME VALUE 2

STF_A SECOND FAULT TIME VALUE 2

MSTF_A MILLISECOND TIME VALUE 2

PDM_IA_A A PHASE PEAK DEMAND 2

PDM_IB_A B PHASE PEAK DEMAND 2

PDM_IC_A C PHASE PEAK DEMAND 2

S_IED IED COMMUNICATION STATUS 2

IN6_S IN6_S 3

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 3

IN8_S IN8_S 3

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 3

IN2_S IN2_S 3

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 3

IN4_S IN4_S 3

IN5_S IN5_S 3

AT_S A PHASE TARGET YES=1 NO=0 STATUS 3

BT_S B PHASE TARGET YES=1 NO=0 STATUS 3

CT_S C PHASE TARGET YES=1 NO=0 STATUS 3

NT_S N PHASE TARGET YES=1 NO=0 STATUS (51N*) 3

RCLOSER_LOCKOUT DPU - Locked out (79LOA) 3

PICKUP_ALM DPU - Pickup alarm (PUA) 3

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 3

ALARM DPU - In alarm (Alarm) 3

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 3

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 3

TRIP_C TRIP CMD 3

CLOSE_C CLOSE CMD 3

NXT_F_C READH NEXT FAULT RECORD CMD 3

RST_T_C RESET ALARMS AND TARGETS CMD 3

RECL_C RECLOSING ON AND OFF CONTROL 3

RECLOF_C RECLOSING ON AND OFF CONTROL 3 134

Page 137: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

RST_PDM_C RESET PEAK DEMAND CONTROL 3

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 3

DPU_READTIME_C DPU Control to read current date and time from the DPU 3

AI_A A PHASE CURRENT VALUE 3

BI_A B PHASE CURRENT VALUE 3

CI_A C PHASE CURRENT VALUE 3

NI_A NEUTRAL CURRENT VALUE 3

AKV_A A PHASE KV VALUE 3

BKV_A B PHASE KV VALUE 3

CKV_A C PHASE KV VALUE 3

PF_A POWER FACTOR VALUE 3

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 3

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 3

FDST_A DISTANT TO FAULT VALUE 3

AIF_A A PHASE FAULT VALUE 3

BIF_A B PHASE FAULT VALUE 3

CIF_A C PHASE FAULT VALUE 3

YTF_A YEAR FAULT TIME VALUE 3

MTF_A MONTH FAULT TIME VALUE 3

DTF_A DAY FAULT TIME VALUE 3

HTF_A HOUR FAULT TIME VALUE 3

MMTF_A MINUTE FAULT TIME VALUE 3

STF_A SECOND FAULT TIME VALUE 3

MSTF_A MILLISECOND TIME VALUE 3

PDM_IA_A A PHASE PEAK DEMAND 3

PDM_IB_A B PHASE PEAK DEMAND 3

PDM_IC_A C PHASE PEAK DEMAND 3

S_IED IED COMMUNICATION STATUS 3

A_AZV A PHASE VOLTAGE 4

A_BZV B PHASE VOLTAGE 4

A_CZV C PHASE VOLTAGE 4

A_AZI A PHASE CURRENT 4

A_BZI B PHASE CURRENT 4

A_CZI C PHASE CURRENT 4

A_AZW A PHASE WATTS 4

A_BZW B PHASE WATTS 4

A_CZW C PHASE WATTS 4

A_3ZW 3 PHASE WATTS 4

A_AZVA A PHASE VA 4

A_BZVA B PHASE VA 4

A_CZVA C PHASE VA 4

A_3ZVA 3 PHASE VA 4

A_AZVAR A PHASE VAR 4

A_BZVAR B PHASE VAR 4

A_CZVAR C PHASE VAR 4

A_3ZVAR 3 PHASE VAR 4 135

Page 138: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

A_AZPF A PHASE POWER FACTOR 4

A_BZPF B PHASE POWER FACTOR 4

A_CZPF C PHASE POWER FACTOR 4

A_3ZPF 3 PHASE POWER FACTOR 4

A_AZPF_AGL A PHASE POWER FACTOR ANGLE 4

A_BZPF_AGL B PHASE POWER FACTOR ANGLE 4

A_CZPF_AGL C PHASE POWER FACTOR ANGLE 4

A_3ZPF_AGL 3 PHASE POWER FACTOR ANGLE 4

S_IED IED COMMUNICATION STATUS 4

S_ESOE Extended Sequence of Events Data Overflow 1

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 1

AKVAR_LO_A A PHASE KVAR Low Bytes 1

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 1

BKVAR_LO_A B PHASE KVAR Low Bytes 1

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 1

CKVAR_LO_A C PHASE KVAR Low Bytes 1

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 1

3KVAR_LO_A 3 PHASE KVAR Low Bytes 1

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 2

AKVAR_LO_A A PHASE KVAR Low Bytes 2

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 2

BKVAR_LO_A B PHASE KVAR Low Bytes 2

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 2

CKVAR_LO_A C PHASE KVAR Low Bytes 2

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 2

3KVAR_LO_A 3 PHASE KVAR Low Bytes 2

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 3

AKVAR_LO_A A PHASE KVAR Low Bytes 3

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 3

BKVAR_LO_A B PHASE KVAR Low Bytes 3

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 3

CKVAR_LO_A C PHASE KVAR Low Bytes 3

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 3

3KVAR_LO_A 3 PHASE KVAR Low Bytes 3

CALC_AKVAR A PHASE KVAR - Calculated 1

CALC_BKVAR B PHASE KVAR - Calculated 1

CALC_CKVAR C PHASE KVAR - Calculated 1

CALC_3KVAR 3 PHASE KVAR - Calculated 1

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 1

CALC_AKVAR A PHASE KVAR - Calculated 2

CALC_BKVAR B PHASE KVAR - Calculated 2

CALC_CKVAR C PHASE KVAR - Calculated 2

CALC_3KVAR 3 PHASE KVAR - Calculated 2

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 2

CALC_AKVAR A PHASE KVAR - Calculated 3

CALC_BKVAR B PHASE KVAR - Calculated 3

CALC_CKVAR C PHASE KVAR - Calculated 3 136

Page 139: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CALC_3KVAR 3 PHASE KVAR - Calculated 3

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 3

CALC_AZPF_SGN A PHASE Power Factor Sign - Calculated 4

CALC_BZPF_SGN B PHASE Power Factor Sign - Calculated 4

CALC_CZPF_SGN C PHASE Power Factor Sign - Calculated 4

CALC_3ZPF_SGN 3 PHASE Power Factor Sign - Calculated 4

CALC_AZPF_AGL A PHASE Angle - Calculated 4

CALC_BZPF_AGL B PHASE Angle - Calculated 4

CALC_CZPF_AGL C PHASE Angle - Calculated 4

CALC_AGL_DIFF Difference between Max & Min PF Angle - Calculated 4

COMBINED_S_ALRM COMBINED_S_ALRM - Group Alarms 1

COMBINED_S_TGT COMBINED_S_TGT - Group Alarms 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 2

