Loading...
HomeMy WebLinkAboutContract 54940 CSC No.54940 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("City"), and Arcadis U.S., Inc. authorized to do business in Texas ("Consultant"), for a PROJECT generally described as: City of Fort Worth Water SCADA System Replacement Support. Article I Scope of Services (1) Consultant hereby agrees to perform the professional services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with Water SCADA System Replacement Support Project. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated an amount up to $548,797.00 in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. Article III Term Unless terminated pursuant to Article VIII herein, this Agreement shall be for a term beginning on the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. City of Fort Worth,Texas Standard Agreement for Professional Services OFFICIAL RECORD Revision Dale:11.07.17 Page 1 of s CITY SECRETARY FT. WORTH, TX Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) THE CONSULTANT, AT NO COST TO THE CITY, AGREES TO DEFEND, INDEMNIFY AND HOLD THE CITY, ITS OFFICERS, AGENTS SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY) OR SUBCONTRACTORS, RELATED TO THE PERFORMANCE OR NON- PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 2 of 8 Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be attached to this Agreement prior to its execution. c. Any failure on part of the City to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 3 of 8 i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article VIII Termination of Contract (1) a. City may terminate this Agreement for its convenience on 30 days' written notice to Consultant. b. Either the City or the Consultant, for cause, may terminate this Agreement if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) If City chooses to terminate this Agreement, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article II of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 4 of 8 Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's Business Diversity goals (Chapter 20, Article X of the City's Code of Ordinances a/k/a Ordinance No. 20020-12-2011, as amended), the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 5 of 8 ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article XII Immigration Nationality Act Consultant shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Consultant shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Consultant shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Consultant employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant, shall have the right to immediately terminate this Agreement for violations of this provision by Consultant. Article XIII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIV Contract Construction The parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. Article XV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 6 of 8 any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XVI Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Alexander Pierce Engineering Manager Water Department 1000 Throckmorton Street Fort Worth, Texas 76102 Consultant: Arcadis U.S., Inc. Attn: Benjamin Kuhnel 12400 Coit Road, Suite 1200 Dallas, Texas 75251 Article XVII Prohibition On Contracts With Companies Boycotting Israel Consultant acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Article XVIII Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement Article XIX Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:11.07.17 Page 7 of 8 The following attachments and schedules are hereby made a part of this Agreement: Attachment A-Scope of Services Attachment B- Compensation Attachment C- Project Schedule Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager- BY: BY: CITY OF FORT WORTH ARCADIS U.S., INC. bay 8cW30 d�f Dana Bur�do8( v30,2 10:1T CS-0 Dana Burghdoff Benjamin Kuhnel, E Assistant City Manager Associate Vice President Date: Nov 30,2020 Date: APPROVAL RECOMMENDED: By: Christopher Hard (Nov30,202007:53CST) Chris Harder, P.E. Director, Water Department Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Form 1295 No. 2020-679939 11/23/2020 M&C No.: 20-0833 �doo 0���� Alexander Pierce ff r OFoF o000 Engineering Manager M&C Date: 11/10/20 FfA.0 °oo��d P�o o.l d APPROVED AS TO FORM AND dv o o=� LEGALITY ATTEST: ���'�° *�d 0000000 LO &7-�t3y#O0 2 a��>Z TEX ASaab� By:ChristaR.Lopez-Reynotd (Nov30,2020 :15C5� r Ronald P.Gonzales(Nov 30,202011' ST) 7 Christa Reynolds Mary J. Kayser Senior Assistant City Attorney City Secretary City of Fart Worth,Texas Standard Agreement for Professlonal Services Revision Date:11.07.17 Page 8 of 8 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 ATTACHMENT A - SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.: 103086 The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. Background The existing Water Distribution SCADA System is a proprietary HSQ system initially installed in 1987 and upgraded in 1991 that has been expanded and updated as the Water Distribution System has expanded. The Water Distribution SCADA System control room, radio communication equipment and master server(s) are located in a dedicated building (SCADA Building) at the South Holly Water Treatment Plant. The SCADA System uses five multiple address 900 MHz radio frequencies to communicate with the remote water distribution facilities. Communication with water treatment plants is through redundant T1 leased lines. At the plant sites, three different HMI platforms are utilized (HSQ-Miser, GE Cimplicity, and Allen Bradley Factory Talk), all of which report to a top-end HMI (HSQ-Miser). The HSQ Miser system has proven to be a reliable platform for Fort Worth for many years, and Fort Worth has not had any issues utilizing non- proprietary PLCs communicating over the T1 network. The Fort Worth Water System has over 3300 miles of water lines and the SCADA system controls 7 high service pump station (at the water treatment plants), 21 booster pump stations, 29 ground and elevated water storage tanks, and can operate the North & South Holly Water Treatment Plants. The system also monitors the other (3) water treatment plants, 3 raw water pump stations, wholesale water meters for the 35 wholesale customers (78-meter stations), and 34 sanitary sewer lift stations. WORK TO BE PERFORMED Task 1.0. Project Management Services Task 2.0 SCADA Feasibility Assessment and Data Review Task 3.0 IT and OT Integration Conceptual Design Task 4.0 FWWD SCADA System Familiarization Workshops Task 5.0 PLC Programming Standards Task 6.0 HMI Programming Standards Task 7.0 Bridging Document Preparation and Request for Proposal Development Task 8.0 Design Build Agreement Preparation Task 9.0 Bidding Services Task 10.0 Additional Services (Not Currently Included in Fee) City of Fort Worth,Texas Attachment A PMO Release Date:07.23.2012 Page 1 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 TASK 1.0 PROJECT MANAGEMENT SERVICES 1.1 Arcadis will administer, manage and coordinate Request for Proposal (RFP) development services for the Fort Worth SCADA replacement project. Project management will occur on a daily basis throughout the duration of the project. Arcadis will review management information, progress reports, project requirements and provide management actions needed to maintain budgets and schedules, as well as maintain the highest standard of quality for all work. 1.2 All work performed by subconsultants will be coordinated, administered and reviewed byArcadis. All deliverables and any other project documents prepared by subconsultants will be submitted through Arcadis. 