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.