Loading...
HomeMy WebLinkAboutResolution 2005-135 N.C.S. 08/01/2005 Resolution N®. Zoos-i3s~,~,s, of the City of Petaluma, California RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH ARCSINE ENGINEERING FOR PROGRAMMING SERVICES IN SUPPORT OF CONSTRUCTION OF THE ELLIS CREEK WATER RECYCLING FACILITY WHEREAS, in 1938, the original wastewater treatment processes were constructed at 950 Hopper Street; and, WHEREAS, to meet the community's needs and changing regulatory requirements, various upgrades and additions to the wastewater treatment plant were conducted through the 1960s; and, WHEREAS, in 1972, the oxidation ponds were constructed at 4400 Lakeville Highway to provide additional treatment capacity; and, WHEREAS, in 1988, with influent flows exceeding 75%'of the permitted capacity of the wastewater treatment facility, and necessary upgrades to the facility to increase treatment capacity and continue to meet the needs of the community were determined to be too costly, the City determined to replace the existing wastewater treatment facility; and, WHEREAS, in 1991 the City executed a Memorandum of Understanding with Envirotech Operating Services (EOS) to design, build, construct, own and operate (20 years) a new wastewater treatment facility (Resolution No. 91-107 N.C.S.); and, WHEREAS, on July 31, 1991, EOS submitted an application to the California Public Utilities Commission (CPUC) seeking an exemption from CPUC regulation under the California Local Government Privatization Act of 1985; and, WHEREAS, on October 21, 1991, Administrative Law Judge Ramsey determined that the MOU did not meet the requirements of the Public Utilities Code and ordered that "the application is denied without prejudice to refiling after amendment"; and, Resolution No. 2005-135 N.C.S. WHEREAS, in February 1992 EOS and the City mutually agreed to rescind the MOU; and, WHEREAS, on June 20, 1994, following a report prepared by Ernst and Young, the City Council adopted Resolution No. 94-156 N.C.S., which directed that the Service Agreement Approach (privatization) be utilized for procurement of a new wastewater treatment facility; and, WHEREAS, on June 17, 1996, the City Council adopted Resolution No. 96-163 N.C.S., which certified the Final EIR documents, Resolution No. 96-164 N.C.S., which approved the Project, and Resolution No. 96-165 N.C.S., which approved and authorized issuance of the Request For Proposal; and, WHEREAS, on July 17, 1996, the RFP was issued to five pre-qualified vendor teams; and, WHEREAS, in January 1997, the City received proposals from Montgomery United Water (MUW) and US Filter/EOS; and, WHEREAS, the Citizens' Wastewater Advisory Committee considered the proposals on May 28, 1997, June 3, 1997, June 4, 1997, July 2, 1997, October 20, 1997, October 30, 1997, November 4, 1997, November 18, 1997, and on December 3, 1997; and, WHEREAS, the City Council considered the proposals on July 7, 1997, September 8, 1997, September 15, 1997, September 22, 1997, September 29, 1997, October 6, 1997, December 3, 1997, and December 1997; and, WHEREAS, on 3anuary 5, 1998, the City Council adopted Resolution No. 98-11 N.C.S., which selected MUW for contract negotiations; and, WHEREAS, negotiations with MUW on technical, legal and agreement issues began on January 27, 1998 and proceeded through spring 1999; and, Resolution No. 2005-135 N.C.S. Page 2 WHEREAS, on September 21, 1998, the City Council, recognizing the need for development of a public alternative to the proposed privatization project, approved preparation of the wastewater treatment facility master plan; and, WHEREAS, on September 21, 1999, the City Council adopted Resolution No. 99-188 N.C.S., which terminated the privatization process and established City ownership of the new wastewater treatment facility. Reasons cited for this determination included, among others: 9 Risk of Change Required Over 30-Year Contract Term. Changes in the City's needs may occur during the 30-year life of the contract. The City is at a disadvantage by being able to negotiate with only one party for changes in the facility's capacity. Requirement of Fair Market Value Purchase. In order for MUW to retain tax ownership, the City's option to purchase the facility at the end of the contract term would have to be at fair market value. The price of the facility could not be fixed in the contract, but would depend on the value of the facility at the time of the exercise of the option, thereby putting the City and ratepayers at risk of having to pay for part of the plant twice. 