1.3 Arcadis will prepare an overall project schedule detailing work activity, sequence of events, milestones, starting and completion dates, and personnel allocations for all work elements within this Scope of Services. Within the work schedule, provide five (5) working days for City of Fort Worth review of each submission of deliverables. 1.4 Arcadis will prepare and submit monthly invoices. Payment will be made at the task level. Invoices will also show the costs paid to-date and the funds remaining for each task and for each consultant and contract total. 1.5 Arcadis will prepare for, attend, and report on biweekly progress meetings, including a project kick-off meeting at the start of the contract, with FWWD. Project kick-off meeting and biweekly progress meetings will be held remotely. At the request of FWWD, only the Arcadis Project Manager will be required in these meetings. Arcadis will submit a copy of each meeting agenda at least two (2) working days prior to the biweekly meeting; prepare meeting minutes and submit a draft to FWWD within three (3) working days of the meeting; and incorporate the comments received into the meeting minutes prior to submission of the final form. As requested, 24 hours has been allocated to this sub-task. 1.6 Arcadis will subcontract with Signature Automation which will provide services as listed herein. For Signature Automation, this task consists of clerical, accounting, coordination, supervision of the project team, and overall quality management so that the project milestones and deliverables meet schedule and budgetary constraints. The initial invoice will include the costs for preparatory planning, coordination, scheduling, and accounting required to initiate the work. Signature Automation will attend and participate in the project kickoff meeting that will be facilitated by Arcadis. Additionally, Signature Automation anticipates attendance at up to two (2) additional coordination meetings with Arcadis and FWWD. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 2 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 TASK 2.0 SCADA Feasibility Assessment and Data Review 2.1 Arcadis and its subcontractors will review the SCADA System Evaluation and Alternatives Report developed by CDM Smith dated January 2020. The objective of this review is to gain familiarity with the assessment previously provided by CDM Smith and to gain an understanding of the current state of the SCADA systems. Multiple members of Arcadis team, including subcontractors, will be completely familiarized with the report in its entirety while others will only need to familiarize with some sections as needed. 2.2 Signature Automation will request additional information from FWWD to aid in developing the HMI and PLC standards. This will include at a minimum: A. Sample PLC programs for commonly used control schemes. B. Sample graphics from each facility. Upon receipt of this additional information, Signature Automation will review to gain additional insight into the current state of the system. Signature Automation will capture relevant information from these reviews to aid in the discussions during the subsequent tasks. TASK 3.0 IT AND OT INTEGRATION CONCEPTUAL DESIGN 3.1 Arcadis will prepare for, attend, and report on two two-hour Cyber-security meetings with FWWD's SCADA and IT departments. Arcadis will subcontract with a Cyber- security firm, VirtualArmor, that will attend the meetings and provide advice on best practices for industrial networks including SSL and AES-128 encryption for radio communication, and provide recommendations on the proposed SCADA architecture, interface with existing network and required SCADA hardware and software to be installed in the DMZ. Following said meetings, Arcadis and VirtualArmor will prepare meeting minutes and submit a draft to FWWD within three(3) working days of each meeting, and incorporate the comments received into the meeting minutes prior to submission of the final recommendation in the form of memorandum. 3.2 Arcadis will develop an Information Technology/Operational Technology (IT/OT) integration, operational data storage and easily maintainable data replication and data consumption strategy recommendation based on information provided in Section 4.2 of the SCADA System Evaluation and Alternatives Report by CDM and information provided by FWWD's SCADA and IT departments, and it will include guidelines to collect SCADA data and create an Operational Data Repository available across the organization over secure channels. The IT/OT integration mechanism will leverage the use of the DMZ defined during the Cyber-security meetings under Task 3.1, to establish a secure data transfer channel. Arcadis will facilitate two IT/OT Integration Meetings to define the following elements: A. Secured data integration mechanism. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 3 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 B. SCADA data governance requirements. C. Operational Data Repository storage requirements. D. Data replication and data consumption approach and proposed tools. In addition to the IT/OT Integration Meetings, Arcadis, VirtualArmour and Signature Automation will attend conference calls as necessary to validate FWWD requirements and also produce meeting agenda, necessary presentation and documents including findings (success and challenges) in preparation for the two IT/OT Integration Meetings. Following say Meetings, Arcadis will prepare meeting minutes and submit a draft to FWWD within three (3) working days of each meeting, and incorporate the comments received into the meeting minutes prior to submission of the final recommendation in the form of memorandum. Subcontractor Signature Automation will not be part of the meetings as requested by FWWD. However, since the topics discussed are intimate related