Loading...
HomeMy WebLinkAbout062240-CO2 - Construction-Related - Contract - Remont Engineering and Design Group, LLC� CSC No. 62240-0O2 FORT WURTH City of Fort Worth Change Order Request Project Name: � Fort Worth Water SCADA Replacement ( Cily Sec No.: � 62240 � Project No.(s): � 5602210600430153305001CAPEXP � M&C: � 25-0724 � City Proj. No.: � 103086 � Project Description:� Fort Worth Water SCADA Replacemeni - Construction Project Contractor. � Remont Engineering and Design Group, LLC � Change Order #� 2 � Date: � 115/2026 � Cily Project Mgr.l Jacob Pena I City Inspector. � Todd Kay � Phone Number.� 817-392-4910 � Phone Number:� 817-392-2744 I Dept. Water Totals Contract Time (Calendar days) Original Contract Amount $8,233,836.00 $8,233,836.00 1,382 Extras to Date $125,732.39 $125,732,39 Credits to Date Pending Change Orders (in M&C Process) Contract Cost to Date $8,359,568.39 $8,359,568.39 1,382 �Amount of Proposed Change Order $0.00 $0.00 015 Revised Contract Amount $8,359,568.39 $8,359,568.39 1,397 Originai Funds Available for Change Orders $0.00 $0.00 Remaining Funds Available for this CO $0.00 $0.00 Atlditional Funding (if necessary) $125,732.39 $125,732.39 CHANGE ORDERS to DATE (INCLUDING THIS ONE) AS % OF ORIGINAL CONTRACT 1.53% MAX ALLOWABLE CONTRACT AMOUNT (ORIGINAL CONTRACT COST+ 25%) $10,292,295.00 � JUSTIFICATION (REASONS) FOR CHANGE ORDER � Provides for qty (5) new Intlustrial Panel-mounted Touchscreen Computers (IPCs) and qty (4) associated rolling cabinets This provision shall include procurement, configuration, installation and post maintenance work of inentioned Industrial Panei-Mounted Touchscreen Computers (IPCs). It is understood and agreed that the acceptance of this Change Order by the contractor constitutes an accord and satisfaction and represents payment in full (both time and money) for all costs arising out of, or incitlental to, the above Change Order. � c.esar �SSa ntractor Signaiure I Date Remont Engineenng and Design Group, LlC Cesar Lossa I U _, ,, Jan 6, 2026 Contractor's Company Name Contractor Name Co Inspector T.�,� Director (Water Dept) cGu�i�Ev�ier tcarder S'enior Assistant City Attomey � �. � . _ Date Pro'ect Manager � Date Jan 5, 2026 ��"`� Jan 5, 2026 Date can�fl}Jction Supervisor (Water Dep�) ____ Date 'I�, S. O 1/07/202E ' 6�� ._.. _ J a n 5, 2026 Date Assistant Ciiy Manager � Date � oi�os�2o2E , �� �� �' n� ��i ��mF I M&C Number � N/A � � �(�k� �_ Council Aciion (li�tequired) M&C Date Approved � N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FOR�' VYQRTH City of Fort Worth Change Order Additions Project Name � Fort Worth Water SCADA Replacement � City Sec No.: � 62240 � Project No.(s): � 560221060043015330500/CAPEXP � DOE No.� 25-0724� City Proj. No.: � 103086 � Project � Fort Worth Water SCADA Replacement - Construction Project � Description Contractor � Remont Engineering and Design Group, LLC � Change Order:�2� Date: � 1 211 412 0 2 5 � City Project Mgr. � Jacob Pena � City Inspector � Todd Kay � ADDITIONS I I tM I UtSI:KIN I IUN I DEPT I Qty IUnit IUnit Cost � Total � #1-15 New IPCs and new rolling carts. Provide materials and configuration Water 1.00 LS $59,905.00 $59,905.00 services. Water $59,905.00 Additions Sub Total $59,905.00 F�R�` �V�RTH City of Fort Worth `�� Change Order Deletions Project Name � Fort Worth Water SCADA Replacement Project No.(s): � 5602210600430153305001CAPEXP I DOE No. � 25-0724 Project Description � Fort Worth Water SCADA Replacement - Construction Project City Sec No.: � 62240 City Proj. No.: � 103086 Contractor � Remont Engineering and Design Group, LLC � Change Order: �2� Date I 12/1412025 � City Project Mgr. � Jacob Pena � City Inspector: � Todd Kay � DELETIONS ITEM DESCRIPTION DEPT Qty Unit Unit Cost Total #1-11 Additional Hardware and Software Allowance - West Side Water 0.0905673 LS $75,000.00 $6,792.55 ExpenseslMaterials for (x1) Rolling Cart (x2) IPC Touchscreen #1-12 Additional Configuration and Startup Allowance - West Side Water 0.0508523 LS $75,000.00 $3,813.92 Services Project Management, configuration, panel shop, installation & commissioning #1-11 Additional Hardware and Software Allowance - Eagle Mountain Water 0.1728368 LS $75,000.00 $12,962.76 ExpenseslMaterials for (x1) Rolling Cart (x2) IPC Touchscreen #1-12 Additional Configuration and Startup Allowance - Eagle Mountain Water 0.0749984 LS $75,000.00 $5,624.88 Services Project Management, configuration, panel shop, installation & commissioning 1.2 Familiarization and Preliminary Assessment Water 0.03107204 LS $988,377.00 $30,710.89 Page 1 of 2 IWater $59,905.00 IDeletions Sub Total $59,905.00 MIWBE Breakdown for this Change Order MWBE Sub Type of Service Amount for this CO Total $0.00 Co # Previous Change Orders DATE AMOUNT Total I $0.00 � CPN 103086 Fort Worth Water SCADA Replacement Chan�e Order 2 Notes Description of Change Change Order CO2 covers the procurement, configuration, installation, and commissioning of new Industrial Panel-Mounted Touchscreen Computers (IPCs) and rolling carts for Eagle Mountain and Westside WTPs. The original scope assigned these responsibilities to the City; however, per RFI-12, RED Group is now providing full turnkey services including layout drawings, bill of materials, site installation, SCADA integration, and removal/replacement of legacy panel-mounted IPCs. Reason for Change The City requested RED Group to procure the IPCs and rolling carts and support associated installation efforts as outlined in RFI-12. Additionally, updated quantities for both Eagle Mountain and Westside required cost and scope adjustments. Schedule Impact CO2 results in a 15-day increase to the critical path schedule, impacting Milestone 2(Eagle Mountain WTP cutover). Schedule impact is based on assumed approval by January 10, 2026. Hardware lead times are estimated at 9-10 weeks for IPCs and 3-4 weeks for rolling carts. Cost Summary Location Description Total Cost Westside WTP Eagle Mountain WTP Total Change Order (1) rolling cart, (2) IPCs, configuration, installation, commissioning (3) rolling carts, (3) IPCs, configuration, installation, commissioning Notes - IPC model: Advantech PPC-321SW 21.5" widescreen panel PC - Rolling carts: Hoffman brand per City request - Hardware priced as quoted; subject to market volatility - City responsible for post-warranty maintenance $21,764 $38,141 $59,905 00 42 10 PROPOSAL EXHIBIT A Primary Responses Success: All data is valid! Numeric Bid Proposal (00 42 43) (BT-89LW) Mobilization, Limited to 2 Percent of Total Success: All values provided Bld #1-1 qmOUnt LS Success: All values provided Bid #i-2 Familiarization and Preliminary Assessment �s Success: All values provided Bld #13 Design LS Success: All values provided gjd p�_q Eagle Mountain WTP Configuration, Cutover and �s Startup Success: All values provided BICI #1-5 South Holly WTP Configurdtion, Cutover and LS Startup Success: All values provided gjd p�_g North Holly WTP Configuration, Cutover and �s Startup Success: All values provided Bid #1-7 Westside WTP Configuration, Cutover and LS Startup Success: All values provided gjd p�_g Rolling Hills WTP Configuration, Cutover and �s Startup Success: All values provided Bid #�_g Centralized SCADA Configuration, Cutover and LS Startup Allowance: $75,000.00 for Additional Success: All values provided Bid #1-10 Familiarization, Preliminary Assessment and LS Design Services (must enter $75,000.00 in the unit price) Allowance: $75,000.00 for Procurement of Success: All values provided BICI #1-11 Additional Hardwdre dnd Softwdre (must enter LS $75,000.00 in the unit price) Allowance: $75,000.00 for Additional Success: All values provided Bid #1-12 Configuration, Cutover and Startup Services LS (must enter $75,000.00 in the unit price) Allowance: $75,000.00 for Additional Data Success: All values provided Bid #1-13 Warehouse / Data Base Programming Services LS (must enter $75,000.00 in the unit price) CITY OF FORT WORTH OCTOBER 21, 2024 1 $ 160,000.00 $ 160,000.00 1 $ 988,377.00 $ 988,377.00 1 $ 744,845.00 $ 744,845.00 1 $ 1,163,934.00 $ 1,163,934.00 1 $ 1,055,776.00 $ 1,055,776.00 1 $ 1,034,098.00 $ 1,034,098.00 1 $ 1,OOQ616.00 $ 1,000,616.00 1 $ 1,305,699.00 $ 1,305,699.00 1 $ 480,491.00 $ 480,491.00 1 $ 75,000.00 $ 75,000.00 1 $ 75,000.00 $ 75,000.00 1 $ 75,000.00 $ 75,000.00 1 $ 75,000.00 $ 75,000.00 $ 5,233,836.00 � - $ 8,233,836.00 SCADA SYSTEM REPLACEMENT 103086 i? ED Grov . p INVOICE Page: 1 of 1 Remit Payment to: Remont Engineering & Design Group, LLC PO Box 19071 New Orleans, LA 70179 Tel: +1 (504) 729-5086 � Email: accountina(�red.arouo Bill City of Fort Worth 908 Monroe St Fort Worth, TX 76102 Invoice Summary Cantract Total Proposal Item Qescriptian Amaunt Campleted 5°� Retainage 1.1 NI��iLizatian 16a,aaa.aa 1fia,aaa.aa - 1.2 Fam�iLiarizatianandPre�iminaryAssessment 988.