1 Lack of City Approval of Design. In order for MUW to retain tax ownership, Section 4.8.1 of the agreement limited the City's participation in the design process. ® Third Party Services. In order for MUW to retain tax ownership, Section 5.2.4 would allow the Company to provide services to others (in addition to the City) at the Project Site. ® Inability to Agree On Contract Language. After extensive negotiations between the City and MUW, specific contract language on the above and other critical issues could not be agreed upon. WHEREAS, on September 21, 1999, the City Council adopted Resolution No. 99-189 N.C.S., which approved the Wastewater Treatment Master Plan, with the understanding that the Master Plan's recommended project would be further reviewed to address questions asked by the City's independent wastewater professionals; and, Resolution No. 2005-135 N.C.S. Page 3 WHEREAS, on October 29, 1999, the City issued. a Request For Proposal for engineering services in support of the water recycling facility project (new wastewater treatment facility); and, WHEREAS, the City Council adopted Resolution No. 00-66 N.C.S. on April. 3, 2000, which authorized the City Manager to execute a professional services agreement with Carollo Engineers for engineering services in support of Phase 1 -Project Report of the Water Recycling Facility Project; and, WHEREAS, five alternatives for the new water recycling facility were presented at a Public Forum at the Community Center on June 14, 2000; and, WHEREAS, the City Council heard a discussion. on the criteria for evaluating the alternatives on September 5, 2000; and, WHEREAS, the results of the analysis and comparison of the alternatives were presented at a Public Forum at the Community Center on November 8, 2000; and, WHEREAS, the City Council considered and discussed the Draft Water Recycling Facility Project Report (Carollo Engineers, November 2000) on November 20, 2000; and, WHEREAS, the City Council adopted Resolution 00-214 N.C.S. on December 11, 2000, which approved the Water Recycling Facility Project Report (Carollo Engineers, November 2000), selected Alternative 5 -Extended Aeration as the preferred alternative for the new water recycling facility, and identified Option A -Wetlands as the preferred alternative for algae removal over Option B - DAFs; and, WHEREAS, the City Council adopted Resolution 00-215 N.C.S. on December 11, 2000, which authorized the City Manager to execute a professional services agreement with Carollo Engineers for professional engineering services in support of Phase 2 -Project Development of the Water Recycling Facility Project; and, Resolution No. 2005-135 N:C.S. Page 4 WHEREAS, the City Council considered the Water Recycling Facility Project and the Draft Water Recycling Facility Predesign Report (Carollo Engineers, November 2001) on November 14, 2001, November 28, 2001, December 17, 2001 and January 7, 2002; and, WHEREAS, the City Council adopted Resolution 2002-012 N.C.S. on January 7, 2002, which approved design parameters for the preferred alternative for the water recycling facility project and authorized completion of the environmental impact report; and, WHEREAS, the City prepared Water Recycling Facility and River Access Improvements Draft EIR (April 2002) and distributed it to the California State Clearinghouse and to all responsible local, state and federal agencies involved in the Project and made it available for public review; and, WHEREAS, the City Council held noticed public hearings on May 13, 2002, and May 20, 2002, during which all interested persons were provided an opportunity to comment on the adequacy of the Draft EIR; and, ' WHEREAS, the public review period for the Draft EIR began April 15, 2002, and closed May 29, 2002; and, WHEREAS, the City prepared Water Recycling Facility and River Access Improvements Final EIR and Response to Comments (July 2002), which responded to comments received on the Draft EIR. The Final EIR did not identify any new significant impacts that had not been previously evaluated in the Draft EIR. WHEREAS, the City Council held a noticed public hearing on August. 5, 2002, to consider the Final EIR; and, WHEREAS, after due consideration, the Petaluma City Council adopted Resolution 2002-135 N.C.S. certifying the Final Environmental Impact Report for the Water Recycling Facility and River Access Improvements Project and made the following findings on August 5, 2002. Resolution No. 2005-135 N.C.S. Page 5 1. The Final Environmental Impact Report has been completed in compliance with the California Environmental Quality Act (CEQA) and the State CEQA Guidelines. 2. The documents referenced below constitute the Final Environmental Impact Report and were presented and considered along with both written. and oral comments received during the public review period on the Project and environmental documents: a. Water Recycling Facility and River Access Improvements Draft Environmental Impact Report, in two volumes (Apri12002). b. Water Recycling Facility and River Access Improvements Final Environmental Impact Report and Response To Comments (July 2002). 