RTU_S_COMM Tag for device COMM failure (White text on HMI) 3

ABNORMAL Abnormal value 1

CALC_AKW DPU - A PHASE KW - Calculated 1

CALC_BKW DPU - B PHASE KW - Calculated 1

CALC_CKW DPU - C PHASE KW - Calculated 1

CALC_3KW DPU - 3 PHASE KW - Calculated 1

CALC_AKW DPU - A PHASE KW - Calculated 2

CALC_BKW DPU - B PHASE KW - Calculated 2

CALC_CKW DPU - C PHASE KW - Calculated 2

CALC_3KW DPU - 3 PHASE KW - Calculated 2

CALC_AKW DPU - A PHASE KW - Calculated 3

CALC_BKW DPU - B PHASE KW - Calculated 3

CALC_CKW DPU - C PHASE KW - Calculated 3

CALC_3KW DPU - 3 PHASE KW - Calculated 3

CALC_AKVA DPU - A PHASE KVA - Calculated 1

CALC_BKVA DPU - B PHASE KVA - Calculated 1

CALC_CKVA DPU - C PHASE KVA - Calculated 1

CALC_3KVA DPU - 3 PHASE KVA - Calculated 1

CALC_AKVA DPU - A PHASE KVA - Calculated 2

CALC_BKVA DPU - B PHASE KVA - Calculated 2

CALC_CKVA DPU - C PHASE KVA - Calculated 2

CALC_3KVA DPU - 3 PHASE KVA - Calculated 2

CALC_AKVA DPU - A PHASE KVA - Calculated 3

CALC_BKVA DPU - B PHASE KVA - Calculated 3

CALC_CKVA DPU - C PHASE KVA - Calculated 3

CALC_3KVA DPU - 3 PHASE KVA - Calculated 3

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 1

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 1

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 1

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 1

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 2

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 2

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 2 137

Page 140: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 2

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 3

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 3

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 3

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 3

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 1

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 2

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 3

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 1

AKW_LO_A DPU - A PHASE KW Low Bytes 1

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 1

BKW_LO_A DPU - B PHASE KW Low Bytes 1

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 1

CKW_LO_A DPU - C PHASE KW Low Bytes 1

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 1

3KW_LO_A DPU - 3 PHASE KW Low Bytes 1

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 2

AKW_LO_A DPU - A PHASE KW Low Bytes 2

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 2

BKW_LO_A DPU - B PHASE KW Low Bytes 2

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 2

CKW_LO_A DPU - C PHASE KW Low Bytes 2

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 2

3KW_LO_A DPU - 3 PHASE KW Low Bytes 2

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 3

AKW_LO_A DPU - A PHASE KW Low Bytes 3

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 3

BKW_LO_A DPU - B PHASE KW Low Bytes 3

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 3

CKW_LO_A DPU - C PHASE KW Low Bytes 3

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 3

3KW_LO_A DPU - 3 PHASE KW Low Bytes 3

DPU_HOUR DPU Clock - Hour 1

DPU_MIN DPU Clock - Minute 1

DPU_SEC DPU Clock - Seconds 1

DPU_DAY DPU Calendar - Day 1

DPU_MONTH DPU Calendar - Month 1

DPU_YEAR DPU Calendar - Year 1

DPU_HOUR DPU Clock - Hour 2

DPU_MIN DPU Clock - Minute 2

DPU_SEC DPU Clock - Seconds 2

DPU_DAY DPU Calendar - Day 2

DPU_MONTH DPU Calendar - Month 2

DPU_YEAR DPU Calendar - Year 2

DPU_HOUR DPU Clock - Hour 3

DPU_MIN DPU Clock - Minute 3

DPU_SEC DPU Clock - Seconds 3 138

Page 141: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

DPU_DAY DPU Calendar - Day 3

DPU_MONTH DPU Calendar - Month 3

DPU_YEAR DPU Calendar - Year 3

RST_TARGET_PS RESET TARGET PSEUDO TAG NEUTRAL AND ABC 1

RST_TARGET_PS RESET TARGET PSEUDO TAG NEUTRAL AND ABC 2

RST_TARGET_PS RESET TARGET PSEUDO TAG NEUTRAL AND ABC 3

OUT6_DEENERGIZE_PSPSEUDO TAG TO WAIT BEFORE DE-ENERGIZING OUTPUT6 1

139

Page 142: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

Virtual Device 1 DPU CB-2

Virtual Device 2 DPU CB-4

Virtual Device 3 DPU CB-6

b. CB2-4-6-T4 Virtual Device 4 T4 Meter

Point Name Point DescriptionVirtual Device

IN6_S IN6_S 1

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 1

IN8_S IN8_S 1

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 1

IN2_S IN2_S 1

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 1

IN4_S IN4_S 1

IN5_S IN5_S 1

AT_S A PHASE TARGET YES=1 NO=0 STATUS 1

BT_S B PHASE TARGET YES=1 NO=0 STATUS 1

CT_S C PHASE TARGET YES=1 NO=0 STATUS 1

NT_S N PHASE TARGET YES=1 NO=0 STATUS 1

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 1

PICKUP_ALM DPU - Pickup alarm (PUA) 1

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 1

ALARM DPU - In alarm (Alarm) 1

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 1

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 1

TRIP_C TRIP CMD 1

CLOSE_C CLOSE CMD 1

NXT_F_C READH NEXT FAULT RECORD CMD 1

RST_T_C RESET ALARMS AND TARGETS CMD 1

RECL_C RECLOSING ON AND OFF CONTROL 1

RECLOF_C RECLOSING ON AND OFF CONTROL 1

RST_PDM_C RESET PEAK DEMAND CONTROL 1

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 1

DPU_READTIME_C DPU Control to read current date and time from the DPU 1

AI_A A PHASE CURRENT VALUE 1

BI_A B PHASE CURRENT VALUE 1

CI_A C PHASE CURRENT VALUE 1

NI_A NEUTRAL CURRENT VALUE 1

AKV_A A PHASE KV VALUE 1

BKV_A B PHASE KV VALUE 1

CKV_A C PHASE KV VALUE 1

PF_A POWER FACTOR VALUE 1

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 1

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 1

FDST_A DISTANT TO FAULT VALUE 1

AIF_A A PHASE FAULT VALUE 1 140

ADDENDUM C: NEWARK MAIN SUB POINT LIST_9-5-19

Page 143: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

BIF_A B PHASE FAULT VALUE 1

CIF_A C PHASE FAULT VALUE 1

YTF_A YEAR FAULT TIME VALUE 1

MTF_A MONTH FAULT TIME VALUE 1

DTF_A DAY FAULT TIME VALUE 1

HTF_A HOUR FAULT TIME VALUE 1

MMTF_A MINUTE FAULT TIME VALUE 1

STF_A SECOND FAULT TIME VALUE 1

MSTF_A MILLISECOND TIME VALUE 1

PDM_IA_A A PHASE PEAK DEMAND 1

PDM_IB_A B PHASE PEAK DEMAND 1

PDM_IC_A C PHASE PEAK DEMAND 1

S_IED IED COMMUNICATION STATUS 1

IN6_S IN6_S 2

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 2

IN8_S IN8_S 2

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 2

IN2_S IN2_S 2

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 2

IN4_S IN4_S 2

IN5_S IN5_S 2

AT_S A PHASE TARGET YES=1 NO=0 STATUS 2

BT_S B PHASE TARGET YES=1 NO=0 STATUS 2

CT_S C PHASE TARGET YES=1 NO=0 STATUS 2

NT_S N PHASE TARGET YES=1 NO=0 STATUS 2

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 2

PICKUP_ALM DPU - Pickup alarm (PUA) 2

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 2

ALARM DPU - In alarm (Alarm) 2

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 2

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 2

TRIP_C TRIP CMD 2

CLOSE_C CLOSE CMD 2

NXT_F_C READH NEXT FAULT RECORD CMD 2

RST_T_C RESET ALARMS AND TARGETS CMD 2

RECL_C RECLOSING ON AND OFF CONTROL 2

RECLOF_C RECLOSING ON AND OFF CONTROL 2

RST_PDM_C RESET PEAK DEMAND CONTROL 2

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 2

DPU_READTIME_C DPU Control to read current date and time from the DPU 2

AI_A A PHASE CURRENT VALUE 2

BI_A B PHASE CURRENT VALUE 2

CI_A C PHASE CURRENT VALUE 2

NI_A NEUTRAL CURRENT VALUE 2

AKV_A A PHASE KV VALUE 2

BKV_A B PHASE KV VALUE 2

CKV_A C PHASE KV VALUE 2 141

Page 144: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

PF_A POWER FACTOR VALUE 2

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 2

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 2

FDST_A DISTANT TO FAULT VALUE 2

AIF_A A PHASE FAULT VALUE 2

BIF_A B PHASE FAULT VALUE 2

CIF_A C PHASE FAULT VALUE 2

YTF_A YEAR FAULT TIME VALUE 2

MTF_A MONTH FAULT TIME VALUE 2

DTF_A DAY FAULT TIME VALUE 2

HTF_A HOUR FAULT TIME VALUE 2

MMTF_A MINUTE FAULT TIME VALUE 2

STF_A SECOND FAULT TIME VALUE 2

MSTF_A MILLISECOND TIME VALUE 2

PDM_IA_A A PHASE PEAK DEMAND 2

PDM_IB_A B PHASE PEAK DEMAND 2

PDM_IC_A C PHASE PEAK DEMAND 2

S_IED IED COMMUNICATION STATUS 2

IN6_S IN6_S 3

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 3

IN8_S IN8_S 3

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 3

IN2_S IN2_S 3

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 3

IN4_S IN4_S 3

IN5_S IN5_S 3

AT_S A PHASE TARGET YES=1 NO=0 STATUS 3

BT_S B PHASE TARGET YES=1 NO=0 STATUS 3

CT_S C PHASE TARGET YES=1 NO=0 STATUS 3

NT_S N PHASE TARGET YES=1 NO=0 STATUS 3

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 3

PICKUP_ALM DPU - Pickup alarm (PUA) 3

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 3

ALARM DPU - In alarm (Alarm) 3

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 3

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 3

TRIP_C TRIP CMD 3

CLOSE_C CLOSE CMD 3

NXT_F_C READH NEXT FAULT RECORD CMD 3

RST_T_C RESET ALARMS AND TARGETS CMD 3

RECL_C RECLOSING ON AND OFF CONTROL 3

RECLOF_C RECLOSING ON AND OFF CONTROL 3

RST_PDM_C RESET PEAK DEMAND CONTROL 3

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 3

DPU_READTIME_C DPU Control to read current date and time from the DPU 3

AI_A A PHASE CURRENT VALUE 3

BI_A B PHASE CURRENT VALUE 3 142

Page 145: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CI_A C PHASE CURRENT VALUE 3

NI_A NEUTRAL CURRENT VALUE 3

AKV_A A PHASE KV VALUE 3

BKV_A B PHASE KV VALUE 3

CKV_A C PHASE KV VALUE 3

PF_A POWER FACTOR VALUE 3

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 3

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 3

FDST_A DISTANT TO FAULT VALUE 3

AIF_A A PHASE FAULT VALUE 3

BIF_A B PHASE FAULT VALUE 3

CIF_A C PHASE FAULT VALUE 3

YTF_A YEAR FAULT TIME VALUE 3

MTF_A MONTH FAULT TIME VALUE 3

DTF_A DAY FAULT TIME VALUE 3

HTF_A HOUR FAULT TIME VALUE 3

MMTF_A MINUTE FAULT TIME VALUE 3

STF_A SECOND FAULT TIME VALUE 3

MSTF_A MILLISECOND TIME VALUE 3

PDM_IA_A A PHASE PEAK DEMAND 3

PDM_IB_A B PHASE PEAK DEMAND 3

PDM_IC_A C PHASE PEAK DEMAND 3

S_IED IED COMMUNICATION STATUS 3

A_AZV A PHASE VOLTAGE 4

A_BZV B PHASE VOLTAGE 4

A_CZV C PHASE VOLTAGE 4

A_AZI A PHASE CURRENT 4

A_BZI B PHASE CURRENT 4

A_CZI C PHASE CURRENT 4

A_AZW A PHASE WATTS 4

A_BZW B PHASE WATTS 4

A_CZW C PHASE WATTS 4

A_3ZW 3 PHASE WATTS 4

A_AZVA A PHASE VA 4

A_BZVA B PHASE VA 4

A_CZVA C PHASE VA 4

A_3ZVA 3 PHASE VA 4

A_AZVAR A PHASE VAR 4

A_BZVAR B PHASE VAR 4

A_CZVAR C PHASE VAR 4

A_3ZVAR 3 PHASE VAR 4

A_AZPF A PHASE POWER FACTOR 4

A_BZPF B PHASE POWER FACTOR 4

A_CZPF C PHASE POWER FACTOR 4

A_3ZPF 3 PHASE POWER FACTOR 4

A_AZPF_AGL A PHASE POWER FACTOR ANGLE 4

A_BZPF_AGL B PHASE POWER FACTOR ANGLE 4 143

Page 146: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

A_CZPF_AGL C PHASE POWER FACTOR ANGLE 4

A_3ZPF_AGL 3 PHASE POWER FACTOR ANGLE 4

S_IED IED COMMUNICATION STATUS 4

S_ESOE Extended Sequence of Events Data Overflow 1

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 1

AKVAR_LO_A A PHASE KVAR Low Bytes 1

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 1

BKVAR_LO_A B PHASE KVAR Low Bytes 1

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 1

CKVAR_LO_A C PHASE KVAR Low Bytes 1

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 1

3KVAR_LO_A 3 PHASE KVAR Low Bytes 1

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 2

AKVAR_LO_A A PHASE KVAR Low Bytes 2

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 2

BKVAR_LO_A B PHASE KVAR Low Bytes 2

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 2

CKVAR_LO_A C PHASE KVAR Low Bytes 2

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 2

3KVAR_LO_A 3 PHASE KVAR Low Bytes 2

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 3

AKVAR_LO_A A PHASE KVAR Low Bytes 3

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 3

BKVAR_LO_A B PHASE KVAR Low Bytes 3

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 3

CKVAR_LO_A C PHASE KVAR Low Bytes 3

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 3

3KVAR_LO_A 3 PHASE KVAR Low Bytes 3

CALC_AKVAR A PHASE KVAR - Calculated 1

CALC_BKVAR B PHASE KVAR - Calculated 1

CALC_CKVAR C PHASE KVAR - Calculated 1

CALC_3KVAR 3 PHASE KVAR - Calculated 1

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 1

CALC_AKVAR A PHASE KVAR - Calculated 2

CALC_BKVAR B PHASE KVAR - Calculated 2

CALC_CKVAR C PHASE KVAR - Calculated 2

CALC_3KVAR 3 PHASE KVAR - Calculated 2

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 2

CALC_AKVAR A PHASE KVAR - Calculated 3

CALC_BKVAR B PHASE KVAR - Calculated 3

CALC_CKVAR C PHASE KVAR - Calculated 3

CALC_3KVAR 3 PHASE KVAR - Calculated 3

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 3

CALC_AZPF_SGN A PHASE Power Factor Sign - Calculated 4

CALC_BZPF_SGN B PHASE Power Factor Sign - Calculated 4

CALC_CZPF_SGN C PHASE Power Factor Sign - Calculated 4

CALC_3ZPF_SGN 3 PHASE Power Factor Sign - Calculated 4 144

Page 147: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CALC_AZPF_AGL A PHASE Angle - Calculated 4