���.aa 988,3�3.0(► - 1.2-CC�1 F�m�iLiarizati�n and Pre�iminaryAssessment �� �34.�2 ��,.43a.22 - - Dcc FBFr-� chan�e arrPer 1.�-CM1 F�miLiarizati�nandPre�im�inaryAssessment f;�a,;14.�i - - - Doc RFr-2 cred;rM'emo Invoice Number: Invoice Date: P.O. Number Terms Due Date Customer ID Project No. Billing Period PINV-6758 November 30, 2025 FW060-0000033277 Due Upon Approval Due Upon Approval 00120 J4072 October 2025 Previausly Current Billed fnvoice �9� Camplete �e Billed i�sa,aaa.aa - iaa a-�= iaa.aa� � �a.�aa.aa - iaa.a-��, iaa.o�, ��.a�a.�z - iaa.o�a iaa.�o-?:. - - a.a-�: o.o� 1.3 Design �44:545.44 45F,;9!9.25 22,839.96 4a9,fi;a.�a 24,Zaa.a� �1.3?� 58.3=�:� 1.3-001 design-DocRfl-1C�an�arc�er 16.439.11 1�',.359.33 617.9t - 11:t41.3r 75.Oi�� r1.3=�:� 1� EagleMaunt:ain���7PCcnfiouration.�utaver 1,1�3,��.aa 338,a�a.�a 1£,915.03 2£2,fi42.;.5 SS,r99.82 2�.1�� �'764b and 5tartup 1� 5cuihHaL�y�,'�ITRGonfiguration,Cutcver i,a55,r�s.aa - - and 5tartup 1� Ncrth Hclly�it7R Ganfiguratian, Cutcver 1,Q34.a�.aa - - and 5tartup 1� ����z�tsideV'JTPGanfiguratian.Cut�verand i,aaa,�i�.aa �a,:a41.QQ 2,0�2.Q5 5tartup 1.;-001 ��stsideWTPGanfiguration,Cutoverand �1.823Qfi 5tartup - Dc� FtFI-1 �harr� Qrder 1S RcllingHil�s�,'�TPC�nfiouratian.Cutaver 1.3a5.s�.aa - - and.5tartup 1� Centralized SG,�DACanfiauraticn, Cutcver q�p,491.aa S,Zaa.aa 414.4a ;�nd 5t;�rtup 1.1U �«���nce:5t�,40a.6af�radditicnal ;5,aaa.aa - - Fam�iLiarizatian. PreLiminar�Assessment 1.11 �L�aw�ance:5:�,00a.6afarPracurement af ;�,44U.aa - - Additianal Hard•t��are and 5a�w�are 1.12 �Llc�a��anc�:575,00a.aQfar�dditiana� ;S.UUU.aa - - Ganfi�uratian, Cuiawerand�tartup 113 �+L�a�vance:St�,UUO.UafarAtlditiana�Data ,� 444 aa - - a.a�� a.��a - - a.o�a a.o� 1�,�84.�Q 2a,114.35 4.1�a 3.9� �,aa3.a5 - a.o�a o.aa�3 - a.aa�� a.o� 1,8'a.55 1. i =�':• 1.6� - a.aA_: a.a� - U.Q=!:� 4.4� - U.Q=!:� 4.U?� a o� a o� . ,. . - - - - ... .. �itfarehause ±' Data Base Prcarammina 8�328.857,50 2.032t455,40 42�832,41 1�812�8QB,02 11fi.814,98 24,44� 23.J�a � Change Order Request Form r? ED Grov p Project: Doc #: Date: Project Name Document Number Company Name Requested By Customer Reference Please respond by: SCADA Replacement Project J407X-PM0017-001 CO3 11/14/2025 SCADA Replacement Project J407X-PM0017-001_CO3 City of Fort Worth CesarLossa City Project No 103086 See schedule impact section below Rev #: 1 Page #: 1 of 5 Description of Ori�inal scope - Contract 40 68 63 (3.9): changes required Contractor shall be responsible to coordinate with Water IT all requirements of the Industrial Panel-mounted Touchscreen Computers (IPCs) and associated rolling cabinets during Coordination Workshop(s) and the Submittal process in the Design phase as described in Section 40 61 13 Section 40 61 13 —"Attachment 7— SCADA Assets Responsibility Matrix" Under the attachment mentioned above, the contractor is responsible for the design/specify. The city is responsible for the procurement, configuration, installation and post maintenance work of inentioned Industrial Panel-Mounted Touchscreen Computers (IPCs). Modified Scope: (Reference RFI-12) Through RFI-12, the CFW confirmed RED Group to provide a quote for new IPCs and new rolling carts per the updated quantities shown on the table below. Note: As requested by the CFW, this change order only includes pricing for Eagle Mountain and Westside asset locations. Also, a reduction of IPCs and rolling carts quantity for Eagle Mountain from 6 to 3. Asset Original Llpdated Location AssetService 4ty 4ty Notes Sautfi Soutfi Holly SC:ADA D��erator Qty �2) Rolling C.ak�inet an�! Holly Warkstatian [Filter GalleryJ Z 3 Qty �1] Panel Mount North North Hally SCADA Operator Hally Workstation (Filter Bldg. 1, 3, & 5] 3 3 Qty �3] Panel Mount West West Side SCADA Operator Side Workstation (Filter Gallery} 1 1 Qty [1j Ralling C:abinet West West Side SCADA Operator Side Workstation (HS PumpStationj 0 1 Qty [1] Panel Mount Rolling Rolling Hills SCA�A�perator Hills Workstation (Filter Gallery} 4 4 Qty [4j Ralling C:abinet Eagle Eagle Mountain SCADA Qperatar Mauntain Workstation (Filter Gallery} 3 6 Qty [6j Ralling C:abinet 7atal Rolling Carts 1a 13 Total Panel Mounts 