3. The City Council, as the decision making body of the City of Petaluma, independently reviewed, analyzed and considered the information in the Final EIR and found that the contents of the Final EIR reflect the independent judgment of the City of Petaluma 4. The Final EIR was published, made available and circulated for review and comment. W>FIEREAS, the Project certified in the Final EIR included locating a portion of the treatment plant at 4400 Lakeville Highway, the current site of the City's oxidation ponds (APN 0680-010-025, 032 and 024), with polishing treatment wetlands located at 4104 Lakeville Highway (APN 068-010-026, and 017-170-002); and, WIEIEREAS, the City completed approximately 50% design of the facility in November 2002; and, WI~EREAS, through the value engineering effort conducted in December 2002, it became apparent the alternative of locating the water recycling facility at 4104 Lakeville Highway and preserving the oxidation pond site for its current function warranted further evaluation; and, WHEREAS, to construct the water recycling facility at the oxidation pond site would require the removal, drying and disposal of sludge from the aerated lagoon and oxidation pond no. 1, construction of a pipeline to deliver influent to oxidation pond no. 2, the construction of Resolution No. 2005-135 N.C.S. Page 6 aerators in oxidation pond nos. 2 and 3 to maintain and improve treatment capacity, and require the placement of approximately 250,000 cubic yards of imported fill in the oxidation pond no. 1; and, WHEREAS, a feasibility study determined that locating the water recycling facility at 4104 Lakeville Highway was feasible and yields many benefits; and, WHEREAS, the City Council adopted Resolution No. 2003-196 N.C.S. on August 18, 2003, which authorized the City Manager to execute an amendment to the professional services agreement with Carollo Engineers for engineering services in support of locating the new treatment plant at 4104 Lakeville Highway; and, WHEREAS, the City Council authorized acquisition of approximately 262 acres of land in the 4000 block of Lakeville Highway for construction of the Water Recycling Facility and. development of the Petaluma Marsh Acquisition, Enhancement and Access Project on September 8, 2003 through Ordinance No. 2161 N.C.S. for the purchase of real property described as Sonoma County Assessor's Parcel Nos. 068-010-026 and 017-010-002; and, WHEREAS, the City acquired Parcel Nos. 068-010-026 and 017-010-002 in February 2004 with the assistance of grant funding from the California Coastal Conservancy and the Sonoma County Agricultural Preservation and Open Space District; and, WHEREAS, an Addendum to the Water Recycling Facility and River Access Improvements EIR was prepared to evaluate potential changes to the environmental affects of the Project due to the proposed Project revisions; and, WHEREAS, the EIR Addendum concluded that the determinations of the Final EIR remain valid for the revised Project in that none of the Project modifications will have new significant impacts or substantially increase the severity of previously identified significant effects, or otherwise meet the requirements of CEQA Guidelines Section 15162 which outlines the standards by which subsequent EIRs are required; and, Resolution No. 2005-1'35 N.C.S. Page 7 WHEREAS, the EIR Addendum was published on April 15, 2004 and was available for public review at the City of Petaluma City Hall, Petaluma Library, Petaluma Community Center, Petaluma Senior Center, and the Santa Rosa Junior College, Petaluma campus; and, WHEREAS, the City Council adopted Resolution No. 2004-101 N.C.S. Re-certifying Water Recycling Facility and River Access Improvements Project Final Environmental Impact Report Addendum, and Adopting Findings and Statement of Overriding Considerations, and Adopting Revised Mitigation Measures and Monitoring Program on June 7, 2004; and, WHEREAS, the City Council adopted Resolution No. 2004-092 N.C.S. Authorizing the City Manager to Execute a Professional Services Agreement with The Covello Group for Construction Management Services Task 1 and Task 2 for the City of Petaluma Ellis Creek Water Recycling Facility Project on June 7, 2004; and, WHEREAS, the City Council adopted Resolution No. 2004-156 N.C.S. Authorizing General Contractor and Electrical. Subcontractor Prequalification for the City of Petaluma Ellis Creek Water Recycling Facility Project on August 16, 2004; and, WHEREAS, the Site Plan and Architectural Review Committee approved the Project on November 18, 2004; and, WHEREAS, the Petaluma Planning Commission considered the Project and the proposed land use designations at 4104 Lakeville Highway on December 14, 2004, and recommended the City Council approve the General Plan Amendment to the land use designation of Public/Institutional, prezoning to Planned Community District (PCD) and rezoning from Agricultural to Planned Community District, and annexation to the City of Petaluma; and, WHEREAS, the City Council