with the PLC and HMI development, Arcadis will share with them information that may impact decisions made regarding the HMI/PLC Programming Standards. As such, time for coordination to support any factors that result from these discussions have been included within the specific standards development Tasks 5.0 and 6.0. TASK 4.0 FWWD SCADA SYSTEM FAMILIARIZATION WORKSHOPS 4.1 Per FWWD request, Arcadis and the subcontractor, Signature Automation, will not perform site visits to the treatment plants or remote facilities. Arcadis and Signature Automation will attend a virtual four-hours workshop with FWWD to gain an understanding of features of the current systems that are preferred as well as other features that may be desired. The meeting will center around topics such as control schemes, trending, alarm management, graphic layout, tag naming conventions and other topics related to development of a standardized approach. The subcontractor will submit the workshop agenda at least three (3) working days prior to the workshop; prepare meeting minutes and submit a draft to FWWD within three (3) working days of the meeting; and incorporate the comments received into the meeting minutes prior to submission of the final form. After the workshop, Signature Automation will seek sample graphics from other projects they have executed for other clients to showcase in a follow up workshop. Additionally, Signature Automation will seek sample custom function blocks that mimic the functionality defined by FWWD. No additional graphics or function blocks will be developed as the purpose of assembling this information is simply for initial discussion only. 4.2 Upon collecting the information mention on task 4.1, Signature Automation will facilitate One virtual four-hour workshop to discuss: A. The SCADA System Evaluation and Alternatives Report by CDM Smith. B. The samples from previous projects and to identify in detail what should be incorporated into the PLC and HMI Programming Standards. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 4 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 During this workshop, the subcontractor, Signature Automation, will present a preliminary Tables of Contents for the PLC Programming and HMI Programming Standards that are to be developed within Task 5.0 and Task 6.0, respectively. The objective of presenting these Tables of Contents during this workshop is to gain concurrence of the direction being taken to develop the standards. The subcontractor will submit the workshop agenda at least three (3) working days prior to the workshop; prepare meeting minutes and submit a draft to FWWD within three (3) working days of the meeting; and incorporate the comments received into the meeting minutes prior to submission of the final form. TASK 5.0 PLC PROGRAMMING STANDARDS 5.1 Arcadis will subcontract with Signature Automation to develop PLC Programming Standards that will aid in guiding future development of PLC programming. These standards will encompass details associated with the Schneider Electric's EcoStruxure (f.k.a. Unity Pro) and Rockwell Automation's Studio 5000 PLC programming languages. The Emerson Proficy Machine Edition PLC Programming language will also be documented within these Standards but will be limited to developing a standard for the programming logic required to interface the GE 90-70s and RX7i PLCs to the selected HMI graphics package. 5.2 As part of this effort, Signature Automation will document the requirements for the use of the MDT Software for Version Control and Change Management as it relates to the PLC programs. Additionally, Signature Automation will document within the standards the requirements necessary to map the 1/0 such that the PLC's efficiently and seamlessly transfer data to the HMI system using the DNP3, Modbus TCP/IP and Allen-Bradley TCP/IP communications driver. The specific drivers. 5.3 It is anticipated the topics covered will include the following preliminary outline A. Purpose— Summary of Intent B. Definitions—Terms Specific to the Procedure C. Roles and Responsibilities D. Detailed Procedure 1. Requirements for Deviations from Standard 2. Process Philosophy 3. Modifications to Legacy PLC Code E. Evaluation Criteria and Performance Measures 1. Programmer Requirements F. Key Words or Phrases G. Related Policies, Procedures and Standards H. Version Control and Change Management: Integration with existing MDT software 1. PLC Software Naming Conventions 1. File Naming 2. Tag Names 3. Module Naming City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 5 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 4. Channel Naming J. Project Configuration K. Hardware Configuration 1. PLC Hardware Standard (PLC part numbers) 2. Processor Configuration 3. Ethernet Configuration 4. 1/0 Card Configuration 5. Hardware Diagnostics L. Software Configuration 1. PLC Programming Software 2. Programming Structure 3. 1/0 Mapping 4. Modbus TCP/IP Protocol Configuration 5. DNP3 Protocol Configuration 6. Allen Bradley TCP/IP Protocol Configuration M. PLC Function Blocks 1. Overview 2. Digital Input 3. Digital Output 4. Analog Input 5. Analog Output 6. PLC Clock Read 7. Equipment Runtime and Starts 8. Automatic Flow Pacing 9. Flow Totalizer 10. Forward/Reverse Motor Control 11. Constant Speed Motor 12. Variable Frequency Drive 13. Discrete Valve or Gate 14. Modulating Valve 15. Lead-Follow 16. Information and Tagout Control 17. Intrusion Schedule 18. Beacon Control 19. Rate-of-Change 20. Calculate Flow to PPM 21. PID Control 5.4 Functional descriptions will be developed for the Derived Function Blocks listed in item 3.21 above. It is anticipated that the actual blocks will be developed on a future project. 5.5 The preliminary PLC Programming Table of Contents shown herein will be reviewed with FWWD during the Feasibility Assessment Workshop defined in Task 2.0. The discussions held during that workshop will be used as the basis for initiating the development of the PLC Programming Standards. City of Fort Worth,Texas Attachment A PIVO Release Date:08.1.2014 Page 6 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 5.6 The PLC Programming Standards will be developed first in a DRAFT format and submitted for review and comment. In conjunction with submission of the DRAFT PLC Programming Standards, Signature Automation will request the scheduling of an online DRAFT PLC Programming Standards Workshop. The workshop will be held utilizing Microsoft Teams and during this half-day workshop. Minutes will be developed and provided to all attendees to gain concurrence that our understanding of the discussions accurately captures the direction given. 