CALC_BZPF_AGL B PHASE Angle - Calculated 4

CALC_CZPF_AGL C PHASE Angle - Calculated 4

CALC_AGL_DIFF Difference between Max & Min PF Angle - Calculated 4

COMBINED_S_ALRM COMBINED_S_ALRM - Group Alarms 1

COMBINED_S_TGT COMBINED_S_TGT - Group Alarms 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 2

RTU_S_COMM Tag for device COMM failure (White text on HMI) 3

ABNORMAL Abnormal value 1

CALC_AKW DPU - A PHASE KW - Calculated 1

CALC_BKW DPU - B PHASE KW - Calculated 1

CALC_CKW DPU - C PHASE KW - Calculated 1

CALC_3KW DPU - 3 PHASE KW - Calculated 1

CALC_AKW DPU - A PHASE KW - Calculated 2

CALC_BKW DPU - B PHASE KW - Calculated 2

CALC_CKW DPU - C PHASE KW - Calculated 2

CALC_3KW DPU - 3 PHASE KW - Calculated 2

CALC_AKW DPU - A PHASE KW - Calculated 3

CALC_BKW DPU - B PHASE KW - Calculated 3

CALC_CKW DPU - C PHASE KW - Calculated 3

CALC_3KW DPU - 3 PHASE KW - Calculated 3

CALC_AKVA DPU - A PHASE KVA - Calculated 1

CALC_BKVA DPU - B PHASE KVA - Calculated 1

CALC_CKVA DPU - C PHASE KVA - Calculated 1

CALC_3KVA DPU - 3 PHASE KVA - Calculated 1

CALC_AKVA DPU - A PHASE KVA - Calculated 2

CALC_BKVA DPU - B PHASE KVA - Calculated 2

CALC_CKVA DPU - C PHASE KVA - Calculated 2

CALC_3KVA DPU - 3 PHASE KVA - Calculated 2

CALC_AKVA DPU - A PHASE KVA - Calculated 3

CALC_BKVA DPU - B PHASE KVA - Calculated 3

CALC_CKVA DPU - C PHASE KVA - Calculated 3

CALC_3KVA DPU - 3 PHASE KVA - Calculated 3

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 1

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 1

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 1

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 1

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 2

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 2

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 2

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 2

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 3

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 3

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 3

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 3

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 1 145

Page 148: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 2

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 3

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 1

AKW_LO_A DPU - A PHASE KW Low Bytes 1

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 1

BKW_LO_A DPU - B PHASE KW Low Bytes 1

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 1

CKW_LO_A DPU - C PHASE KW Low Bytes 1

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 1

3KW_LO_A DPU - 3 PHASE KW Low Bytes 1

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 2

AKW_LO_A DPU - A PHASE KW Low Bytes 2

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 2

BKW_LO_A DPU - B PHASE KW Low Bytes 2

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 2

CKW_LO_A DPU - C PHASE KW Low Bytes 2

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 2

3KW_LO_A DPU - 3 PHASE KW Low Bytes 2

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 3

AKW_LO_A DPU - A PHASE KW Low Bytes 3

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 3

BKW_LO_A DPU - B PHASE KW Low Bytes 3

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 3

CKW_LO_A DPU - C PHASE KW Low Bytes 3

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 3

3KW_LO_A DPU - 3 PHASE KW Low Bytes 3

DPU_HOUR DPU Clock - Hour 1

DPU_MIN DPU Clock - Minute 1

DPU_SEC DPU Clock - Seconds 1

DPU_DAY DPU Calendar - Day 1

DPU_MONTH DPU Calendar - Month 1

DPU_YEAR DPU Calendar - Year 1

DPU_HOUR DPU Clock - Hour 2

DPU_MIN DPU Clock - Minute 2

DPU_SEC DPU Clock - Seconds 2

DPU_DAY DPU Calendar - Day 2

DPU_MONTH DPU Calendar - Month 2

DPU_YEAR DPU Calendar - Year 2

DPU_HOUR DPU Clock - Hour 3

DPU_MIN DPU Clock - Minute 3

DPU_SEC DPU Clock - Seconds 3

DPU_DAY DPU Calendar - Day 3

DPU_MONTH DPU Calendar - Month 3

DPU_YEAR DPU Calendar - Year 3

146

Page 149: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

Virtual Device 1 DPU CB-13

Virtual Device 2 DPU CB-14

Virtual Device 3 DPU CB-15

c. CB13-14-15-T5 Virtual Device 4 T5 Meter

Point Name Point Description Virtual Device

IN6_S IN6_S 1

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 1

IN8_S IN8_S 1

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 1

IN2_S IN2_S 1

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 1

IN4_S IN4_S 1

IN5_S IN5_S 1

AT_S A PHASE TARGET YES=1 NO=0 STATUS 1

BT_S B PHASE TARGET YES=1 NO=0 STATUS 1

CT_S C PHASE TARGET YES=1 NO=0 STATUS 1

NT_S N PHASE TARGET YES=1 NO=0 STATUS 1

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 1

PICKUP_ALM DPU - Pickup alarm (PUA) 1

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 1

ALARM DPU - In alarm (Alarm) 1

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 1

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 1

TRIP_C TRIP CMD 1

CLOSE_C CLOSE CMD 1

NXT_F_C READH NEXT FAULT RECORD CMD 1

RST_T_C RESET ALARMS AND TARGETS CMD 1

RECL_C RECLOSING ON AND OFF CONTROL 1

RECLOF_C RECLOSING ON AND OFF CONTROL 1

RST_PDM_C RESET PEAK DEMAND CONTROL 1

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 1

DPU_READTIME_C DPU Control to read current date and time from the DPU 1

AI_A A PHASE CURRENT VALUE 1

BI_A B PHASE CURRENT VALUE 1

CI_A C PHASE CURRENT VALUE 1

NI_A NEUTRAL CURRENT VALUE 1

AKV_A A PHASE KV VALUE 1

BKV_A B PHASE KV VALUE 1

CKV_A C PHASE KV VALUE 1

PF_A POWER FACTOR VALUE 1

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 1

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 1

FDST_A DISTANT TO FAULT VALUE 1

AIF_A A PHASE FAULT VALUE 1 147

ADDENDUM C: NEWARK MAIN SUB POINT LIST_9-5-19

Page 150: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

BIF_A B PHASE FAULT VALUE 1

CIF_A C PHASE FAULT VALUE 1

YTF_A YEAR FAULT TIME VALUE 1

MTF_A MONTH FAULT TIME VALUE 1

DTF_A DAY FAULT TIME VALUE 1

HTF_A HOUR FAULT TIME VALUE 1

MMTF_A MINUTE FAULT TIME VALUE 1

STF_A SECOND FAULT TIME VALUE 1

MSTF_A MILLISECOND TIME VALUE 1

PDM_IA_A A PHASE PEAK DEMAND 1

PDM_IB_A B PHASE PEAK DEMAND 1

PDM_IC_A C PHASE PEAK DEMAND 1

S_IED IED COMMUNICATION STATUS 1

IN6_S IN6_S 2

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 2

IN8_S IN8_S 2

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 2

IN2_S IN2_S 2

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 2

IN4_S IN4_S 2

IN5_S IN5_S 2

AT_S A PHASE TARGET YES=1 NO=0 STATUS 2

BT_S B PHASE TARGET YES=1 NO=0 STATUS 2

CT_S C PHASE TARGET YES=1 NO=0 STATUS 2

NT_S N PHASE TARGET YES=1 NO=0 STATUS 2

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 2

PICKUP_ALM DPU - Pickup alarm (PUA) 2

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 2

ALARM DPU - In alarm (Alarm) 2

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 2

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 2

TRIP_C TRIP CMD 2

CLOSE_C CLOSE CMD 2

NXT_F_C READH NEXT FAULT RECORD CMD 2

RST_T_C RESET ALARMS AND TARGETS CMD 2

RECL_C RECLOSING ON AND OFF CONTROL 2

RECLOF_C RECLOSING ON AND OFF CONTROL 2

RST_PDM_C RESET PEAK DEMAND CONTROL 2

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 2

DPU_READTIME_C DPU Control to read current date and time from the DPU 2

AI_A A PHASE CURRENT VALUE 2

BI_A B PHASE CURRENT VALUE 2

CI_A C PHASE CURRENT VALUE 2

NI_A NEUTRAL CURRENT VALUE 2

AKV_A A PHASE KV VALUE 2

BKV_A B PHASE KV VALUE 2

CKV_A C PHASE KV VALUE 2 148

Page 151: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

PF_A POWER FACTOR VALUE 2

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 2

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 2

FDST_A DISTANT TO FAULT VALUE 2

AIF_A A PHASE FAULT VALUE 2

BIF_A B PHASE FAULT VALUE 2

CIF_A C PHASE FAULT VALUE 2

YTF_A YEAR FAULT TIME VALUE 2

MTF_A MONTH FAULT TIME VALUE 2

DTF_A DAY FAULT TIME VALUE 2

HTF_A HOUR FAULT TIME VALUE 2

MMTF_A MINUTE FAULT TIME VALUE 2

STF_A SECOND FAULT TIME VALUE 2

MSTF_A MILLISECOND TIME VALUE 2

PDM_IA_A A PHASE PEAK DEMAND 2

PDM_IB_A B PHASE PEAK DEMAND 2

PDM_IC_A C PHASE PEAK DEMAND 2

S_IED IED COMMUNICATION STATUS 2

IN6_S IN6_S 3

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 3

IN8_S IN8_S 3

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 3

IN2_S IN2_S 3

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 3

IN4_S IN4_S 3

IN5_S IN5_S 3

AT_S A PHASE TARGET YES=1 NO=0 STATUS 3

BT_S B PHASE TARGET YES=1 NO=0 STATUS 3

CT_S C PHASE TARGET YES=1 NO=0 STATUS 3

NT_S N PHASE TARGET YES=1 NO=0 STATUS 3

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 3

PICKUP_ALM DPU - Pickup alarm (PUA) 3

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 3

ALARM DPU - In alarm (Alarm) 3

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 3

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 3

TRIP_C TRIP CMD 3

CLOSE_C CLOSE CMD 3

NXT_F_C READH NEXT FAULT RECORD CMD 3

RST_T_C RESET ALARMS AND TARGETS CMD 3

RECL_C RECLOSING ON AND OFF CONTROL 3

RECLOF_C RECLOSING ON AND OFF CONTROL 3

RST_PDM_C RESET PEAK DEMAND CONTROL 3

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 3

DPU_READTIME_C DPU Control to read current date and time from the DPU 3

AI_A A PHASE CURRENT VALUE 3

BI_A B PHASE CURRENT VALUE 3 149

Page 152: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CI_A C PHASE CURRENT VALUE 3