considered the Ellis Creek Water Recycling Facility on February 7 and 28, 2004 and directed the Department of Water Resources and Conservation to complete the contract documents for Alternative lA -Full Project With Bid Alternate for the Ellis Creek Water Recycling Facility and issue the contract documents to the following prequalified contractors for solicitation of bids for construction: Resolution No. 2005-135 N.C.S. Page 8 General Contractors • Slayden Construction • Kiewit Pacific Company • Monterey Mechanical • Balfour Beatty Construction, Inc. • Walsh Pacific Construction • ARB, Inc. Electrical Contractors • Mass Electric • Contract Costa Electric • HGH Electric • Blocka Construction • Con J. Franke Electric WHEREAS, the Ellis Creek Water Recycling Facility Project ("Project") is included in the Department of Water Resources and Conservation Fiscal Year 2005-2006 Capital Improvement Program Budget; and, WHEREAS, in accordance with Article X of the City of Petaluma Charter, the Petaluma Municipal Code, California Public Contract Code Section 20162 and other applicable law, the City of Petaluma solicited bids for the Project; and, WHEREAS, the Project bids were received on July 14, 2005, and opened in accordance with California Public Contract Code Section 4105.5 and other applicable law; and, WHEREAS, the apparent lowest bid for the Project was the bid of Kiewit Pacific Company in the amount of $106,250,200 for the Base Bid and $4,078,800 for Bid Alternate No. 1, for a total bid of $110,329,000; and, WHEREAS, Kiewit Pacific Company was prequalified on December 15, 2004 to bid for the Ellis Creek Water Recycling Facility Project; and, WHEREAS, the City Council adopted a Resolution certifying the 2005 Construction Addendum to the Water Recycling Facility and River Access Improvements EIR as modified by Resolution No. 2005-135 N.C.S. Page 9 the April 2004 Addendum and Adopting Findings of Fact and Adopting Revised Mitigation Measures and Monitoring Program on August 1, 2005; and, WHEREAS, the 2005 Construction Addendum to the Water Recycling Facility and River Access Improvements EIR concluded that the determinations of the Final EIR remain valid for the revised Project in that none of the Project modifications will have new significant impacts or substantially increase the severity of previously identified significant effects, or otherwise meet the requirements of CEQA Guidelines Section 15162 which outlines the standards by which subsequent EIRs are required; and, WHEREAS, ArcSine Engineering is a professional engineering firm that specializes in electrical, control, programming and instrumentation infrastructure and services for facilities that range in scope from simple commercial developments to complicated facilities such as water and wastewater treatment plants and NASA facilities; and, WHEREAS, ArcSine Engineering has been part of the Ellis Creek Water Recycling Facility Team since 2002, ArcSine conducted a value engineering review of the electrical and instrumentation design, and most recently conducted the biddability/constructability review; and, WHEREAS, ArcSine Engineering is familiar with the project and worked tirelessly to update control strategies and delineate the role of the Contractor, Programmer, and City for successful coordination of the contract documents for computer control of the Ellis Creek Water Recycling Facility; and, WHEREAS, the City requires the services of a professional programmer during construction of the Ellis Creek Water Recycling Facility to ensure the facilities, equipment, software and instruments are programmed in a cohesive and coordination manner to ensure the plant operates properly: and, WHEREAS, ArcSine Engineering is recommended for the following reasons: 1. The firm provided exceptional service to the City over the past 13 months through bid-ability and construct-ability reviews and in 2002 on value engineering reviews. Resolution No. 2005-135 N.C.S. Page 10 2. The firm has extensive experience with programming service on projects of similar complexity as the City's Ellis Creek Water Recycling Facility. 3. The firm has provided similar service to other agencies including the Central Contra Costa Sanitary District, the City of Anderson, and NASA. 4. The firm has a proven track record of controlling schedule and costs. 5. The firm is known for being proactive and solution orientated when addressing programming field issues. 6. The firm's core values are based on teamwork. 7. The firm has established management systems for project management. 8. The firm has impeccable reference checks. NOW, THEREFORE, DE IT RESOLVED by the City Council that: 1. The above recitals are true and correct and hereby declared to be findings of the City Council of the City of Petaluma. 