5.7 The discussions held during the review workshop along with the formal review comments received from FWWD will be used as the basis for finalizing PLC Programming Standards. 5.8 Periodic cursory and quality control reviews and oversight of the task will be performed by Arcadis for the entire duration of the task. All deliverables will be properly assessed prior to submission to FWWD. TASK 6.0 HMI PROGRAMMING STANDARDS 6.1 Arcadis will subcontract with Signature Automation to develop HMI Programming Standards that will aid in guiding future development of HMI configuration. Arcadis and subcontractor recognize that no one knows how to manage these facilities and systems better than the FWWD's own staff as they operate and maintain the systems daily. To leverage FWWD's knowledge, Arcadis and Signature Automation will proactively engage them in the development of the HMI programming standards. This will ensure that the operations and maintenance personnel, as the end users, take an active role in defining the foundation of the SCADA database and graphical infrastructure that provides the basis for ensuring a user-friendly system of navigation and graphics. Furthermore, it helps the FWWD's personnel to gain an understanding of the inner workings of the new SCADA system from the ground up, thus improving their overall knowledge once the new system is brought online. 6.2 Signature Automation will work closely with Arcadis and FWWD to develop HMI and Historian Standards that provide the foundation for the graphical interface and historical data collection. These standards will not be product specific. The objective of these standards is to provide guidance within the produced bidding documents to allow the bidders to assess the level of development required to support the features desired by the OWNER as defined within these standards. As such, further refinement of these standards to align them with the specific HMI software selected will take place on future projects. 6.3 As part of this effort, Signature Automation will document the requirements for the use of the MDT Software for Version Control and Change Management as it relates to the PLC programs. Additionally, Signature Automation will document within the standards the requirements necessary to map the 1/0 such that the PLC's efficiently and seamlessly transfer data to the HMI system using the DNP3, Modbus TCP/IP and Allen-Bradley TCP/IP communications driver. The specific drivers. 6.4 It is anticipated the topics covered will include the following preliminary outline: City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 7 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 A. Purpose —Summary of Intent B. Definitions—Terms Specific to the Procedure C. Roles and Responsibilities D. Detailed Procedure 1. Requirements for Deviations from Standard 2. Process Philosophy 3. Modifications to Legacy HMI Graphics E. Evaluation Criteria and Performance Measures 1. Programmer Requirements F. Key Words or Phrases G. Related Policies, Procedures and Standards H. Version Control and Change Management: Integration with existing MDT software I. SCADA System Overview J. HMI Software Naming Conventions 1. Introduction 2. Database Tag Names 3. Graphic Display File Names K. Graphic Display Standards 1. Introduction 2. General Graphics Standards a. Overview b. Process C. Pop-ups d. Tabular e. Dashboards 3. Display Navigation 4. Display Attributes L. Alarming 1. Introduction 2. Alarm Indication 3. Alarm Groups 4. Alarm Summary Display 5. Alarm Acknowledgement 6. Alarm Shelving 7. Alarm Logging M. Trending 1. Introduction 2. System Trending 3. Trend Faceplates 4. Tag Selection N. Operator Control Standards 1. Introduction 2. Variable Frequency Drive (VFD) Motor Control Pop-Up 3. Modulating (Analog) Valve Control Pop-Up 4. Constant Speed Motor Control Pop-Up City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 8 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 5. Discrete (Open/Close) Valve Control Pop-Up 6. Lockout/Tagout/Information Displays 7. PID Controller Pop-Up 8. Analog Alarm Setpoint Adjustment O. Security Configuration Standards 1. Introduction 2. Account Types 3. User Accounts 4. User Login 5. Auto Logout P. Communications Driver Configuration 1. Modbus TCP/IP Protocol Communications Driver Configuration 2. DNP3 Protocol Communications Driver Configuration 3. Allen Bradley TCP/IP Communications Driver Protocol Configuration Q. Historical Collection 1. Historian Keywords or Phrases 2. Startup Procedure Overview 3. Monitoring the Historian 4. Tagging/Naming 5. Data Reporting methodologies 6. Configuration Settings a. Compression Settings 7. Maintenance a. Daily Maintenance b. Routine Maintenance 6.5 The preliminary HMI Programming Table of Contents shown herein will be reviewed with FWWD during the Feasibility Assessment Workshop defined in Task 2.0. The discussions held during that workshop will be used as the basis for initiating the development of the HMI Programming Standards. 6.6 Upon receipt of concurrence from FWWD that the outline accurately depicts the direction desired, Signature Automation will facilitate a Preliminary HMI Standards Workshop. During this full-day workshop, Signature Automation personnel will provide samples from previously completed projects that depict recommended practices the FWWD may wish to consider for both the HMI and Historical Collection needs. The discussions held during this workshop will be used to begin the development of the HMI Standards. Minutes will be developed and provided to all attendees to gain concurrent that our understanding of the discussions accurately captures the FWWD's intent. 6.7 Upon receipt of the FWWD's concurrence of the meeting minutes for the Preliminary HMI Standards Workshop, Signature Automation will initiate the development of the HMI Standards. The DRAFT HMI Standards will be developed first in a DRAFT format and submitted to the for review and comment. In conjunction with submission of the DRAFT HMI Standards, Signature Automation will request the scheduling of a DRAFT HMI Standards Review Workshop. Minutes will be developed and provided City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 9 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 to all attendees to gain concurrence that our understanding of the discussions accurately captures the direction given. 6.8 The discussions held during the DRAFT HMI Standards review workshop along with the formal review comments received will be used as the basis for finalizing HMI Standards. 