3 5 TataIIPC:s 13 18 The following scope will be performed: 1. Generate layout drawing and BOM for rolling cart assembly 2. IPC touchscreens configuration Page 1 www.RED.Group � Change Order Request Form r? ED Grov p Project: Doc #: Date: Reason for the changes Estimated hardware lead time Schedule Impact SCADA Replacement Project J407X-PM0017-001 CO3 11/14/2025 Rev #: 1 Page #: 2 of 5 3. Installation of rolling carts and all IPCs in final location at each WTPs 4. Commissioning of the newly installed IPCs/SCADA system integration 5. As relevant to a site, this change order also includes services to remove the old IPCs from the panel(s), perform larger cutouts to the existing panels and install the new IPCs. The City requested RED Group to procure the IPCs and rolling carts, per RFI-12 Vendor lead time for the IPCs are between 9-10 weeks ARO. Vendor lead team for the rolling carts are 3-4 weeks ARO. Impact on the schedule will be 15 additional days as this scope impacts the critical path of the project (Milestone 2— first WTP cutover: Ea�le Mountain). Schedule impact assumes this change order will be approved by January 10tn 2026. Beyond this date, additional time may be required and if there are changes to the lead times below from vendors at the time of order. Estimated schedule/lead time: All hardware ordered by Jan 2026 All hardware received by RED Group approx. March 2026 (based on hardware lead time above) Office bench test setup and configuration -1 week Shipping to site - 1 week Installation & Commissioning - 1 week Total = 3 weeks (15 days) Milestone 2 contract time impact ( WTP cutover Eagle Mountain): 15 days Total contract time impact: 15 days Page 2 www.RED,Group � Change Order Request Form r? ED Grov p Project: Doc #: Date: SCADA Replacement Project J407X-PM0017-001 CO3 11/14/2025 Rev #: 1 Page #: 3 of 5 . . Item (Qty) Description Amount Total Westside WTP - Configuration, Cutover & Startup Phase Expenses/ (x1) Rolling Cart $13,938 Materials (x2) IPC Touchscreen Services Project Management, configuration, panel $7,826 shop, installation & commissioning Eagle Mountain WTP - Configuration, Cutover & Startup Phase Expenses/ (x3) Rolling cart Materials (x3) IPC Touchscreen Services Project Management, configuration, panel shop, installation & commissioning Westside Total $26,599 $11, 542 Eagle Mountain Total Notes: $21,764.00 $38,141.00 1. Materials pricing will be verified at time of order due to potential cost volatility caused by tariffs. 2. This change order includes services to perform configuration, installation, of the IPCs and rolling carts as requested by the City. 3. The City will be responsible for the post-warranty maintenance scope. 4. The IPCs that will be installed in the existing panels (panel mounts) will be the same size as the ones installed in rolling carts. 5. All IPCs will be Advantech PPC-321SW - 21.5" Widescreen Panel PC as requested by CFW —(see cutsheet in Appendix A) 6. All Rolling Cart(s) will be Hoffman brand as requested by the CFW (Swivel Tilt unit assembly cutsheet in Appendix A— Full components list below) 7. Shipping costs are included in the pricing(expenses) above. 8. RED Group plans to procure all the hardware at the same time for all WTPs. Each rolling cart assembly will include the following components (all Hoffman part numbers) Item Component Description 1 Proline HMI Slope Front HMI Enclosure Type 12 2 Upper front cover 3 Enclosure rear door 4 Steel pedestal with legs 5 Swivel tilt unit 6 Handle Kit 7 Swivel caster kit 8 Stationary caster kit 9 Steel base w/cutout Part number PST766 PCS76F PDS76STR AP36L88 AST88 PUHK AC4M6SV AC4M6ST PBSK66 Page 3 www.RED.Group �? ED Grov p Schedule of Values Change Order Request Form Project: SCADA Replacement Project Doc #: J407X-PM0017-001 CO3 Date: 11/14/2025 Rev #: Page #: 4 of 5 Note: The schedule of values included in this change order shows the original contract values (not including any other change orders) compared to the tasks/scope values of this specific change order. [See next page] Page 4 www.RED.Group Project Plant High LevelAciNiTy CSP1 Westside 1-Mobilization CSP1 Westside 1-Mobilization CSP1 Westside CSPS Westside 2 - Famdiariza[ion & Preliminary Assessmen[ 2-Familiarization & PreliminaryAssessment 2 - Famdiariza[ion & Preliminary Assessmen[ 2-Familiarization & PreliminaryAssessment 2 - Famdiariza[ion & Preliminary Assessmen[ 2-Familiarization & PreliminaryAssessment 2 - Famdiariza[ion & Preliminary Assessmen[ CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 CSP 1 Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side westside Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Westside Wes[side Sub-Level Activity Bonds TBD Pro�ec[ Management Pre-Site Visit Review of Existing Docs, Design, & Software Si[e Vists - CondRion Assessmen[ & I/O Loop Checks I/O Inspections Forms, I/O Reports, CondiGon Assessment Reports FCN - As-Installed Ca[ A PLCs Workshops - System Assessment Coordination, As-Installed FC N Expenses 3- Design Pro�ec[ Management 3- Design FCN - New Cat A PLCs 3- Design SCADA System Component Spec ifica[ion 3- Design Network Design Drawings - Physical & Vutual 3- Design Test Bench Design 3- Design New FB & A01 Development 3- Design Workshops - SCADA Archi[ecture, FCN Developmen[, Cu[over Planning 3-Design Expenses 7-Configura[ion,Curover,&Star[up Pro�ec[Management 7-ConfiguratioqCutover,&Startup Programming&Configuration-SCADADevelopment 7-Configuration,Curover,&Startup Programming&Configuration-CatAPLCPrograms 7-ConfiguratioqCutover,&Startup Programming&Configuration-IntegrateallPLCswithnewSCADA 7-Configuration,Curover,&Startup Programming&Configuration-PlantOperationalReports 7-ConfiguratioqCutover,&Startup Programming&Configuration-ConfigureHistonan 7-Configura[ion,Curover,&S[ar[up Programming&Configuration-ConfigureTable[s,Desktops,Touchscreens 7-ConfiguratioqCutover,&Startup Programming&Configuration-30%Submittal 7-Configuration,Curover,&Startup Programming&Configuration-60%Submittal 7-ConfiguratioqCutover,&Startup Programming&Configuration-90%Submittal 7-Configura[ion,Curover,&S[ar[up Programming&Configuration-A�armManagement5ubmittals 7 - Configuration, Curover, & Startup 7 - Configuration, Curover, & Startup 7 - Configuratioq Cutover, & Startup 7 - Configuration, Curover, & Startup 7 - Configuratioq Cutover, & Startup 7 - Configuration, Curover, & Startup 7 - Configuratioq Cutover, & Startup 7 - Configuration, Curover, & Startup 7 - Configuratioq Cutover, & Startup 7 - Configuration, Curover, & Startup 7 - Configuratioq Cutover, & Startup 7 - Configuration, Curover, & Startup 7 - Configuratioq Cutover, & Startup 7 - Configuration, Curover, & Startup Programming & Configura[ion - Workshops (SCADA & PLC Programming, Reports) Factory Acceptance Tes[ing - Documen[ation & Repor[ing Factory Acceptance Testing - Unwitnessed FAT Factory Acceptance Tes[ing - W itnessed FAT Cutover Plan & Documentation Cutover 7raini ng Documentation Cutover Training Workshops Cutover Cutover Workshops Cutover New Hardware Setup & SCADA Communication Cutover PLC Cu[overs Cutover Rnal Drawings & Documentation Cutover - Follow Up Training Cutover Maintenance Work Expenses TwoYear Capitalization High Level StartDate Duration Capitahzation ChangeOrder3�RFl- Capitalization Yes Budge[�$) (mmm-yy) (months) EndDate Dependency No 1z1-Budget($) (mmm-yy) ._ , zs,sszoo Wes[side 1- Mobilizat on Subro[al---> $ 26,667.00 $ 18,800.00 $ 7,300.00 $ 37,100.00 $ 3,400.00 $ 83,700.00 $ 21,800.�0 $ 26,500.00 Westside2-Familiar¢ation&PreliminaryAssessment5ubtotal---> $ 198,600.00 ' $ 11,000.00 $ 16,800.00 $ 7,900.00 $ 9,600.00 $ 2,200.00 $ 5,100.00 $ 27,100.00 $ 31,800.�0 Westside3-Design5ubtotal--> $ 111,500.00 ' $ 129,350.00 � $ $ 105,250.�0 $ 66,700.00 $ 101,500.00 $ 40,600.00 $ 20,200.00 $ 18,300.00 � $ $ 40,200.00 $ 19,600.00 $ 17,300.00 $ 23,100.00 $ 8,900.00 $ 31,000.00 $ 64,000.00 $ 42,300.00 $ 87,800.00 $ 7,600.00 $ 4,800.00 $ 6,400.00 $ 60,900.00 $ $ 20,300.00 $ 15,000.�0 $ $ 14,400.00 $ 16,342.