NI_A NEUTRAL CURRENT VALUE 3

AKV_A A PHASE KV VALUE 3

BKV_A B PHASE KV VALUE 3

CKV_A C PHASE KV VALUE 3

PF_A POWER FACTOR VALUE 3

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 3

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 3

FDST_A DISTANT TO FAULT VALUE 3

AIF_A A PHASE FAULT VALUE 3

BIF_A B PHASE FAULT VALUE 3

CIF_A C PHASE FAULT VALUE 3

YTF_A YEAR FAULT TIME VALUE 3

MTF_A MONTH FAULT TIME VALUE 3

DTF_A DAY FAULT TIME VALUE 3

HTF_A HOUR FAULT TIME VALUE 3

MMTF_A MINUTE FAULT TIME VALUE 3

STF_A SECOND FAULT TIME VALUE 3

MSTF_A MILLISECOND TIME VALUE 3

PDM_IA_A A PHASE PEAK DEMAND 3

PDM_IB_A B PHASE PEAK DEMAND 3

PDM_IC_A C PHASE PEAK DEMAND 3

S_IED IED COMMUNICATION STATUS 3

A_AZV A PHASE VOLTAGE 4

A_BZV B PHASE VOLTAGE 4

A_CZV C PHASE VOLTAGE 4

A_AZI A PHASE CURRENT 4

A_BZI B PHASE CURRENT 4

A_CZI C PHASE CURRENT 4

A_AZW A PHASE WATTS 4

A_BZW B PHASE WATTS 4

A_CZW C PHASE WATTS 4

A_3ZW 3 PHASE WATTS 4

A_AZVA A PHASE VA 4

A_BZVA B PHASE VA 4

A_CZVA C PHASE VA 4

A_3ZVA 3 PHASE VA 4

A_AZVAR A PHASE VAR 4

A_BZVAR B PHASE VAR 4

A_CZVAR C PHASE VAR 4

A_3ZVAR 3 PHASE VAR 4

A_AZPF A PHASE POWER FACTOR 4

A_BZPF B PHASE POWER FACTOR 4

A_CZPF C PHASE POWER FACTOR 4

A_3ZPF 3 PHASE POWER FACTOR 4

A_AZPF_AGL A PHASE POWER FACTOR ANGLE 4

A_BZPF_AGL B PHASE POWER FACTOR ANGLE 4 150

Page 153: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

A_CZPF_AGL C PHASE POWER FACTOR ANGLE 4

A_3ZPF_AGL 3 PHASE POWER FACTOR ANGLE 4

S_IED IED COMMUNICATION STATUS 4

S_ESOE Extended Sequence of Events Data Overflow 1

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 1

AKVAR_LO_A A PHASE KVAR Low Bytes 1

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 1

BKVAR_LO_A B PHASE KVAR Low Bytes 1

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 1

CKVAR_LO_A C PHASE KVAR Low Bytes 1

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 1

3KVAR_LO_A 3 PHASE KVAR Low Bytes 1

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 2

AKVAR_LO_A A PHASE KVAR Low Bytes 2

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 2

BKVAR_LO_A B PHASE KVAR Low Bytes 2

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 2

CKVAR_LO_A C PHASE KVAR Low Bytes 2

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 2

3KVAR_LO_A 3 PHASE KVAR Low Bytes 2

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 3

AKVAR_LO_A A PHASE KVAR Low Bytes 3

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 3

BKVAR_LO_A B PHASE KVAR Low Bytes 3

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 3

CKVAR_LO_A C PHASE KVAR Low Bytes 3

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 3

3KVAR_LO_A 3 PHASE KVAR Low Bytes 3

CALC_AKVAR A PHASE KVAR - Calculated 1

CALC_BKVAR B PHASE KVAR - Calculated 1

CALC_CKVAR C PHASE KVAR - Calculated 1

CALC_3KVAR 3 PHASE KVAR - Calculated 1

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 1

CALC_AKVAR A PHASE KVAR - Calculated 2

CALC_BKVAR B PHASE KVAR - Calculated 2

CALC_CKVAR C PHASE KVAR - Calculated 2

CALC_3KVAR 3 PHASE KVAR - Calculated 2

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 2

CALC_AKVAR A PHASE KVAR - Calculated 3

CALC_BKVAR B PHASE KVAR - Calculated 3

CALC_CKVAR C PHASE KVAR - Calculated 3

CALC_3KVAR 3 PHASE KVAR - Calculated 3

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 3

CALC_AZPF_SGN A PHASE Power Factor Sign - Calculated 4

CALC_BZPF_SGN B PHASE Power Factor Sign - Calculated 4

CALC_CZPF_SGN C PHASE Power Factor Sign - Calculated 4

CALC_3ZPF_SGN 3 PHASE Power Factor Sign - Calculated 4 151

Page 154: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CALC_AZPF_AGL A PHASE Angle - Calculated 4

CALC_BZPF_AGL B PHASE Angle - Calculated 4

CALC_CZPF_AGL C PHASE Angle - Calculated 4

CALC_AGL_DIFF Difference between Max & Min PF Angle - Calculated 4

COMBINED_S_ALRM COMBINED_S_ALRM - Group Alarms 1

COMBINED_S_TGT COMBINED_S_TGT - Group Alarms 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 2