6.9 Arcadis will attend conference calls as necessary to validate FWWD requirements and also produce meeting agenda, necessary presentation/documents including meeting minutes, findings (success and challenges) and to share past lessons learned. TASK 7.0 BRIDGING DOCUMENT PREPARATION AND REQUEST FOR PROPOSAL DEVELOPMENT 7.1 General Approach: Arcadis will develop the SCADA Replacement RFP in accordance with the design build delivery model. The RFP will address the following Phases: A. Design Phase: includes design and application software work required to execute the project using the bridging documents. The PLC and HMI programming standards are provided to the Design Builder as the foundation for the design work. The RFP will have clear requirements for: 1. Field verification of existing hardware, software, and field devices 2. Application software development a. Workshop for SCADA screens review b. Reports review c. Application features review 3. Detailed control narratives 4. Programming and configuration of system elements 5. Shop drawings development 6. Witnessed testing 7. Preparation for field installation B. Manufacturing Phase: includes work required to manufacture, deliver, and assemble the SCADA elements at the staging site. The RFP will have clear requirements for procurement of required equipment and staging of the SCADA system elements for programming at the staging site. C. Construction Phase: includes work required to relocate the SCADA elements from the staging site to the installed locations and begin SCADA operation in compliance with performance requirements. This work contains upgrades necessary to ensure reliable SCADA operation including installation of new communications networks, upgrades to power and grounding, modification of 1/0 wiring, any necessary cabinet installation, and any additional infrastructure required by the design. This phase also includes field tests including loop checks, training of FWWD's staff, and acceptance testing. This phase is City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 10 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 complete when all aspects of work of this and previous phases are accepted by FWWD including the functional, commissioning, and performance tests. D. Support and Upgrade Services Phase: This phase encompasses the managed operation of the SCADA system for the remainder of the Contract period for support and upgrades of SCADA system elements in accordance with the Division 40 Technical Specifications developed as part of the bridging documents. At the conclusion of the Support and Upgrade Services Phase, FWWD will take responsibility from the Design Builder, and the Design Builder will warrant the SCADA components from defects in materials and workmanship for a defined period. As part of the general approach, before proceeding with the RFP development, Arcadis will discuss with FWWD the possibility of using a "unit price structure" to manage project changes inherent to a design build delivery method. Arcadis will develop contract documents including specifications, drawings, and other documents required to issue the SCADA Replacement RFP as a design-build type procurement. A. Performance requirements will be developed based on items mentioned in PLC, HMI technical standards, and design criteria. Performance specification at the minimum will address: 1. Seamless network connection and security implementation 2. Server redundancy and licensing 3. Hardware and software specifications 4. Server sizing and hardware installation 5. Scheduled backup and data recovery requirement 6. Project Management and post-implementation training sessions 7. Maintenance and support plans 8. Testing: a. Factory acceptance b. System installation c. On-Site Acceptance d. Operational Availability demonstration B. The following will be the minimum Vendor Submittal requirements in the RFP: 1. Shop drawings 2. Electrical one line, point to point schematics 3. Finalized control narratives/diagrams and interlocks 4. User manuals, SOPs on all system functionalities 5. Scripting library, necessary function blocks, graphics templates. 6. Troubleshooting manual, spare parts list/warranty information, and necessary scheduled maintenance. 7.2 Arcadis will prepare for, attend, and report on six two-hour Design Approach Workshops, with stakeholders including but not limited to FWWD SCADA department, Fort Worth procurement and legal departments. The goal of the City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 11 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 workshops will be to confirm design outline and criteria. Workshops will be held remotely. Arcadis project manager and Design-Build experts will be required in all workshops, Others will participate as required by the topics covered during the workshops. Arcadis will submit a copy of each meeting agenda at least two (2) working days prior to the workshop; prepare meeting minutes and submit a draft to FWWD within three (3) working days of the meeting; and incorporate the comments received into the meeting minutes prior to submission of the final form. 7.3 The work as part of the design-build contract will include the following: A. Replacement of all existing HMI platforms with only one platform based on recommendation provided in the evaluation report and the design criteria described herein. The replacement includes new SCADA software, hardware, and licenses at all plants and head end, and automatic generation of reports. FWWD will provide screenshots of all existing SCADA screens and the following tabulated information per facility so it can be included in the RFP as supplemental information: 1. Number of Overview Screens 2. Number of Process screens 3. Number of Setpoint screens 4. Number of pop up screens 5. Number of faceplate screens 6. Number of Alarm screens 7. Number of trend screens 8. Any other non-process screens 9. Total Discrete input points 10. Total Discrete output points 11. Total analog input points 12. Total analog outputs point 13. Any other type of data points in the database 14. Alarm list 15. Number of points in the historian 16. Number of points in other databases that are bring to the historian or data repository database B. Provide all software and hardware in the DMZ required for a secure connectivity with the enterprise network. C. Upgrade of existing control panels with HSQ processors. Existing Telemetry communication will remain. Control panel to be updated are listed in the Capital Improvement Plan (CIP) Projects# 5B, 613, 7A, 713, 7C, 7D, 7E and 7F as described in Section 6, Table 6.1 of the SCADA System Evaluation and Alternatives Report by CDMSmith. Refer to below excerpt. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 12 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 Table 6-1 Capital Improvement Plan Projects Construction Costs Project (years) Cost cost 1A Development of PLC and HMI Programming Standards 0.5 $180,000 $250,000 113 Identification of Networking Standards and IT Policies 0.5 (COFW) (COFW) 2 Holly WTP Network Improvements(Phase 1) 1.5 $492,000 $658,000 3A Westside WTP Network Improvements 1.0 $458,000 $613,000 3B Westside WTP HMI Migration 1.0 $2,440,000 $3,270,000 4A Eagle Mountain WTP Network Improvements 1.5 $475,000 $636,000 4B Eagle Mountain WTP HMI upgrade 1.5 $6,540,000 $8,750,000 5A Rolling Hills WTP Network Improvements 2.0 $475,000 $636,000 5B Rolling Hills WTP HMI Migration and 2 PLC upgrades 2.0 $6,250,000 $8,360,000 6A Holly WTP Network Improvements(Phase II) 2.0 $153,000 $206,000 6B Holly WTP HMI migration(no PLC upgrades) 2.0 $4,470,000 $5,980,000 7A Distribution System Master Site(Holly)hardware upgrade 1.0 $594,000 $795,000 7B Distribution system migration-Armstrong radio path 0.5 $4,390,000 $5,870,000 7C Distribution system migration-Randol Mill radio path 0.5 $3,880,000 $5,190,000 7D Distribution system migration-Eagle Mountain radio path 0.5 $5,200,000 $6,960,000 7E Distribution system migration-TRWD radio path 0.5 $1,120,000 $1,500,000 7F Distribution system migration-North Beach radio path 0.5 $4,080,000 $5,460,000 8 Eagle Mountain PLC upgrades 1.0 $7,370,000 $9,920,000 All Total Construction Costs for All Projects $48,600,000 $65,100,000 1. Arcadis will create a Matrix with all necessary information to make the work related to control panels upgrade biddable. The control panel matrix will include the minimum following columns: a. Panel Name b. Processor type c. Total Discrete input points d. Total Discrete output points e. Total analog input points f. Total analog outputs point g. Control wiring voltage (24vdc or 120 vac) h. Operator Interface Terminal required? i. Existing enclosure size 1) Upgrade type 2) Only PLC hardware replacement 3) Backplane replacement j. Complete panel replacement including enclosure. k. Maximum complete panel shutdown duration (this is required for staging purposes) City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 13 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 I. If it is a complete replacement, does the new panel need to be relocated? 2. The control panel matrix information will be collected and populated by FWWD. D. Add 49 sites with Telog dataloggers to the distribution system as listed in the Capital Improvement Plan (CIP) Projects# 513, 6B, 7A, 713, 7C, 7D, 7E and 7F and as described in Section 6, Table 6.1 of the SCADA System Evaluation and Alternatives Report by CDMSmith. Refer to above excerpt. Work will include: 1. Add sites to the existing Radio telemetry system. Design Build contractor to perform radio survey to determine sites can be reach and the antenna height. 2. Integration into the SCADA system and historical data repository. 3. All sites will be categorized under three different types. Physical site constrains and limitations per site type will be assumed since there will not be site visit to confirm information. E. Evaluate and recommend how FWWD can replace Operator Interface Terminals (OIT) at remote sites with other technology if feasible. 7.4 The contract documents will include the following minimum SCADA platform Design Criteria: A. A fully functional SCADA system which City evaluated in Feasibility Study that has open architecture, non-proprietary historian, unlimited tags, built-in report module, cross-platform operating systems compatibility, supports the latest technology such as: MATT, data transfer protocol, OPC UA&DA, SMTP, SNMP,SNS, VOIP, web service SOAP, REST API and other third party API. B. A system that allows visibility and control to all the water treatment plants and distribution system. C. A system with all servers that are sized properly to accommodate estimated 30% increase in 1/0 and easily expandable to meet future 1/0 requirements. D. A system with graphics templates, alarm/event management, scripting and custom queriesto access historical data in the servers and data visualization (custom dash boards, dynamic trends, ad-hoc reports and scheduled reports). E. A system that displays information on existing SCADA screens that can be rescaled to afull wide screen 1920x1082 resolution or better and uses situational awareness with high performance graphics principals on multiple displays/monitors. F. A system that provides mobile tablet interface for Daily Plant Operational reports that records data offline and updates the local server when tablet is connected to the network. G. A system that is designed to meet all DHS requirements and recommendations. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 14 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 H. A system that provides alarm management, alarm escalation capabilities and notification via email/text message to Plant Operation staff on critical plant operational alarms utilizing CoFW email server. I. A system that provides alarms and email/text messages alerting SCADA personnel of SCADA server and workstation hardware/software malfunctions. J. A distributed system that has a hot-standby redundancy server pair for the distribution sites that pushes data from the local server (inside SCADA security zones) to a redundant server pair in the DMZ security zone using a secure method. K. A system that is able to import archived/evaluated historical data in SQL database from the existing SCADA. L. A system that provide interfaces to existing FWWD databases: Village Creek WW plant (Ovation), Maximo, LIMS, WIMS, GIS, AMI, and wastewater collection system (cloud DBwith REST-API) and wholesale wastewater meters DB (Telogs). M. Arcadis will prepare for, attend, and report on two two-hour SCADA Platform Design Criteria Review and Refinement Workshops with FWWD's SCADA department. The intent of the workshops is to review the design criteria and ensure that it is still inline with FWWD vision and goals based on latest development on SCADA software products. Signature Automation will be also be part of the workshops since the topics discuss are intimate related with the PLC and HMI development. Following said workshops, Arcadis will prepare a refine design criteria to be incorporated into the bridging documents. 7.5 Arcadis will work with FWWD to define the anticipated work sequence and define sequencing constraint for the project. 7.6 Arcadis will attend internal conference calls as necessary to validate FWWD requirements and also to produce meeting agenda, necessary presentation/documents including meeting minutes, findings (success and challenges) to share past lessons learned. 