�0 $ 38,774.00 $ Westsitle7-Configuration,Curover,&5[ar[upSubtotal---> $ 1,000,616.00 $ WestsideGrandTotal---> � $ 1,337,383.00' 877 PM and procurement 2,150 4,033 Production,lnstallation&Commissioning 766 Dwg 13,938 21,764 WSchangeortlertotal Pro�ect Plant HighLevelAcrtvity Sub-LevelActivity CSP1 EagleMountain 1-Mobilization CSP1 EagleMountain 1-Mobilization CSP 1 Eagle Mountain CSP 1 Eagle Mountain Bonds TBD CSP1 EagleMountain 2-Familiarization&PreliminaryAssessmen[ PmjectManagemen[ CSP1 EagleMountain 2-Familiarization&PreliminaryAssessment Pre-SiteVisitReviewofExistingDocs,Design,&Software CSP1 EagleMountain 2-Famdiarization&PreliminaryAssessmen[ SrteVists-Condi4onAssessment&I/OLoopChecks CSP 1 Eagle Mountain 2- Familiarization & PreliminaryAssessment I/O lnspections Forms, I/0 Reports, Condition Assessment Reports CSP1 EagleMountain 2-Familiarization&PreliminaryAssessmen[ FCN-As-InstalledCatAPLCs CSP1 EagleMountain 2-Familiarization&PreliminaryAssessment Workshops-SystemAssessmentCoordination,As-InstalledFCN CSP1 EagleMountain 2-Familiarization&PreliminaryAssessmen[ Expenses CSP 1 Eagle Mountain CSP 1 Eagle Mountain CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 CSP1 Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain Eagle Mountain 3 - Design Project Management 3- Design FCN - New Cat A PLCs 3- Design SCADA System Component Specification 3- Design Network Design Drawings - Physical & Virtual 3- Design Tes[ Bench Design 3- Design New FB & A01 Development 3- Design Workshops - SCADA Architecture, FCN Development, Cutover Planning 3 - Design Expenses 4-Configuration,Cutover,&5[artup PmjectManagemen[ 4-Configuration,Cutover,&Startup Programming&Configuration-SCADADevelopment 4-ConfiguratioqCutover,&5[artup Pmgramming&Configuration-CatAPLCPrograms 4-Configuration,Cutover,&Startup Programming&Configuration-IntegrateallPLCswithnewSCADA 4-Configuration,Cutover,&5[artup Pmgramming&Configuration-Plan[OperationalReports 4-Configuration,Cutover,&Startup Programming&Configuration-ConfigureHistorian 4-ConfiguratioqCutover,&5[artup Pmgramming&Configuration-ConfigureTa6lets,Desktops,Touchscreens 4-Configuration,Cutover,&Startup Programming&Configuration-30%Submittal 4-Configuration,Cutover,&5[artup Pmgramming&Configuration-60%Su6mittal 4-Configuration,Cutover,&Startup Programming&Configuration-90%Submittal 4-ConfiguratioqCutover,&5[artup Pmgramming&Configuration-AlarmManagementSubmittals 4- Configu ration, Cutover, & Startup 4- Configu ration, Cutover, & Startup 4- Configu ratioq Cutover, & 5[artup 4- Configu ration, Cutover, & Startup 4- Configu ration, Cutover, & 5[artup 4- Configu ration, Cutover, & Startup 4- Configu ratioq Cutover, & 5[artup 4- Configu ration, Cutover, & Startup 4- Configu ratioq Cutover, & 5[artup 4- Configu ration, Cutover, & Startup 4- Configu ratioq Cutover, & 5[artup 4- Configu ration, Cutover, & Startup 4- Configu ration, Cutover, & 5[artup 4- Configu ration, Cutover, & Startup Programming & Configuration - Workshops (SCADA & PLC Programming, Reports) Facrory Acceptance Testing - Documentation & Reporting Fac[ory Accep[ance Testing - U nwitnessed FAT Facrory Acceptance Testing - W itnessed FAT Cutover- Plan & Documentation CutoverTraining Documentation Cutover-Training Workshops Cutover - Cutover W orkshops Cutover- New Hardware Setup & SCADA Communication Cutover PLC Cutovers Cutovery Final Drawings & Documentation Cutover FoUow U p Training Cutover- Mamtenance Work Expenses TwoYear Capitalization Start Date Duration Capitalization High Level Change Order3 Capitalization Yes Budget�$) (RFI-12�-Budget (mmm-yy) (months) EndDare Dependency No ($) (mmm-yy) _ _ � $ 26,667.00 � � � EagleMountainl-MobilizaionSubtotal---> $ 26,667.00 $ 18,800.00 $ 7,300.00 $ 13,600.00 $ 3,400.00 $ 83,700.00 $ 21,800.00 $ 26,500.00 EagleMountain2-Famdiarization&PrelimmaryAssessmentSubtotal---> $ 175,100.00 ' $ 11,000.00 $ $ 13,700.00 $ 13,800.00 $ 2,200.00 $ 5,100.00 $ 27,300.00 $ 31,800.00 EagleMountain3-DesignSubtotal---> $ 104,700.00 ' $ 130,000.00 � $ $ 123,700.00 $ - $ 163,333.00 $ 40,400.00 $ 20,200.00 $ 18,300.00 � $ $ 7,418.00 $ 5,000.00 $ 5,000.00 $ 39,200.00 $ $ $ $ $ $ $ $ $ $ 8,900.00 31,000.00 64,300.00 42,300.00 155,441.00 97,600.00 4,800.00 6,400.00 60,900.00 I+ $ 1 1,378 PM and procuremen[ 3,808 5,591 Production,lnstallation&Commissioning $ 15,000.00 � $ 766 Dwg $ 14,400.00 $ 16,342.00 $ 94,000.00 $ 26,599 EagleMountain4-Configuration,Cutover,&StartupSubtotal---> $ 1,163,934.00 $ 38,141 EMchangeordertotal EagleMountainGrandTotal---> �$ 1,470,401.00, �? ED Grov p Change Order Request Form Project: SCADA Replacement Project Doc #: J407X-PM0017-001 CO3 Date: 11/14/2025 Appendix A— IPCs and Rolling Carts (swivel tilt assembly) cutsheets Rev #: Page #: 5 of 5 Page 5 www.RED.Group PPC-315SW PPC-318SW PPC-3Z1SW Features • Intel° Alder Lake N97 2.OGHz quad-core processor • 15.6"/18.5"/21.5" true-flat TFT LCD with projected capacitive touch control • Fanless design