2. The City Manager is authorized to execute a Professional Services Agreement with a contract not-to-exceed amount of $2,188,951 withArcSine Engineering for Programming Services as described in the scope of work that is attached to and hereby made a part of this Resolution as Attachment A on terms that are based on the City of Petaluma standard professional services agreement and modified as appropriate to implement-the scope of work, subject to approval as to form by the City Attorney. 3. Subject to available funds for the Ellis Creek Water Recycling Facility Project, the City Manager is hereby authorized to execute on behalf of the City of Petaluma amendments to the Agreement Scope of Work, and to the not-to-exceed amount, so long as such amendments in the aggregate do not increase the original Agreement not-to-exceed amount by more than 15% (excluding increases in the original not-to- exceed amount due to City-required insurance). 4. This Resolution shall become effective immediately. 5. All portions of this Resolution are severable. Should any individual component of this Resolution be adjudged to be invalid and unenforceable by a body of competent jurisdiction, then the remaining Resolution portions shall be and continue in full force and effect, except as to those Resolution portions that have been adjudged invalid. Resolution No. 2005-135 N.C.S. Page 11 The City Council of the City of Petaluma hereby declares that it would have adopted this Resolution and each section, subsection, clause, sentence, phrase and other portion hereof, irrespective of the fact that one or more section subsection, clause sentence, phrase or other portion may be held invalid or unconstitutional. .Under the power and authority conferred upon this Council by the Charter of said City. REFERENCE: I hereby certify the foregoing Resolution was introduced and adopted by the s to Council of the City of Petaluma at a (Regular) (Adjourned) (Special) meeting on the .........15` day of ........f'vugusL................................., 20.05., by the following vote: City Attorney AYES: Canevaro, Mayor Glass, Vice Mayor Harris, .Healy, Nau, O'Brien, Torliatt NOES: None ABSENT: None . ~ (J ~ ~y ATTEST: ....~!f . C. City Clerk Mayor Council File Res. No........~~~5-1.3.5........N.C.S. ATTACHMENT A PETAI.,IJIVIA Wes' PR®GRAIVIMgNG SC®PE W® May 10, 2005 Revised May 30, 2005 Revised June 7, 2005 Revised July 6, 2005 Revised July 18, 2005 Revised July 21, 2005 Revised July 22, 2005 ArcSine Job No. 0540 Revised July 25, 2005 ~A~~~+ ®F+' ~®N~~N~S INTRODUCTION SUMMARY OF WORD PROJECT MANAGEMENT WORI{SHOPS PROGRAMMING AMS/CMMS PURCHASE SUPPORT STARTUP AND TESTING TRAINING PROJECT CLOSEOUT CONTINGENCY SCHEDULE PERSONNEL WORK NOT INCLUDED ATTACHMENTS PROPOSED SCHEDULE OF PROCESS CONTROL WORKSHOPS PETALUMA WRF SUMMARY ®F TESTING ADDITIONAL TECHNICAL ISSUES PURCHASE SUPPORT (REFERENCE SPREADSHEET) EXAMPLE SCREENS TROUI3LESHOOTING SYSTEM EXAMPLE PROGRAMMING EXAMPLES Resolution No. 2005-135 N.C.S. Page 13 This Scope of Work covers programming and related activities for the Petaluma Ellis Creek Water Recycling Facility (WRF), which will commence construction in fiscal year 2006. ArcSine made certain optimizations in the work generally described as BY PROGRAMMER in the WRF Construction Contract Documents. The optimized arrangement is covered in this Scope. Additional related work items are also part of this Scope, including assisting the City with deployment of asset management systems (AMS) and computerized maintenance management systems (CMMS), and the deployment of a troubleshooting support system. The following section, Summary of Work, provides a brief overview of each work item. Below is a summary of work covered under this Scope. For details, refer to the corresponding item in the following Scope of Work. 1.0 Project Management: This work item includes development of a detailed work plan for the Programmer's activities, scheduling of these activities to coordinate with the Contractor's schedule, and ongoing management activities (progress reports, schedule adjustments, etc.). 2.0 Workshops: The workshops are a series of meetings whose purpose is to clarify and/or correct any discrepancies among the Construction Contract Documents. The meetings will be attended by City personnel and programming staff, and most will also include process design engineers (Carollo). The purpose of the workshops is'to resolve questions and conflicts among the Construction Contract Documents so that the programming staff can perform programming without ambiguity. 3.0 Programming:, This item includes PLC and OIP programming, display configuration, development of data structures, development of electronic and hardcopy reports, integration among systems, assistance with troubleshooting support system, and related development and recordkeeping activities. 