RTU_S_COMM Tag for device COMM failure (White text on HMI) 3

ABNORMAL Abnormal value 1

CALC_AKW DPU - A PHASE KW - Calculated 1

CALC_BKW DPU - B PHASE KW - Calculated 1

CALC_CKW DPU - C PHASE KW - Calculated 1

CALC_3KW DPU - 3 PHASE KW - Calculated 1

CALC_AKW DPU - A PHASE KW - Calculated 2

CALC_BKW DPU - B PHASE KW - Calculated 2

CALC_CKW DPU - C PHASE KW - Calculated 2

CALC_3KW DPU - 3 PHASE KW - Calculated 2

CALC_AKW DPU - A PHASE KW - Calculated 3

CALC_BKW DPU - B PHASE KW - Calculated 3

CALC_CKW DPU - C PHASE KW - Calculated 3

CALC_3KW DPU - 3 PHASE KW - Calculated 3

CALC_AKVA DPU - A PHASE KVA - Calculated 1

CALC_BKVA DPU - B PHASE KVA - Calculated 1

CALC_CKVA DPU - C PHASE KVA - Calculated 1

CALC_3KVA DPU - 3 PHASE KVA - Calculated 1

CALC_AKVA DPU - A PHASE KVA - Calculated 2

CALC_BKVA DPU - B PHASE KVA - Calculated 2

CALC_CKVA DPU - C PHASE KVA - Calculated 2

CALC_3KVA DPU - 3 PHASE KVA - Calculated 2

CALC_AKVA DPU - A PHASE KVA - Calculated 3

CALC_BKVA DPU - B PHASE KVA - Calculated 3

CALC_CKVA DPU - C PHASE KVA - Calculated 3

CALC_3KVA DPU - 3 PHASE KVA - Calculated 3

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 1

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 1

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 1

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 1

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 2

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 2

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 2

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 2

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 3

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 3

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 3

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 3

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 1 152

Page 155: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 2

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 3

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 1

AKW_LO_A DPU - A PHASE KW Low Bytes 1

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 1

BKW_LO_A DPU - B PHASE KW Low Bytes 1

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 1

CKW_LO_A DPU - C PHASE KW Low Bytes 1

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 1

3KW_LO_A DPU - 3 PHASE KW Low Bytes 1

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 2

AKW_LO_A DPU - A PHASE KW Low Bytes 2

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 2

BKW_LO_A DPU - B PHASE KW Low Bytes 2

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 2

CKW_LO_A DPU - C PHASE KW Low Bytes 2

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 2

3KW_LO_A DPU - 3 PHASE KW Low Bytes 2

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 3

AKW_LO_A DPU - A PHASE KW Low Bytes 3

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 3

BKW_LO_A DPU - B PHASE KW Low Bytes 3

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 3

CKW_LO_A DPU - C PHASE KW Low Bytes 3

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 3

3KW_LO_A DPU - 3 PHASE KW Low Bytes 3

DPU_HOUR DPU Clock - Hour 1

DPU_MIN DPU Clock - Minute 1

DPU_SEC DPU Clock - Seconds 1

DPU_DAY DPU Calendar - Day 1

DPU_MONTH DPU Calendar - Month 1

DPU_YEAR DPU Calendar - Year 1

DPU_HOUR DPU Clock - Hour 2

DPU_MIN DPU Clock - Minute 2

DPU_SEC DPU Clock - Seconds 2

DPU_DAY DPU Calendar - Day 2

DPU_MONTH DPU Calendar - Month 2

DPU_YEAR DPU Calendar - Year 2

DPU_HOUR DPU Clock - Hour 3

DPU_MIN DPU Clock - Minute 3

DPU_SEC DPU Clock - Seconds 3

DPU_DAY DPU Calendar - Day 3

DPU_MONTH DPU Calendar - Month 3

DPU_YEAR DPU Calendar - Year 3

153

Page 156: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

Virtual Device 1 DPU CB-10

Virtual Device 2 DPU CB-11

Virtual Device 3 DPU CB-12

d. CB10-11-12 Virtual Device 4 T5 Meter

Point Name Point DescriptionVirtual Device

IN6_S IN6_S 1

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 1

IN8_S IN8_S 1

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 1

IN2_S IN2_S 1

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 1

IN4_S IN4_S 1

IN5_S IN5_S 1

AT_S A PHASE TARGET YES=1 NO=0 STATUS 1

BT_S B PHASE TARGET YES=1 NO=0 STATUS 1

CT_S C PHASE TARGET YES=1 NO=0 STATUS 1

NT_S N PHASE TARGET YES=1 NO=0 STATUS 1

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 1

PICKUP_ALM DPU - Pickup alarm (PUA) 1

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 1

ALARM DPU - In alarm (Alarm) 1

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 1

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 1

TRIP_C TRIP CMD 1

CLOSE_C CLOSE CMD 1

NXT_F_C READH NEXT FAULT RECORD CMD 1

RST_T_C RESET ALARMS AND TARGETS CMD 1

RECL_C RECLOSING ON AND OFF CONTROL 1

RECLOF_C RECLOSING ON AND OFF CONTROL 1

RST_PDM_C RESET PEAK DEMAND CONTROL 1

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 1

DPU_READTIME_C DPU Control to read current date and time from the DPU 1

AI_A A PHASE CURRENT VALUE 1

BI_A B PHASE CURRENT VALUE 1

CI_A C PHASE CURRENT VALUE 1

NI_A NETURAL CURRENT VALUE 1

AKV_A A PHASE KV VALUE 1

BKV_A B PHASE KV VALUE 1

CKV_A C PHASE KV VALUE 1

PF_A POWER FACTOR VALUE 1

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 1

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 1

FDST_A DISTANT TO FAULT VALUE 1

AIF_A A PHASE FAULT VALUE 1 154

ADDENDUM C: NEWARK MAIN SUB POINT LIST_9-5-19

Page 157: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

BIF_A B PHASE FAULT VALUE 1

CIF_A C PHASE FAULT VALUE 1

YTF_A YEAR FAULT TIME VALUE 1

MTF_A MONTH FAULT TIME VALUE 1

DTF_A DAY FAULT TIME VALUE 1

HTF_A HOUR FAULT TIME VALUE 1

MMTF_A MINUTE FAULT TIME VALUE 1

STF_A SECOND FAULT TIME VALUE 1

MSTF_A MILLISECOND TIME VALUE 1

PDM_IA_A A PHASE PEAK DEMAND 1

PDM_IB_A B PHASE PEAK DEMAND 1

PDM_IC_A B PHASE PEAK DEMAND 1

S_IED IED COMMUNICATION STATUS 1

IN6_S IN6_S 2

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 2

IN8_S IN8_S 2

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 2

IN2_S IN2_S 2

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 2

IN4_S IN4_S 2

IN5_S IN5_S 2

AT_S A PHASE TARGET YES=1 NO=0 STATUS 2

BT_S B PHASE TARGET YES=1 NO=0 STATUS 2

CT_S C PHASE TARGET YES=1 NO=0 STATUS 2

NT_S N PHASE TARGET YES=1 NO=0 STATUS 2

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 2

PICKUP_ALM DPU - Pickup alarm (PUA) 2

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 2

ALARM DPU - In alarm (Alarm) 2

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 2

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 2

TRIP_C TRIP CMD 2

CLOSE_C CLOSE CMD 2

NXT_F_C READH NEXT FAULT RECORD CMD 2

RST_T_C RESET ALARMS AND TARGETS CMD 2

RECL_C RECLOSING ON AND OFF CONTROL 2

RECLOF_C RECLOSING ON AND OFF CONTROL 2

RST_PDM_C RESET PEAK DEMAND CONTROL 2

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 2

DPU_READTIME_C DPU Control to read current date and time from the DPU 2

AI_A A PHASE CURRENT VALUE 2

BI_A B PHASE CURRENT VALUE 2

CI_A C PHASE CURRENT VALUE 2

NI_A NETURAL CURRENT VALUE 2

AKV_A A PHASE KV VALUE 2

BKV_A B PHASE KV VALUE 2

CKV_A C PHASE KV VALUE 2 155

Page 158: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

PF_A POWER FACTOR VALUE 2

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 2

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 2

FDST_A DISTANT TO FAULT VALUE 2

AIF_A A PHASE FAULT VALUE 2

BIF_A B PHASE FAULT VALUE 2

CIF_A C PHASE FAULT VALUE 2

YTF_A YEAR FAULT TIME VALUE 2

MTF_A MONTH FAULT TIME VALUE 2

DTF_A DAY FAULT TIME VALUE 2

HTF_A HOUR FAULT TIME VALUE 2

MMTF_A MINUTE FAULT TIME VALUE 2

STF_A SECOND FAULT TIME VALUE 2

MSTF_A MILLISECOND TIME VALUE 2

PDM_IA_A A PHASE PEAK DEMAND 2

PDM_IB_A B PHASE PEAK DEMAND 2

PDM_IC_A B PHASE PEAK DEMAND 2

S_IED IED COMMUNICATION STATUS 2

IN6_S IN6_S 3

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 3

IN8_S IN8_S 3

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 3

IN2_S IN2_S 3

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 3

IN4_S IN4_S 3

IN5_S IN5_S 3

AT_S A PHASE TARGET YES=1 NO=0 STATUS 3

BT_S B PHASE TARGET YES=1 NO=0 STATUS 3

CT_S C PHASE TARGET YES=1 NO=0 STATUS 3

NT_S N PHASE TARGET YES=1 NO=0 STATUS 3

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 3

PICKUP_ALM DPU - Pickup alarm (PUA) 3

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 3

ALARM DPU - In alarm (Alarm) 3

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 3

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 3

TRIP_C TRIP CMD 3

CLOSE_C CLOSE CMD 3

NXT_F_C READH NEXT FAULT RECORD CMD 3

RST_T_C RESET ALARMS AND TARGETS CMD 3

RECL_C RECLOSING ON AND OFF CONTROL 3

RECLOF_C RECLOSING ON AND OFF CONTROL 3

RST_PDM_C RESET PEAK DEMAND CONTROL 3

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 3

DPU_READTIME_C DPU Control to read current date and time from the DPU 3

AI_A A PHASE CURRENT VALUE 3

BI_A B PHASE CURRENT VALUE 3 156

Page 159: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CI_A C PHASE CURRENT VALUE 3

NI_A NETURAL CURRENT VALUE 3

AKV_A A PHASE KV VALUE 3

BKV_A B PHASE KV VALUE 3

CKV_A C PHASE KV VALUE 3

PF_A POWER FACTOR VALUE 3

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 3

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 3

FDST_A DISTANT TO FAULT VALUE 3

AIF_A A PHASE FAULT VALUE 3

BIF_A B PHASE FAULT VALUE 3

CIF_A C PHASE FAULT VALUE 3

YTF_A YEAR FAULT TIME VALUE 3

MTF_A MONTH FAULT TIME VALUE 3

DTF_A DAY FAULT TIME VALUE 3

HTF_A HOUR FAULT TIME VALUE 3

MMTF_A MINUTE FAULT TIME VALUE 3

STF_A SECOND FAULT TIME VALUE 3

MSTF_A MILLISECOND TIME VALUE 3

PDM_IA_A A PHASE PEAK DEMAND 3

PDM_IB_A B PHASE PEAK DEMAND 3

PDM_IC_A B PHASE PEAK DEMAND 3

S_IED IED COMMUNICATION STATUS 3

S_ESOE Extended Sequence of Events Data Overflow 1

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 1

AKVAR_LO_A A PHASE KVAR Low Bytes 1

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 1

BKVAR_LO_A B PHASE KVAR Low Bytes 1

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 1

CKVAR_LO_A C PHASE KVAR Low Bytes 1

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 1

3KVAR_LO_A 3 PHASE KVAR Low Bytes 1

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 2

AKVAR_LO_A A PHASE KVAR Low Bytes 2

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 2

BKVAR_LO_A B PHASE KVAR Low Bytes 2

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 2

CKVAR_LO_A C PHASE KVAR Low Bytes 2

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 2

3KVAR_LO_A 3 PHASE KVAR Low Bytes 2

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 3

AKVAR_LO_A A PHASE KVAR Low Bytes 3

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 3

BKVAR_LO_A B PHASE KVAR Low Bytes 3

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 3

CKVAR_LO_A C PHASE KVAR Low Bytes 3

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 3 157

Page 160: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

3KVAR_LO_A 3 PHASE KVAR Low Bytes 3

CALC_AKVAR A PHASE KVAR - Calculated 1

CALC_BKVAR B PHASE KVAR - Calculated 1

CALC_CKVAR C PHASE KVAR - Calculated 1

CALC_3KVAR 3 PHASE KVAR - Calculated 1

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 1

CALC_AKVAR A PHASE KVAR - Calculated 2

CALC_BKVAR B PHASE KVAR - Calculated 2

CALC_CKVAR C PHASE KVAR - Calculated 2

CALC_3KVAR 3 PHASE KVAR - Calculated 2

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 2

CALC_AKVAR A PHASE KVAR - Calculated 3

CALC_BKVAR B PHASE KVAR - Calculated 3

CALC_CKVAR C PHASE KVAR - Calculated 3

CALC_3KVAR 3 PHASE KVAR - Calculated 3

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 3

COMBINED_S_ALRM COMBINED_S_ALRM - Group Alarms 1

COMBINED_S_TGT COMBINED_S_TGT - Group Alarms 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 2

RTU_S_COMM Tag for device COMM failure (White text on HMI) 3

ABNORMAL Abnormal value 1

CALC_AKW DPU - A PHASE KW - Calculated 1

CALC_BKW DPU - B PHASE KW - Calculated 1

CALC_CKW DPU - C PHASE KW - Calculated 1

CALC_3KW DPU - 3 PHASE KW - Calculated 1

CALC_AKW DPU - A PHASE KW - Calculated 2

CALC_BKW DPU - B PHASE KW - Calculated 2

CALC_CKW DPU - C PHASE KW - Calculated 2

CALC_3KW DPU - 3 PHASE KW - Calculated 2

CALC_AKW DPU - A PHASE KW - Calculated 3

CALC_BKW DPU - B PHASE KW - Calculated 3

CALC_CKW DPU - C PHASE KW - Calculated 3

CALC_3KW DPU - 3 PHASE KW - Calculated 3

CALC_AKVA DPU - A PHASE KVA - Calculated 1

CALC_BKVA DPU - B PHASE KVA - Calculated 1

CALC_CKVA DPU - C PHASE KVA - Calculated 1

CALC_3KVA DPU - 3 PHASE KVA - Calculated 1

CALC_AKVA DPU - A PHASE KVA - Calculated 2

CALC_BKVA DPU - B PHASE KVA - Calculated 2

CALC_CKVA DPU - C PHASE KVA - Calculated 2

CALC_3KVA DPU - 3 PHASE KVA - Calculated 2

CALC_AKVA DPU - A PHASE KVA - Calculated 3

CALC_BKVA DPU - B PHASE KVA - Calculated 3

CALC_CKVA DPU - C PHASE KVA - Calculated 3

CALC_3KVA DPU - 3 PHASE KVA - Calculated 3

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 1 158

Page 161: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 1

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 1

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 1

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 2

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 2

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 2

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 2

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 3

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 3

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 3

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 3

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 1

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 2

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 3

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 1

AKW_LO_A DPU - A PHASE KW Low Bytes 1

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 1

BKW_LO_A DPU - B PHASE KW Low Bytes 1

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 1

CKW_LO_A DPU - C PHASE KW Low Bytes 1

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 1

3KW_LO_A DPU - 3 PHASE KW Low Bytes 1

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 2

AKW_LO_A DPU - A PHASE KW Low Bytes 2

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 2

BKW_LO_A DPU - B PHASE KW Low Bytes 2

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 2

CKW_LO_A DPU - C PHASE KW Low Bytes 2

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 2

3KW_LO_A DPU - 3 PHASE KW Low Bytes 2

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 3

AKW_LO_A DPU - A PHASE KW Low Bytes 3

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 3

BKW_LO_A DPU - B PHASE KW Low Bytes 3

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 3

CKW_LO_A DPU - C PHASE KW Low Bytes 3

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 3

3KW_LO_A DPU - 3 PHASE KW Low Bytes 3

DPU_HOUR DPU Clock - Hour 1

DPU_MIN DPU Clock - Minute 1

DPU_SEC DPU Clock - Seconds 1

DPU_DAY DPU Calendar - Day 1

DPU_MONTH DPU Calendar - Month 1

DPU_YEAR DPU Calendar - Year 1

DPU_HOUR DPU Clock - Hour 2

DPU_MIN DPU Clock - Minute 2

DPU_SEC DPU Clock - Seconds 2 159

Page 162: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

DPU_DAY DPU Calendar - Day 2

DPU_MONTH DPU Calendar - Month 2

DPU_YEAR DPU Calendar - Year 2

DPU_HOUR DPU Clock - Hour 3

DPU_MIN DPU Clock - Minute 3

DPU_SEC DPU Clock - Seconds 3

DPU_DAY DPU Calendar - Day 3

DPU_MONTH DPU Calendar - Month 3

DPU_YEAR DPU Calendar - Year 3

160

Page 163: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CB7 ASSUME SAME POINT LIST AS CB10CB8 ASSUME SAME POINT LIST AS CB10CB9 ASSUME SAME POINT LIST AS CB12

161

POINT LIST NOT AVAILABLE FOR CB7, CB8 AND CB9. ASSUME THE FOLLOWING FOR BIDDING PURPOSES:

ADDENDUM C: NEWARK MAIN SUB POINT LIST_9-5-19 e. CB 7-9-8

Page 164: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

CB135 ASSUME SAME POINT LIST AS CB10CB136 ASSUME SAME POINT LIST AS CB10

162

POINT LIST NOT AVAILABLE FOR CB135 AND CB136 ASSUME THE FOLLOWING FOR BIDDING PURPOSES:

ADDENDUM C: NEWARK MAIN SUB POINT LIST_9-5-19 f. CB 135-136

Page 165: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

Point Name Point DescriptionVirtual Device

S_A1_T3_NITRGEN Transformer 3 Nitrogen Alarm 1

S_A1_T3_PRESS Transformer 3 Pressure Alarm 1

S_A1_T3_OIL_LVL Transformer 3 Oil Level Alarm 1

S_A1_T3_TMP_TO Transformer 3 26 Main Tank Top Oil Temperature 1

S_A1_T3_TMP_HS Transformer 3 49 Main Tank Hot Spot 1

S_A1_CB138_PRES Circuit Breaker 138 (Feeds T4) 1

S_A1_R-HS_SMOKE Relay House Smoke Detector 1

S_A1_R-HS_T_HI Relay House High Temperature 1

S_A1_R-HS_T_LO Relay House Low Temperature 1

S_A1_HYD_PRES_35KV Hydraulic Press 35kV 1

S_A1_T4_NITRGEN Transformer 4 Nitrogen Alarm 1

S_A1_T4_PRESS Transformer 4 Pressure Alarm 1

S_A1_T4_OIL_LVL Transformer 4 Oil Level Alarm 1

S_A1_T4_TMP_TO Transformer 4 26 Main Tank Top Oil Temperature 1

S_A1_T4_TMP_HS Transformer 4 49 Main Tank Hot Spot 1

S_A1_SPARE_2 Spare 1

S_A1_SPARE_3 Spare 1

S_A1_SPARE_4 Spare 1

S_A1_DC_CHG_OUT DC Charger Current Output 1

S_A1_SPARE_5 spare 1

S_A1_DC_CHG_IN DC Charger AC Input 1

S_A1_SPARE_6 spare 1

S_A1_T3FAN_P-LS Transformer 3 Loss Of Fan Power 1

S_A1_T3TC_P-LS Transformer 3 Loss Of Tap Changer Power 1

S_A1_T3_P_RISE Transformer 3 Rapid Pressure Rise Relay 1

S_A1_T4FAN_P-LS Transformer 4 Loss Of Fan Power 1

S_A1_T4TC_P-LS Transformer 4 Loss Of Tap Changer Power 1

S_A1_T4_P_RISE Transformer 4 Rapid Pressure Rise Relay 1

S_A1_AC1_L1_LOS AC Bus 1 - L1 Line loss 1

S_A1_AC1_L2_LOS AC Bus 1 - L2 Line loss 1

S_A1_SPARE_7 Spare 1

S_A1_SPARE_8 Spare 1

S_A1_SPARE_9 Spare 1

S_A1_SPARE_10 Spare 1

S_A1_SPARE_11 Spare 1

S_A1_SPARE_12 Spare 1

S_A1_AC2_L1_LOS AC Bus 2 - L1 Line loss 1

S_A1_AC2_L2_LOS AC Bus 2 - L2 Line loss 1

S_A1_IED IED COMMUNICATION STATUS 1

S_A2_T5_P_RISE Transformer 5 Sudden Pressure Rapid Pressure Rise Relay 1

S_A2_SPARE_1 Spare 1

S_A2_T5LTC_P-RL Transformer 5 LTC Pressure Relief 1 163

ADDENDUM C: NEWARK MAIN SUB POINT LIST_9-5-19 g. Annuciators 1-2-3

Page 166: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

S_A2_T5_TMP_HS1 Transformer 5 49T Hot Spot Winding Temperature 115° C 1

S_A2_T5_TMP_LIQ Transformer 5 26T Liquid Temperature 80° C 1

S_A2_T5TNK_L-LQ Transformer 5 71L1 Tank Low Liquid Level 1

S_A2_T5LTC_L-LQ Transformer 5 71L2 Low Liquid Level LTC 1

S_A2_T5_P-RL Transformer 5 63PR Pressure Relief 1

S_A2_T5CYL2_P1 Transformer 5 63NS No 2 Cylinder < 200 PSI 1

S_A2_T5TNK_P-HI Transformer 5 63NS High Tank Pressure > 5.0 PSI 1

S_A2_T5TNK_P-LO Transformer 5 63NS Low Tank Pressure < 0.0 PSI 1

S_A2_CB136_P-L1 Circuit Breaker 136 Alarm 63G Low SF6 Pressure 1

S_A2_CB136_P-L2 Circuit Breaker 136 Alarm 63Y Low SF6 Cutout 1

S_A2_T5DIF Transformer 5 Differential 1

S_A2_T5DIF_BU Transformer 5 Back-up Differential 1

S_A2_CB136_OPEN CB 136 Open 1

S_A2_CB10_OPEN CB10 Open 1

S_A2_T5BUS_DIF Bus T5 Differential 1

S_A2_CB11_L-OUT Circuit Breaker 11 Lockout 1

S_A2_CB12_L-OUT Circuit Breaker 12 Lockout 1

S_A2_CB13_L-OUT Circuit Breaker 13 Lockout 1

S_A2_CB14_L-OUT Circuit Breaker 14 Lockout 1

S_A2_CB15_L-OUT Circuit Breaker 15 Lockout 1

S_A2_T5_TMP_HS2 Transformer 5 49T Hot Spot Winding Temperature 125° C 1

S_A2_SMP_OIL-DT Transformer Sump Oil Detect 1

S_A2_SMP_W-LV Transformer Sump High Water Level 1

S_A2_SPARE_2 Spare 1

S_A2_SPARE_3 Spare 1

S_A2_SPARE_4 Spare 1

S_A2_SPARE_5 Spare 1

S_A2_IED IED COMMUNICATION STATUS 1

S_A3_DC_TDIF_F Loss of DC Transformer Differential Front Line 1

S_A3_DC_TDIF_BU Loss of DC Transformer Differential Back-Up 1

S_A3_DC_BUS_DIF Loss of DC Bus Differential 1

S_A3_DC_CB136_C Loss of DC Close Circuit Breaker 136 1

S_A3_DC_CB136_T Loss of DC Trip Circuit Breaker 136 1

S_A3_DC_CB10_C Loss of DC Close Circuit Breaker 10 1

S_A3_DC_CB10_T Loss of DC Trip Circuit Breaker 10 1

S_A3_DC_CB11_C Loss of DC Close Circuit Breaker 11 1

S_A3_DC_CB11_T Loss of DC Trip Circuit Breaker 11 1

S_A3_DC_CB12_C Loss of DC Close Circuit Breaker 12 1

S_A3_DC_CB12_T Loss of DC Trip Circuit Breaker 12 1

S_A3_DC_CB13_C Loss of DC Close Circuit Breaker 13 1

S_A3_DC_CB13_T Loss of DC Trip Circuit Breaker 13 1

S_A3_DC_CB14_C Loss of DC Close Circuit Breaker 14 1

S_A3_DC_CB14_T Loss of DC Trip Circuit Breaker 14 1

S_A3_DC_CB15_C Loss of DC Close Circuit Breaker 15 1

S_A3_DC_CB15_T Loss of DC Trip Circuit Breaker 15 1

S_A3_CHGR_RCT_F Battery Charger Rectifier Fail 1

S_A3_CHGR_HI_DC Battery Charger High DC Voltage 1 164

Page 167: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

S_A3_CHGR_LO_DC Battery Charger Low DC Voltage 1

S_A3_CHGR_G-FLT Battery Charger Ground Fault 1

S_A3_CHGR_AC-FL Battery Charger AC Fail 1

S_A3_DPU_RLYFAIL DPU Replay Failure 1

S_A3_SPARE_2 Spare 1

S_A3_SPARE_3 Spare 1

S_A3_SPARE_4 Spare 1

S_A3_SPARE_5 Spare 1

S_A3_SPARE_6 Spare 1

S_A3_SPARE_7 Spare 1

S_A3_SPARE_8 Spare 1

C_A1_ACK Acknowledge Annunciator 1 1

C_A1_RESET Reset Annunciator 1 1

C_A2_ACK Acknowledge Annunciator 2 1

C_A2_RESET Reset Annunciator 2 1

C_A3_ACK Acknowledge Annunciator 3 1

C_A3_RESET Reset Annunciator 3 1

S_A3_IED IED COMMUNICATION STATUS 1

S_ESOE Extended Sequence of Events Data Overflow 1

COMBINED_S_ALRM COMBINED_S_ALRM - Group Alarms 1

COMBINED_S_TGT COMBINED_S_TGT - Group Alarms 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 1

ABNORMAL Abnormal value 1

RED_FLAG Red Flag -annunciator and faults - see group alarms 1

GREEN_FLAG Green Flag -recloser off - see group alarms 1

YELLOW_FLAG Yellow Flag -if block auto or com failure - see group alarms 1

165

Page 168: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

Point Name Point DescriptionVirtual Device

COMBINED_S_ALRM COMBINED_S_ALRM - Group Alarms 1

COMBINED_S_TGT COMBINED_S_TGT - Group Alarms 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 1