with low power consumption • Supports 1 x M.2 M Key 2242/2280 (SATA or NVME PCIe x 1),1 x 2.5" SATA bay for storage • Supports dual displays (1 x external DP) • Supports iDoor • Support PCI or PCIe • Supports VESA 100 • IP66-rated front panel Ap,ww�estercom.eu � ADL N 15.6"/18.5"/21.5" Fanless Widescreen — Panel PC with Intel� N97 Quad-Core ADL_N Processor �C r cQ % ��� «c C E FCC `°` " Introduction PPG300 ADL_N is a high-value, ultra-slim panel PC equipped with TFT LCD, and low-power Intel° N97 quad-core, 2.OGHz, processor to provide highperformance computing in a compact and fanless system. For high durability and functionality, the PPG300 ADL_N features an IP66-rated front panel, multi-touch projected capacitive touchscreen, die cast aluminum alloy enclosure, two serial ports, four USB ports, and two GbE LAN ports, making it suitable for diverse industrial applications. Specifications Model Name I CPU I Frequency I Cache I Memory IStorage I Network (LAM PPC-315SW ADL_N I PPC-318SW ADL_N Intel° Alder lake N N97 quad core 2.0 GHz upto 3.6GHz with Turbo 6 MB 1 x SODIMM, DDR5 4800MHz, max. 16G6 1 x M2 M Key 2242/2280 (SATA or NVME PCIe x 1), 1 x 2.5" SATA bav` 2 x 10/100/1000/2500 Mbps Ethemet pntel 1226 LM) 2 x RS-232/422/485 3 x USB 3.2, 1 x USB2.0 1 x GPIO & 2 x USB 2.0 (optlonal)' 1xDP 1 x Line out 1 x M2 B key 2242 or3042/3052 (SATA, PCIe X1 ,USB 3.0 & SIM slot) 1 x M2 E Key 2230 (PCIe & USB 2.0) 1 x iDoor (optional)' 1 x PCI or PCIe x1 (optionaq" 255 tlmer levels; setup bV software 1x2W 395.7 x 245.1 x 50.4mm 464.5 x 285.5 x 53.4mm (15.6x9.6x2.01n) (18.3x112x2.1 in) 426 kq (9.4 Ib) 5.17 kq (11.4 Ib) Wlndows 10 LTSC. Windows 11, Linux, Antlriotl 24Voc ± 20 % 35W (Bum-'m test 8.1 in Wintlows 10 40W (Bum-in test 8.1 in Windows 10 64-bit) 64-bit) 15.6" FHD TFT LED LCD 18.5" WXGA TFT LED LCD 1920 x 1080 1366 x 768 89 (left), 89 (riqht), 89 (up), 89 (down) 85 (left), 85 (riqht), 80 (up), 80 (down) 350 450 S00 1000 50,OOOhrs (min.) 50,OOOhrs (min.) Multi-touch proiected capacitive >S6 % USB Interface -10 - 50 °C (32 -122 °F) -20 - 60 °C (-4 -140 °F) 95 % @ 40 °C Woo-Condensinq) Operatinq 10 G Peak Acceleration (11 ms Duration), Follows IEC 60068-2-27 Operatinq Random Vibrafion Test 5-500Hz, 2Grms @with SSD, Follows IEC 60068-2-64 CE,FCC Class B, BSMI, EN60601-1-2, UKCA CB. UL, CCC, UKCA IP66 compllant I PPC-321SW ADL_N System I I/0 Expansion I Watchdog Timer Speaker Physical Characteristics Dimensions Welqht OS SllppOr� OS SuppO�t Input Voltaqe Power Comsumption power Consumption DiSpl24 TVPE I Max. Resolufion LCD I Viewinq Anqle I Luminance (cd/mz) I Contrast Ratio Backllqht Lifetime Touchscreen Touchscreen I LiqhtTransmisslon Control ler Operatinq Temperature I StoraqeTemperature I Relative Humiditv Environment I Shock I Vibration I EMC I Safetv I Front Panel Protecfion .� � . • i All protluct specifications are subject to change without notice. 529.6 x 321.3 x 53.4mm (20.9x12.6x2.11n) 624 kq (13.8 Ib) 45W (Burn-in test 8.1 in Windows 10 64-bifl 21.5" FHD TFT LED LCD 1920 x 1080 89 (left), 89 (riqht), 89 (up). 89 (down) 250 1000 50,OOOhrs (min.) Last updated: 5-Ju1-2024 www.westercom.eu PPC-315SW ADL N PPC-318SW ADL N PPC-321 SW ADL N Dimensions Unit: mm PPC-315SW ADL N � ol .' �,'.� „ � � 385.7 395.7 5_5 1603 75.0 q 386.8±0.50 i � �, _ — . �. 0 � � ^ o III � � � „'^., ,,, N Cutout Dimensions ry ry ^ � m [ ] N " ' ' i� �c u•�eerew . r oai�� • �..�_. _ Panel Cutout Dimensions: 386.8 x 236.2 mm (15.23 x 9.30 in) PPC-318SW ADL N �� , � N1 r / , .. � �� � 454.6 464.5 ���� 75.0 9 455.6±0.50 , N. � [ ] � � O yl ✓1 O � � � �I � � Cutout Dimensions N N �O n I 1 N �� \\ ••4��fl�a4e /J �� Panel Cutout Dimensions: 455.6 x 276.6 mm (17.94 x 10.89 in) PPC-321SW ADL N �� , _r _ --_ 21 0 519.6 529.6 5.5 _ 2273 75.0 q\ 520.7±0.50 � v 0 0 0 m m^ � II �� � Cutout Dimensions � [ � e � 1. �J�" s� ^� — ° k ' �, _ � e ,���m��. i/ _ „ Panel Cutout Dimensions: 520.7 x 312.4 mm (20.5 x 12.3 in) � •� � �. � www.advantech.com/products www.westercom.eu PPC-315SW ADL N PPC-318SW ADL N PPC-321 SW ADL N Ordering Information I Part Num6er I PPC-315SW-PN9A I PPC-318SW-PN9A I PPC-321SW-PN9A I 96PSA-A90W190T-3 I 1700001524 I 170203183C I 1700008921 I 96C6-POWER-B-I.BMB I PPC-174T-WL-MTE I PPGSTAND-A1E I PPGARM-A03 ARM I PPC-WLAN-D2 � 98R3P300010 I 98R1P300S00 I 98R1P300S10 Description 