4.0 AMS/CIVIMS: This item is for assistance to the City in purchasing licensing for AMS/CMMS (Asset Management System and Computerized Maintenance Management System). Included are assisting City staff with defining criteria, coordinating with vendors, assisting with choosing the package, and negotiations on behalf of the City for purchase price and terms and conditions. 5.0 Purchase Support: This work item includes defining requirements and assisting the City in purchasing plant control system hardware and software. Resolution No. 2005-135 N.C.S. Page 14 6.0 Startup and Testing: This item includes assistance with overall startup and testing including factory testing with .simulated inputs and outputs, panel factory testing, integrated software testing, and field startup and acceptance testing. 7.0 Training: This work item includes training and incorporation of City staff into the development and testing team. 8.0 Project Closeout: This work item includes assistance "with preparation of as-built drawings and operation and maintenance manuals. 9.0 Contingency: This work item covers out of scope tasks that the City might want to add in the course of the project. 1.0 PR®JEC'T li~Ir~I~AGEIVIEl~T This task includes work required to plan and manage the work as scoped. Activities include the following: W®1~ PLAN A detailed work plan will be developed early in the project, laying out a schedule which meets the overall requirements of the project. Work plan preparation will include a review and tabulation of contract requirements, and further development of the project approach described in this Scope. Develop and submit a preliminary work plan prior to the Contractor's schedule submittals, and edit and resubmit following receipt of Contractor proposed schedule. Discuss work plan at Management Team Meetings. As part of the work plan, set dates for workshops including those for process operation and control, including advance dates for providing the workshop materials to participants. This Scope does not include submittal of ongoing revisions to the work plan. This Scope provides for early work through critical foundational material, particularly those areas requiring input from the City. It is a goal to sequence and pace this work to establish criteria prior to the bulk of the programming work. Below are our early expectations for schedule, with these dates being adjusted as budget and project schedule require: Fiscal Year.2006 Mana eg ment Prepare work plan Meetings Resolution No. 2005-135 N.C.S. Page 15 Management Team Meetings (6) Package PLC Coordination Meetings (6) Workshops General Operations Workshops (2) Process Operation and Control Workshops (14) Troubleshooting Support System General Setup: Write requirements, lay out structures, test, submit to the City for review. Programming Lay out/structure entire programming effort Start WRF AMS/CMMS Package Selection Package Procurement Startup Purchase Support Early Planning Fiscal Year 2007 and Beyond The work plan will lay out the detail for the remainder of the project. For the WRF, a 36- to 42- month schedule is expected., PR®JECT TRACKING Perform progress tracking and budget tracking. Track responsibilities and loose ends. Prepare and submit status reports at Management Team. Meetings. This Scope allows for a total of 30 status reports in tandem with each management team meeting. MEETINGS, GENERAL. ArcSine conducts goal-oriented meetings.. A project kickoff meeting will be conducted, plus ongoing status and technical meetings as defined in this Scope. Meetings will include published agendas and questions/topics, followed by draft meeting minutes within 7 working days. MANAGEMENT TEAM MEETINGS Resolution No. 2005-135 N.C.S. Page 16 In addition to technical meetings, plan on project status meetings. Each meeting will cover budget and project statuses, identify and address potential problems, and schedule upcoming activities. For the first 24 months, plan on management team meetings every other month, then plan on monthly meetings, to the end of the project, for a total of 30 management team meetings. CONTRACTOR COORIDINATION MEETINGS As called for in 13410, participate in six half-day meetings associated with package PLC's.. This Scope does not allow for any additional general coordination meetings with the Contractor's organization. OTHER MEETINGS Elsewhere in this Scope other technical meetings and workshops are called for. 2.0 VV®I~SI-~®PS This Scope includes workshops involving City and other personnel, for the purpose of working through plant control issues. There are two categories of workshops included in this Scope: ® WRF Process Control Workshops ~ General Operations Workshops Both categories have as their main objective to ensure that the Programmer has all the information and tools required to do the work. While the result of these workshops could be used by the design engineer as the basis for change order documentation, this Scope does not include preparation of change order documentation. In addition to the topics described in this section of the