7.7 As part of the RFP Development Phase, Arcadis will provide a progress set of documents, Draft and Revised Draft, to FWWD, which will provide comments within one week following each deliverable. Review meetings will be held after the deliverables within a week of Arcadis receiving comments from FWWD. 7.8 Signature Automation will provide input associated with the incorporation of the HMI and PLC standards to the RFP. Upon receipt of a Draft progress set, Signature Automation will review the document in its entirety and provide comments to aid in finalizing the document. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 15 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 7.9 Arcadis will generate Final Documents for legal review and attend a review meeting wherefinal comments from FWWD legal and procurement department will be given to Arcadis. These comments will then be incorporated into the Design-Build Procurement Document. 7.10 Arcadis will review the cost developed in the prior CDM SCADA System Evaluation and Alternatives and will update the estimates construction cost based on quantities and actual scope identified in the Design-Build Procurement Documents. TASK 8.0 DESIGN BUILD AGREEMENT PREPARATION 8.1 Arcadis will attend five two-hour conference calls or workshops with Fort Worth procurement and legal department to ensure the Design Build Agreement is tailored to comply with the requirements of City of Forth Worth Procurement Code, other local and state procurement codes/requirements. Arcadis will coordinate the General Conditions and any supplementary conditions with the design-build agreement. This work includes coordinating liability and indemnification/insurance requirements, sales tax provisions, Bid Forms, payment terms, licensing requirements, submittal requirements, and other specific Agreement provisions. Arcadis will submit a copy of each meeting agenda at least two (2) working days prior to the workshop; prepare meeting minutes and submit a draft to FWWD within three (3) working days of the meeting; and incorporate the comments received into the meeting minutes prior to submission of the final form. 8.2 Submittal/proposal requirement- at the minimum: A. Proposal Format that meets FWWD's RFP standard format B. Questions to proposers C. Instruction to proposers D. Request for Price breakdown: software, hardware, services E. Request for proposed schedule/timeline/milestones F. Evaluation criteria and scoring matrix-at the minimum will include: 1. Proposal 2. Qualifications and Certifications 3. Answer to questions and interview results 4. Experience and past projects 5. Reasonable of price and its breakdown 8.3 As part of the design build agreement preparation, Arcadis will provide a progress set of documents, Draft and Final, to FWWD, which will provide comments within one week following each deliverable. Review meetings will be held after the deliverables within a week of Arcadis receiving comments from FWWD. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 16 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 TASK 9.0 BIDDING SERVICES 9.1 Arcadis will assist FVWVD in obtaining bids for the design-build RFP, SCADA Replacement. FVVWD will advertise and distribute plans, specifications and addenda to prospective bidders. 9.2 Arcadis will attend a pre-bid conference and a site visit for the contract and will prepare draft responses to up to 50 written questions and inquiries received from contractors, suppliers and other parties for review, approval and distribution by FWWD. 9.3 Arcadis will prepare draft addenda to the contract documents (as needed) with up to 15 addendum items for review, approval and distribution by FVVWD. 9.4 Arcadis will evaluate the bids received, including a determination as to whether prices include payment of prevailing wages and are reasonable. 9.5 Arcadis will prepare bid tabulations; provide services relative to the qualification of bidders, and make a recommendation concerning contract award including preparation of a qualification's memorandum. Task 10.0 Additional Services (Not Currently Included in Fee) 10.1 Owner resident representation services during the work associated with the integration contract when needed (with contract amendment). Deliverables All deliverables will be submitted electronically via email or using a SharePoint site hosted by Arcadis. All project deliverables per task has been summarized in the following table. City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 17 of 18 ATTACHMENT A-SCOPE OF SERVICES FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 Task# Task Description Deliverables Draft and Final Project Schedule 1 . Monthly Invoices Project Management . Draft and Final Biweekly Progress Meeting Agenda and Minutes 2 SCADA Feasibility Assessment . Data Request Letter Data Review • Observations and Findings Summary . Cyber Security Workshops Agenda and Draft 3 IT and OT Integration Conceptual . and Final Recommendation (meeting minutes) Design . IT/OT integration meeting Agenda and Draft and Final Recommendation(meeting minutes) • Two Workshop Agenda, Draft and Final 4 FWWD SCADA System Familiarization Workshop Minutes Workshops 0 Preliminary Tables of Contents for the PLC Programming and HMI Programming Standards Draft PLC Programming Standards. 5 PLC Programing Standards • Draft PLC Programming Standards Review Workshop Agenda and Minutes. Final PLC Programming Standards Preliminary HMI Programming Standards workshop No.1 Agenda, Draft and Final Minutes. • Preliminary HMI Programming Standards 6 HMI Programing Standards workshop No.2 Agenda, Draft and Final Minutes. Draft HMI Programming Standards • Draft HMI Programming Standards Review Workshop Agenda, Draft and Final Minutes. Final HMI Programming Standards. Draft Bridging Document Draft Bridging Document Review Meeting Agenda, Draft and Final Minutes. Revised Draft Bridging Document 7 Bridging Document Preparation . Revised Draft Bridging Document Review and Request for Proposal Development Meeting Agenda, Draft and Final Minutes. Final Bridging Document Final Bridging Document Review Meeting Agenda, Draft and Final Minutes Design-Build Procurement Documents • Draft Agreement for Legal/Procurement Review 8 Design Build Agreement Preparation • Draft Agreement Review Meeting Agenda, Draft and Final Minutes. Final Agreement Approved by Legal 9 Building Services . Qualification's Memorandum City of Fort Worth,Texas Attachment A PMO Release Date:08.1.2014 Page 18 of 18 ATTACHMENT B-COMPENSATION FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.:103086 ATTACHMENT B - COMPENSATION FOR CITY OF FORT WORTH SCADA REPLACEMENT CITY PROJECT NO.: 103086 The following table provides a fee breakdown at the sub-task level per Consultant. Description 4W La.. •D 1.1 PM- Project management and setup $ 15,072 $ - $ - $ 15,072.00 1.2 PM-Subs invoices and MSA $ 2,368 $ - $ - $ 2,368.00 1.3 PM-Project Schedule $ 5,496 $ - $ - $ 5,496.00 1.4 PM-Invoices $ 