15.6" PPC w/Intel N97, P-Cap 18.5" PPC w/Intel N97, P-Cap 21.5" PPC w/Intel N97, P-Cap Poweradapter100-240V 90W 19V POWER Cord 3P UL 10A 125V 180cm POWER Code 3P Europe (WS-010+083)183 cm POWER CORD 3P/3P POWER SUPPLY 1.8 M PSE Power code 3P CCC(China)1.8M Wall mount kit for PPC series Stand for PPC series VESA Standard for PPC series M.2, WiFi6+BT5.2, 2T2R, w/Antenna, Mini PCIe PPG300 RFID Read only 13.56MHz&125k Add-on box for PCI or PCIe expansion (include PCI / PCIe riser card)" Additional ports module (2 x USB 2.0+1 x GPIO)' Support iDoor Modules I Part Num6er Description I PCM-34R1TP-AE 1 port Gigabit Ethernet,lnte101225, 2.5Gb/s, TSN I PCM-34R2GL-AE 2 ports Gigabit Ethernet,lnte101350 I PCM-34D2R4-AE 2 ports Isotated RS-422/485,DB9 I PCM-34D2R2-AE 2 ports Isolated RS-232,D69 I PCM-34D4R4-AE 4 ports non-isolated RS-422/485, D637 cable I PCM-34D4R2-AE 4 ports non-isolated RS-232,D637 cable I PCM-37D24DI-AE 4 channels isolated digital I/0 with counter, D637 I PCM-23C1CF-CE 1 slot Cfast iDoor for CFast with PWR cable * iD00R , additional ports or 2.5" SATA bay can't be installed in the same time since they share the same space. '*PCIe riser card supports PCIe x1 singal, but the slot is PCIe x4(PCIe x1 compatiable). I/0 View � ����Da � o .r� � I I � `� I I-�-� I-I � � � I I I I I I I I I A B C D E F G H I A. Line out B. COM1: RS-232/422/485 C. COM2: RS-232/422/485 D. 2 x LAN E. DP F.2xUS63.2 G. 2 x USB 2.0 H. DGIn I. Power Button ►i + � n�/ent HOFFMAN CATALOG NUMBER � .. . We connect and protect A swivel and tilt mechanism provides an easy way to rotate and tilt an HMI enclosure to a convenient operating position. It is tlesigned for use between the bottom of an HMI enclosure and a pedestal (enclosure reinforcement may be required). Tilt lock has a large release knob that allows quick incremental adjustment. Swivel can be locked in any position for safe operation. A large center opening accommodates control cables that have attached plugs. FEATURES Tilt allows forward and backward movement up to 30 degrees from horizontal Swivel allows 350-degree maximum rotation Integral stops at 30-degree increments between 60 degrees and 180 degrees of rotation Hardware and gasket to attach enclosure are included Do not use the swivel between an overhead support and an enclosure PRODUCT ATTRIBUTES Article Number: 37780 Height: 8in Width: 8in Depth: 8in Material: Aluminum Finish: Anodized Thickness: 0.15in Max Enclosure Size: 33.0 x 24.00 x 24.00in Max Load, Including Enclosure: 1501b Weight: 16.31b WARNING nVent products shall be installed and used only as indicated in nVent's product instruction sheets and training materials. Instruction sheets are available at www.nvent.com and from your nVent customer service representative. Improper installation, misuse, misapplication or other failure to completely follow nVent's instructions and warnings may cause product malfunction, property damage, serious bodily injury and death and/or void your warranty. � Our powerful portfolio of brands: n�/ent CADDY ERICO HOFFMAN ILSCO SCHROFF TRACHTE =02�25 nVent. All nVent marks and logos are owned or licensed by nVent Services GmbH or rts affiliates. All other trademarks are the property of theu respective owners. nVent reserves the nght m change specifications wrthout notice. This document is system-generated. hV@ht.COfTI/�"�QFFM%�N I 2 Contract Compliance Mana�er 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. � ��e%��� ature Jacob Pena Name of Employee SCADA Manager °qn Title aoFF°p*�ad a° �� op.i 0 � ATTEST: � �� °oQ° o 00 =p �"�- dd�4 nE4pgq.�a U Jannette S. Goodall City Secretary OFFIGIAL RECORD CITY SECRETARY FT. WORTH, TX F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name Remont Engineering and Design Group, LLC Subject of the Agreement: Fort Worth Water SCADA Replacement M&C Approved by the Council? * Yes ❑ No ❑✓ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑✓ No ❑ 6224o-0O2 If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 0 No ❑ If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: N/A Expiration Date: N/A If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑ No ❑✓ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 103086 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑✓ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department.