ABNORMAL Abnormal value 1

S_AUTO_MAN_SWTCH DI - 0 = Manual 1 = Auto 1

S_V-RED_ON-OFF DI - 0 = V Red OFF 1 = V Red ON 1

S_AUTO_BLKD_SCADA DI - 0 = Not Blocked 1 = Auto Blocked 1

C_BAND_CTR AO - Band Ctr Control 1

C_BAND_WIDTH AO - Band Width Control 1

C_V-RED_PCNT AO - V Red Percentage 1

C_RAISELOWER_1_TAP DO - Latch On = Raise 1 Tap = 1 1

C_BLOCK_AUTO DO - Latch On = Block = 1 Latch Off = Unblock = 0 1

C_ENABLE_V-RED DO - Latch On = Enable VR = 1 Latch Off = Disable VR = 0 1

A_V_SECONDARY AI - V Secondary 1

A_OP_CTR_1000 AI - Operation counter in 1000s 1

A_OP_CTR_1 AI - Operation counter in 1s 1

A_BAND_CTR AI - Band Ctr 1

A_BAND_WIDTH AI - Band Width 1

A_V-RED_PCNT AI - V Red Percentage 1

S_IED IED Comm Status-Tap T3 (2001-D) 1

S_AUTO_MAN_SWTCH DI - 0 = Manual 1 = Auto 2

S_V-RED_ON-OFF DI - 0 = V Red OFF 1 = V Red ON 2

S_AUTO_BLKD_SCADA DI - 0 = Not Blocked 1 = Auto Blocked 2

C_BAND_CTR AO - Band Ctr Control 2

C_BAND_WIDTH AO - Band Width Control 2

C_V-RED_PCNT AO - V Red Percentage 2

C_RAISELOWER_1_TAP DO - Latch On = Raise 1 Tap = 1 2

C_BLOCK_AUTO DO - Latch On = Block = 1 Latch Off = Unblock = 0 2

C_ENABLE_V-RED DO - Latch On = Enable VR = 1 Latch Off = Disable VR = 0 2

A_V_SECONDARY AI - V Secondary 2

A_OP_CTR_1000 AI - Operation counter in 1000s 2

A_OP_CTR_1 AI - Operation counter in 1s 2

A_BAND_CTR AI - Band Ctr 2

A_BAND_WIDTH AI - Band Width 2

A_V-RED_PCNT AI - V Red Percentage 2

S_IED IED Comm Status-Tap T4 (2001-D) 2

S_AUTO_MAN_SWTCH DI - 0 = Manual 1 = Auto 3

S_V-RED_ON-OFF DI - 0 = V Red OFF 1 = V Red ON 3

S_AUTO_BLKD_SCADA DI - 0 = Not Blocked 1 = Auto Blocked 3

C_BAND_CTR AO - Band Ctr Control 3

C_BAND_WIDTH AO - Band Width Control 3

C_V-RED_PCNT AO - V Red Percentage 3 166

ADDENDUM C: NEWARK MAIN SUB POINT LIST_9-5-19 h. Tap Changer 3-4-5

Page 169: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

C_RAISELOWER_1_TAP DO - Latch On = Raise 1 Tap = 1 3

C_BLOCK_AUTO DO - Latch On = Block = 1 Latch Off = Unblock = 0 3

C_ENABLE_V-RED DO - Latch On = Enable VR = 1 Latch Off = Disable VR = 0 3

A_V_SECONDARY AI - V Secondary 3

A_OP_CTR_1000 AI - Operation counter in 1000s 3

A_OP_CTR_1 AI - Operation counter in 1s 3

A_BAND_CTR AI - Band Ctr 3

A_BAND_WIDTH AI - Band Width 3

A_V-RED_PCNT AI - V Red Percentage 3

S_IED IED Comm Status-Tap T5 (2001-D) 3

RED_FLAG Red Flag -annunciator and faults - see group alarms 1

GREEN_FLAG Green Flag -recloser off - see group alarms 1

YELLOW_FLAG Yellow Flag -if block auto or com failure - see group alarms 1

167

Page 170: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

ADDENDUM D: NEWARK TYP DISTR SUB POINT LIST_9-5-19a. Typ CB and TR

Virtual Device 1 Typ CB

Virtual Device 2 Typ Transformer Meter

Notes:

1. Refer to Dwg E533-3 and Substation List spreadsheet for quantities.

2. Virtual Device 1 would be typical for every circuit breakers listed and shown.

3. Virtual Device 2 would be typical for every transformer listed and shown.

3. Point names and descriptions are typical and may not represent actual

designation. Coordinate exact point count, name and description with Owner.

4. Refer to separate Kershaw spreadhseet for point list associated with Kershaw substation.

Point Name Point DescriptionVirtual Device

IN6_S IN6_S 1

OC_S DPU - BREAKER OPEN=0 CLOSE=1 STAT 1

IN8_S IN8_S 1

43A_S DPU - RECLOSING ON=1 OFF=0 FUNCTION STATUS 1

IN2_S IN2_S 1

RCLOSE_S DPU - PANEL RECLOSE ON=1 OFF=0 FUNCTION STATUS 1

IN4_S IN4_S 1

IN5_S IN5_S 1

AT_S A PHASE TARGET YES=1 NO=0 STATUS 1

BT_S B PHASE TARGET YES=1 NO=0 STATUS 1

CT_S C PHASE TARGET YES=1 NO=0 STATUS 1

NT_S N PHASE TARGET YES=1 NO=0 STATUS 1

RCLOSER_LOCKOUT DPU - Recloser lockout alarm (79LOA) 1

PICKUP_ALM DPU - Pickup alarm (PUA) 1

FUSE_FAILURE DPU - Blown fuse alarm (BFUA) 1

ALARM DPU - In alarm (Alarm) 1

RECLOSE_DISABLED DPU - Recloser disabled alarm (79DA) 1

FREQ_SHED DPU - Frequency Shed first stage (81S-1*) 1

TRIP_C TRIP CMD 1

CLOSE_C CLOSE CMD 1

NXT_F_C READH NEXT FAULT RECORD CMD 1

RST_T_C RESET ALARMS AND TARGETS CMD 1

RECL_C RECLOSING ON AND OFF CONTROL 1

RECLOF_C RECLOSING ON AND OFF CONTROL 1

RST_PDM_C RESET PEAK DEMAND CONTROL 1

DPU_TIMESYNC_C DPU Control to write the current IGIN date and time to the DPU 1

DPU_READTIME_C DPU Control to read current date and time from the DPU 1

AI_A A PHASE CURRENT VALUE 1

BI_A B PHASE CURRENT VALUE 1

CI_A C PHASE CURRENT VALUE 1

NI_A NEUTRAL CURRENT VALUE 1 168

Page 171: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

AKV_A A PHASE KV VALUE 1

BKV_A B PHASE KV VALUE 1

CKV_A C PHASE KV VALUE 1

PF_A POWER FACTOR VALUE 1

PFLL_A POWER FACTOR LEADING=0 LAGGING=1 VALUE 1

FCNT_A FAULT COUNTS OR NUMBER OF FAULT RECORDS VALUE 1

FDST_A DISTANT TO FAULT VALUE 1

AIF_A A PHASE FAULT VALUE 1

BIF_A B PHASE FAULT VALUE 1

CIF_A C PHASE FAULT VALUE 1

YTF_A YEAR FAULT TIME VALUE 1

MTF_A MONTH FAULT TIME VALUE 1

DTF_A DAY FAULT TIME VALUE 1

HTF_A HOUR FAULT TIME VALUE 1

MMTF_A MINUTE FAULT TIME VALUE 1

STF_A SECOND FAULT TIME VALUE 1

MSTF_A MILLISECOND TIME VALUE 1

PDM_IA_A A PHASE PEAK DEMAND 1

PDM_IB_A B PHASE PEAK DEMAND 1

PDM_IC_A C PHASE PEAK DEMAND 1

S_IED IED COMMUNICATION STATUS 1

A_AZV A PHASE VOLTAGE 2

A_BZV B PHASE VOLTAGE 2

A_CZV C PHASE VOLTAGE 2

A_AZI A PHASE CURRENT 2

A_BZI B PHASE CURRENT 2

A_CZI C PHASE CURRENT 2

A_AZW A PHASE WATTS 2

A_BZW B PHASE WATTS 2

A_CZW C PHASE WATTS 2

A_3ZW 3 PHASE WATTS 2

A_AZVA A PHASE VA 2

A_BZVA B PHASE VA 2

A_CZVA C PHASE VA 2

A_3ZVA 3 PHASE VA 2

A_AZVAR A PHASE VAR 2

A_BZVAR B PHASE VAR 2

A_CZVAR C PHASE VAR 2

A_3ZVAR 3 PHASE VAR 2

A_AZPF A PHASE POWER FACTOR 2

A_BZPF B PHASE POWER FACTOR 2

A_CZPF C PHASE POWER FACTOR 2

A_3ZPF 3 PHASE POWER FACTOR 2

A_AZPF_AGL A PHASE POWER FACTOR ANGLE 2

A_BZPF_AGL B PHASE POWER FACTOR ANGLE 2

A_CZPF_AGL C PHASE POWER FACTOR ANGLE 2

A_3ZPF_AGL 3 PHASE POWER FACTOR ANGLE 2 169

Page 172: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

S_IED IED COMMUNICATION STATUS 2

S_ESOE Extended Sequence of Events Data Overflow 1

AKVAR_HI-MID_A A PHASE KVAR High & Mid Bytes 1

AKVAR_LO_A A PHASE KVAR Low Bytes 1

BKVAR_HI-MID_A B PHASE KVAR High & Mid Bytes 1

BKVAR_LO_A B PHASE KVAR Low Bytes 1

CKVAR_HI-MID_A C PHASE KVAR High & Mid Bytes 1

CKVAR_LO_A C PHASE KVAR Low Bytes 1

3KVAR_HI-MID_A 3 PHASE KVAR High & Mid Bytes 1

3KVAR_LO_A 3 PHASE KVAR Low Bytes 1

CALC_AKVAR A PHASE KVAR - Calculated 1

CALC_BKVAR B PHASE KVAR - Calculated 1

CALC_CKVAR C PHASE KVAR - Calculated 1

CALC_3KVAR 3 PHASE KVAR - Calculated 1

CALC_KVAR_DIFF Difference between Max & Min KVAR - Calculated 1

CALC_AZPF_SGN A PHASE Power Factor Sign - Calculated 2

CALC_BZPF_SGN B PHASE Power Factor Sign - Calculated 2

CALC_CZPF_SGN C PHASE Power Factor Sign - Calculated 2

CALC_3ZPF_SGN 3 PHASE Power Factor Sign - Calculated 2

CALC_AZPF_AGL A PHASE Angle - Calculated 2

CALC_BZPF_AGL B PHASE Angle - Calculated 2

CALC_CZPF_AGL C PHASE Angle - Calculated 2

CALC_AGL_DIFF Difference between Max & Min PF Angle - Calculated 2

COMBINED_S_ALRM COMBINED_S_ALRM - Group Alarms 1

COMBINED_S_TGT COMBINED_S_TGT - Group Alarms 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 1

ABNORMAL Abnormal value 1

CALC_AKW DPU - A PHASE KW - Calculated 1

CALC_BKW DPU - B PHASE KW - Calculated 1

CALC_CKW DPU - C PHASE KW - Calculated 1

CALC_3KW DPU - 3 PHASE KW - Calculated 1

CALC_AKVA DPU - A PHASE KVA - Calculated 1

CALC_BKVA DPU - B PHASE KVA - Calculated 1

CALC_CKVA DPU - C PHASE KVA - Calculated 1

CALC_3KVA DPU - 3 PHASE KVA - Calculated 1

CALC_AKVA-PEAK DPU - A PHASE KVA-PEAK - Calculated 1

CALC_BKVA-PEAK DPU - B PHASE KVA-PEAK - Calculated 1

CALC_CKVA-PEAK DPU - C PHASE KVA-PEAK - Calculated 1

CALC_3KVA-PEAK DPU - 3 PHASE KVA-PEAK - Calculated 1

ALT1_S DPU - RECLOSING ON=0 OFF=1 FUNCTION STATUS 1

AKW_HI-MID_A DPU - A PHASE KW High & Mid Bytes 1

AKW_LO_A DPU - A PHASE KW Low Bytes 1

BKW_HI-MID_A DPU - B PHASE KW High & Mid Bytes 1

BKW_LO_A DPU - B PHASE KW Low Bytes 1

CKW_HI-MID_A DPU - C PHASE KW High & Mid Bytes 1

CKW_LO_A DPU - C PHASE KW Low Bytes 1

3KW_HI-MID_A DPU - 3 PHASE KW High & Mid Bytes 1 170

Page 173: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

3KW_LO_A DPU - 3 PHASE KW Low Bytes 1

DPU_HOUR DPU Clock - Hour 1

DPU_MIN DPU Clock - Minute 1

DPU_SEC DPU Clock - Seconds 1

DPU_DAY DPU Calendar - Day 1

DPU_MONTH DPU Calendar - Month 1

DPU_YEAR DPU Calendar - Year 1

171

Page 174: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

ADDENDUM D: NEWARK TYP DISTR SUB POINT LIST_9-5-19b. Typ Annunc

Virtual Device 1 Typ Annunciator

Notes:

1. Refer to Dwg E533-3 and Substation List spreadsheet for quantities.

2. Virtual 1 would be typical for every substation (1 per substation - 8 total, excluding Kershaw))

3. Point names and descriptions are typical and may not represent actual

designation. Coordinate exact point count, name and description with Owner.