3,848 $ - $ - $ 3,848.00 1.5 PM-Meetings $ 6,480 $ - $ - $ 6,480.00 1.6 PM-Sig-Auto $ - $ - $ 10,532.50 $ 10,532.50 2.1 Report data Review $ 13,912 $ - $ - $ 13,912.00 2.2 Report data Review_Sig-Auto $ - $ - $ 10,879.00 $ 10,879.00 3.1 Cyber Security Meetings $ 2,800 $ - $ 7,700.00 $ 10,500.00 3.2 IT-OT Meeting $ 9,760 $ - $ - $ 9,760.00 4.1 HMI/PLC Data Gathering $ 2,260 $ 220.00 $ 8,421.60 $ 10,901.60 4.2 Report Workshop $ 2,260 $ 110.00 $ 5,614.40 $ 7,984.40 5.1 PLC Standard $ 13,816 $ - $ 57,271.50 $ 71,087.50 6.1 HMI Standard $ 12,272 $ 220.00 $ 76,714.00 $ 89,206.00 7.1 RFP-General Approach $ 86,220 $ - $ - $ 86,220.00 7.2 RFP-Design Definition workshop $ 22,256 $ - $ - $ 22,256.00 7.3 RFP-Exhibits $ 32,160 $ - $ - $ 32,160.00 7.4 RFP-SCADA Criteria $ 16,040 $ 110.00 $ 2,662.00 $ 18,812.00 7.5 RFP-Not used $ - $ - $ - $ - 7.6 RFP-Internal Meetings $ 21,512 $ - $ - $ 21,512.00 7.7 RFP-Deliverables 1 $ 10,704 $ 220.00 $ - $ 10,924.00 7.8 RFP-Sig-Auto Review $ - $ - $ 2,068.00 $ 2,068.00 7.9 RFP-Deliverables 2 $ 19,688 $ - $ - $ 19,688.00 8.1 Agreement Preparation $ 36,480 $ - $ - $ 36,480.00 9.1 Bidding Services $ 29,176 $ - $ 1,474.00 $ 30,650.00 TOTAL BILLABLE $ 364,580 $ 880.00 $183,337.00 $ 548,797.00 1 I 3 i I i City of Fort Worth,Texas Attachment B PMO Release Date:07.23.2012 Page 1 of 1 mmD0 I D .ZO7 S O• � O A W� �� W � i0 A A W N o om n N R O o (D N) m D m a C O m 2 m to 3 n a D o m C °- 0 2) n m 03 10 A �O pip N O D ° m c 3 o m a a c v a < o a 3 3 o Y rDao 3 ow, rD rt 11 J. S 3 a m 3 N _ N N G b R 3 � m w 5"i a ry' 3 o N m - R mm °- d n (D A 3 W Q. N. n 3 m o CD » m fD a c � c� D 9 n Z = ~ D E p n - N _ `taGp v N A W `WG O 0 OOO Q 0) a e n a 0 a ^ 0w m m 0 z' N o m m o 0 0 0 o O c c c m c = \ = 00 = N F, 3 U 3 \ N N q 1p `2 O N N N N N A A A A "O /mom a O N ~ ~ ~ i� N N zr I " O _. m o 0 0 0 0 �. m C7 O Lin \ \ \ Q. 7 3 = 7 \ _ T N N H 01 A W W H N H' N O \ \ \ l\D l\!I N ul N \ \ Q v T to VI N F+ N m D 111 O o O X - - - - - 3 c Ill ro W N v, � 0 1-5 a = N W N m J� 3 N m C z r V b p N N p D c> j� T � � n �N m Z (7 �c Cl) I T� Jro po 0 m;a m Oi L AC 5 VI O 0 a: CO m N �3 O T o' rn i City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, November 10, 2020 REFERENCE NO.: **M&C 20-0833 LOG NAME: 60SCADA RFP SUPPORT -ARCADIS SUBJECT: (ALL) Authorize Execution of a Professional Services Agreement with Arcadis U.S., Inc. in the Amount Not to Exceed $548,797.00 to Prepare Engineering, Performance and Contractual Standards and Specifications to be Incorporated into a Request for Proposals for the Replacement of the Existing Supervisory Control and Data Acquisition System (SCADA) for the Water Department RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a Professional Services Agreement with Arcadis U.S., Inc. in the amount not to exceed $548,797.00 to prepare engineering, performance and contractual standards and specifications to be incorporated into a request for proposals for the replacement of the existing Supervisory Control and Data Acquisition system (SCADA); and 2. Adopt attached appropriation ordinance increasing receipts and appropriations in the amount of $548,797.00 in the Water Capital Projects Fund for the SCADA Replacement Project (City Project No. 103086) from available funds. DISCUSSION: The Water Department utilizes a SCADA system to monitor and control the water treatment and distribution facilities, along with remotely located sanitary sewer lift stations. The existing SCADA system, initially installed in 1987, utilizes proprietary components, and is in need of replacement. A SCADA feasibility study was performed in 2019 (City Secretary Contract No. 51039) which documented the existing infrastructure needing replacement, evaluated various technologies, and developed a migration plan, conceptual network architecture, and cost estimates. Arcadis U.S., Inc. was recently selected through an RFQ process to provide assistance to the City in the preparation of engineering standards, specifications, and contract requirements necessary for the future issuance of a request for proposals for the replacement of SCADA system. As part of that work, Arcadis will also provide technical support throughout the procurement process. M/WBE—A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Water Department andapproved by the M/WBE Office because the purchase of goods or services is from sources where subcontracting or supplieropportunities are negligible. FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that funds are currently available in the Unspecified - All Funds project within the W&S Capital Projects Fund and upon approval of the above recommendation and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the SCADA Replacement project to support the approval of the above recommendation and execution of the agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project JProgram ctivity Budget Reference # moun ID ID Year Chartfield 2 FROM Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year l (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Alexander Pierce (8401) ATTACHMENTS 1. 60SCADA RFP SUPPORT -ARCADIS SAM.pdf (CFW Internal) 2. 60SCADA RFP SUPPORT -ARCADIS FID TABLE.xlsx (CFW Internal) 3. 60SCADA RFP SUPPORT -ARCADIS FORM 1295.pdf (CFW Internal) 4. 60SCADA RFP SUPPORT -ARCADIS Funds Available.docx (CFW Internal) 5. 60SCADA RFP SUPPORT -ARCADIS MWBE WAIVER.pdf (CFW Internal) 6. 60SCADA RFP SUPPORT -ARCADIS 56002 A021(R2).docx (Public) HE 111100 111100 TI 77 T • CL • • C. • • • • C. v v m m m m v -a -O K K K • n cDi n i K M 'G O N O O • m . m . . n rip v v v D rn n eDi m - � • C m M r O-1 M c m e CL cm m � ao a°o x rt m - - - - o -n N N D'11"1 IQ C M Z 'v rt 'v C. o o = 'o fu d d 3 p 3 3 o r m af+ a a 3 =. 3 3 O �p O O c (A c c 3 3 3 K Z •• • K K m m • a = = = - m a M M M c c c o a -a 0 0 0 m m m X X X m K. Sign In Home Legislation Calendar City Council Departments © ® Share RSS Alerts Details Reports File #: M&C 20-0833 Version: 1 Name: Type: Award of Contract Consent Status: Passed File created: 11/5/2020 In control: CITY COUNCIL On agenda: 11/10/2020 Final action: 11/10/2020 (ALL) Authorize Execution of a Professional Services Agreement with Arcadis U.S., Inc. in the Amount Not to Exceed $548,797.00 to Prepare Engineering, Performance Title: and Contractual Standards and Specifications to be Incorporated into a Request for Proposals for the Replacement of the Existing Supervisory Control and Data Acquisition System (SCADA) for the Water Department Attachments: 1. M&C 20-08331 2. 60SCADA RFP SUPPORT- ARCADIS 56002 A021(R2).pdf History(1) Text 1 record Group Export Date Ver. Action By Action Result Action Details Meeting Details Video 11/10/2020 1 CITY COUNCIL Approved Action details Meeting details Not available