4. Refer to separate Kershaw spreadhseet for point list associated with Kershaw substation.

Point Name Point DescriptionVirtual Device

S_A1_T3_NITRGEN Transformer 3 Nitrogen Alarm 1

S_A1_T3_PRESS Transformer 3 Pressure Alarm 1

S_A1_T3_OIL_LVL Transformer 3 Oil Level Alarm 1

S_A1_T3_TMP_TO Transformer 3 26 Main Tank Top Oil Temperature 1

S_A1_T3_TMP_HS Transformer 3 49 Main Tank Hot Spot 1

S_A1_CB138_PRES Circuit Breaker 138 (Feeds T4) 1

S_A1_R-HS_SMOKE Relay House Smoke Detector 1

S_A1_R-HS_T_HI Relay House High Temperature 1

S_A1_R-HS_T_LO Relay House Low Temperature 1

S_A1_HYD_PRES_35KV Hydraulic Press 35kV 1

S_A1_T4_NITRGEN Transformer 4 Nitrogen Alarm 1

S_A1_T4_PRESS Transformer 4 Pressure Alarm 1

S_A1_T4_OIL_LVL Transformer 4 Oil Level Alarm 1

S_A1_T4_TMP_TO Transformer 4 26 Main Tank Top Oil Temperature 1

S_A1_T4_TMP_HS Transformer 4 49 Main Tank Hot Spot 1

S_A1_SPARE_2 Spare 1

S_A1_SPARE_3 Spare 1

S_A1_SPARE_4 Spare 1

S_A1_DC_CHG_OUT DC Charger Current Output 1

S_A1_SPARE_5 spare 1

S_A1_DC_CHG_IN DC Charger AC Input 1

S_A1_SPARE_6 spare 1

S_A1_T3FAN_P-LS Transformer 3 Loss Of Fan Power 1

S_A1_T3TC_P-LS Transformer 3 Loss Of Tap Changer Power 1

S_A1_T3_P_RISE Transformer 3 Rapid Pressure Rise Relay 1

S_A1_T4FAN_P-LS Transformer 4 Loss Of Fan Power 1

S_A1_T4TC_P-LS Transformer 4 Loss Of Tap Changer Power 1

S_A1_T4_P_RISE Transformer 4 Rapid Pressure Rise Relay 1

S_A1_AC1_L1_LOS AC Bus 1 - L1 Line loss 1

S_A1_AC1_L2_LOS AC Bus 1 - L2 Line loss 1

S_A1_SPARE_7 Spare 1

S_A1_SPARE_8 Spare 1

S_A1_SPARE_9 Spare 1 172

Page 175: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

S_A1_SPARE_10 Spare 1

S_A1_SPARE_11 Spare 1

S_A1_SPARE_12 Spare 1

S_A1_AC2_L1_LOS AC Bus 2 - L1 Line loss 1

S_A1_AC2_L2_LOS AC Bus 2 - L2 Line loss 1

S_A1_IED IED COMMUNICATION STATUS 1

S_A2_T5_P_RISE Transformer 5 Sudden Pressure Rapid Pressure Rise Relay 1

S_A2_SPARE_1 Spare 1

S_A2_T5LTC_P-RL Transformer 5 LTC Pressure Relief 1

S_A2_T5_TMP_HS1 Transformer 5 49T Hot Spot Winding Temperature 115° C 1

S_A2_T5_TMP_LIQ Transformer 5 26T Liquid Temperature 80° C 1

S_A2_T5TNK_L-LQ Transformer 5 71L1 Tank Low Liquid Level 1

S_A2_T5LTC_L-LQ Transformer 5 71L2 Low Liquid Level LTC 1

S_A2_T5_P-RL Transformer 5 63PR Pressure Relief 1

S_A2_T5CYL2_P1 Transformer 5 63NS No 2 Cylinder < 200 PSI 1

S_A2_T5TNK_P-HI Transformer 5 63NS High Tank Pressure > 5.0 PSI 1

S_A2_T5TNK_P-LO Transformer 5 63NS Low Tank Pressure < 0.0 PSI 1

S_A2_CB136_P-L1 Circuit Breaker 136 Alarm 63G Low SF6 Pressure 1

S_A2_CB136_P-L2 Circuit Breaker 136 Alarm 63Y Low SF6 Cutout 1

S_A2_T5DIF Transformer 5 Differential 1

S_A2_T5DIF_BU Transformer 5 Back-up Differential 1

S_A2_CB136_OPEN CB 136 Open 1

S_A2_CB10_OPEN CB10 Open 1

S_A2_T5BUS_DIF Bus T5 Differential 1

S_A2_CB11_L-OUT Circuit Breaker 11 Lockout 1

S_A2_CB12_L-OUT Circuit Breaker 12 Lockout 1

S_A2_CB13_L-OUT Circuit Breaker 13 Lockout 1

S_A2_CB14_L-OUT Circuit Breaker 14 Lockout 1

S_A2_CB15_L-OUT Circuit Breaker 15 Lockout 1

S_A2_T5_TMP_HS2 Transformer 5 49T Hot Spot Winding Temperature 125° C 1

S_A2_SMP_OIL-DT Transformer Sump Oil Detect 1

S_A2_SMP_W-LV Transformer Sump High Water Level 1

S_A2_SPARE_2 Spare 1

S_A2_SPARE_3 Spare 1

S_A2_SPARE_4 Spare 1

S_A2_SPARE_5 Spare 1

S_A2_IED IED COMMUNICATION STATUS 1

S_A3_DC_TDIF_F Loss of DC Transformer Differential Front Line 1

S_A3_DC_TDIF_BU Loss of DC Transformer Differential Back-Up 1

S_A3_DC_BUS_DIF Loss of DC Bus Differential 1

S_A3_DC_CB136_C Loss of DC Close Circuit Breaker 136 1

S_A3_DC_CB136_T Loss of DC Trip Circuit Breaker 136 1

S_A3_DC_CB10_C Loss of DC Close Circuit Breaker 10 1

S_A3_DC_CB10_T Loss of DC Trip Circuit Breaker 10 1

S_A3_DC_CB11_C Loss of DC Close Circuit Breaker 11 1

S_A3_DC_CB11_T Loss of DC Trip Circuit Breaker 11 1

S_A3_DC_CB12_C Loss of DC Close Circuit Breaker 12 1 173

Page 176: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

S_A3_DC_CB12_T Loss of DC Trip Circuit Breaker 12 1

S_A3_DC_CB13_C Loss of DC Close Circuit Breaker 13 1

S_A3_DC_CB13_T Loss of DC Trip Circuit Breaker 13 1

S_A3_DC_CB14_C Loss of DC Close Circuit Breaker 14 1

S_A3_DC_CB14_T Loss of DC Trip Circuit Breaker 14 1

S_A3_DC_CB15_C Loss of DC Close Circuit Breaker 15 1

S_A3_DC_CB15_T Loss of DC Trip Circuit Breaker 15 1

S_A3_CHGR_RCT_F Battery Charger Rectifier Fail 1

S_A3_CHGR_HI_DC Battery Charger High DC Voltage 1

S_A3_CHGR_LO_DC Battery Charger Low DC Voltage 1

S_A3_CHGR_G-FLT Battery Charger Ground Fault 1

S_A3_CHGR_AC-FL Battery Charger AC Fail 1

S_A3_DPU_RLYFAIL DPU Replay Failure 1

S_A3_SPARE_2 Spare 1

S_A3_SPARE_3 Spare 1

S_A3_SPARE_4 Spare 1

S_A3_SPARE_5 Spare 1

S_A3_SPARE_6 Spare 1

S_A3_SPARE_7 Spare 1

S_A3_SPARE_8 Spare 1

C_A1_ACK Acknowledge Annunciator 1 1

C_A1_RESET Reset Annunciator 1 1

C_A2_ACK Acknowledge Annunciator 2 1

C_A2_RESET Reset Annunciator 2 1

C_A3_ACK Acknowledge Annunciator 3 1

C_A3_RESET Reset Annunciator 3 1

S_A3_IED IED COMMUNICATION STATUS 1

S_ESOE Extended Sequence of Events Data Overflow 1

COMBINED_S_ALRM COMBINED_S_ALRM - Group Alarms 1

COMBINED_S_TGT COMBINED_S_TGT - Group Alarms 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 1

ABNORMAL Abnormal value 1

RED_FLAG Red Flag -annunciator and faults - see group alarms 1

GREEN_FLAG Green Flag -recloser off - see group alarms 1

YELLOW_FLAG Yellow Flag -if block auto or com failure - see group alarms 1

174

Page 177: BIDDER BID SECURITY CITY OF NEWARK CONTRACT NO. 19-13

ADDENDUM D: NEWARK TYP DISTR SUB POINT LIST_9-5-19c. Typ Tapchanger

Virtual Device 1 Typ Tapchanger

Notes:

Point Name Point DescriptionVirtual Device

COMBINED_S_ALRM COMBINED_S_ALRM - Group Alarms 1

COMBINED_S_TGT COMBINED_S_TGT - Group Alarms 1

RTU_S_COMM Tag for device COMM failure (White text on HMI) 1

ABNORMAL Abnormal value 1

S_AUTO_MAN_SWTCH DI - 0 = Manual 1 = Auto 1

S_V-RED_ON-OFF DI - 0 = V Red OFF 1 = V Red ON 1

S_AUTO_BLKD_SCADA DI - 0 = Not Blocked 1 = Auto Blocked 1

C_BAND_CTR AO - Band Ctr Control 1

C_BAND_WIDTH AO - Band Width Control 1

C_V-RED_PCNT AO - V Red Percentage 1

C_RAISELOWER_1_TAP DO - Latch On = Raise 1 Tap = 1 1

C_BLOCK_AUTO DO - Latch On = Block = 1 Latch Off = Unblock = 0 1

C_ENABLE_V-RED DO - Latch On = Enable VR = 1 Latch Off = Disable VR = 0 1

A_V_SECONDARY AI - V Secondary 1

A_OP_CTR_1000 AI - Operation counter in 1000s 1

A_OP_CTR_1 AI - Operation counter in 1s 1

A_BAND_CTR AI - Band Ctr 1

A_BAND_WIDTH AI - Band Width 1

A_V-RED_PCNT AI - V Red Percentage 1

S_IED IED Comm Status-Tap T3 (2001-D) 1

RED_FLAG Red Flag -annunciator and faults - see group alarms 1

GREEN_FLAG Green Flag -recloser off - see group alarms 1

YELLOW_FLAG Yellow Flag -if block auto or com failure - see group alarms 1

175

1. Refer to Dwg E533-3 and Substation List spreadsheet for quantities.

2. Virtual 1 would be typical for every transformer listed and shown.

3. Point names and descriptions are typical and may not represent actual

designation. Coordinate exact point count, name and description with Owner.

4. Refer to separate Kershaw spreadhseet for point list associated with Kershaw substation.