Scope, refer to Attachment, Additional Technical Issues, which describes other areas of interest to the City. The work plan, as it pertains to workshops, should introduce these technical issues where they best fit. WORKSHOP SUMMARY This Scope lays out a preliminary configuration of workshops. As part of work plan development, the Scope and schedule of workshops will be refined within the general scope and quantities allowed for here. Below is a summary: General Operations Workshops Allow for two workshops covering global programming and related issues. Resolution No. 2005-135 N.C.S. Page 17 WRF Process Control Workshops Allow for 14 workshops covering process control for the WRF. See the attached Proposed Schedule of Process Control Workshops spreadsheet describing preliminary unit processes for each workshop. The dates shown in the attachment are preliminary, and will be adjusted as needed. GENERAL OPERATIONS WORKSHOPS The purpose of these workshops will be to solidify approaches to certain wide-reaching aspects of programming, which because they are largely in the background often are ignored-resulting in programming inconsistencies. Workshops will be attended by City personnel and programming staff. Among. other things, the results of these workshops will be provided to programming staff, package PLC suppliers, and designers for their use in reviewing submittals for motor control, package PLC's,. and related items. In addition, these general operations workshops should provide an early introduction to basic process control philosophy, as a means to establish continuity in the later process control workshops. Allow for two half-day workshops, plus preparation and followup. Options and suggested approaches to each item will be prepared in advance of each workshop to assure that participants aze well prepared, and workshops result in decisions. The material to be covered in these workshops is significant, and iri most cases will be presented briefly by the Programmer to the City, with little discussion. Sound practices to the issues above will be employed, and the Programmer will prepare for the workshops by summarizing the approaches to be taken, to allow for quick coverage of each recommended approach. Topics will include, but are not limited to, determining the programming approaches to the following: ~ Run versus start/stop logic. ® Auto/Manual. ® Valve/gate fail to open/close logic. . ® Equipment fail to start/fail to stop logic. ® Other failures. ® Inferred failures (flow/pressure checking, etc.). ® Approaches to PLC restarts. Resolution No. 2005-135 N.C.S. Page 18 e WRF data structures in accordance with existing City standards (for example, the Pumping Stations Master Plan includes suggested tag naming for wastewater and other facilities). ® Variable/register naming. ® Commenting/program annotation. ® Scaling of analog inputs. ® Approach to speed inputs/speed commands (ranging, zeroing). ® Approach to use of controller blocks. ® Analog input validation approach on loss of input (use of multiple instruments, out-of- range input, etc.). ® Digital input/output mismatch. ® Format for alarm descriptions to be used by the Troubleshooting Support System as specified later in this Scope. • Use of various tools within Modicon CONCEPT programming environment. • Engineering units to be used. ® Other topics. WRF PROCESS CONTROL, WORKSI30PS This Scope includes structured workshops for clarifying WRF process operation and control, as these items affect programming. Workshops will include City personnel, process designers, and programming staff. In advance of each workshop; inventory and assemble the following items on a unit process basis, identify any discrepancies between documents, and provide the, package to participants: • Process and instrumentation diagrams (P&ID's) ® Control strategies • Control diagrams • Input/output (UO) list ® Instrument list ® PLC information ® Equipment/package specifications ® Prepurchase documentation ® Contractor submittals (where available) Resolution No. 2005-135 N.C.S. Page 19 Assembly and assessment of these packages prior to each workshop will allow process designers to address discrepancies and programming staff to prepare suggested approaches in advance of workshops. Workshops will walk through the unit process at hand, verify operator interface requirements including locations and types of operator selections and displays, and discuss each control loop (its inputs, manner of operation, devices controlled, ovemding conditions, failures, and interaction with other loops). Following each workshop, publish conclusions, which will consist primarily of marked up P&ID's and marked up control strategies for use by the Programmer. These markups will be suitable for review by the process engineer. Preparing formal clarifying or change documentation for the Contractor's benefit is not included in this Scope. (It is expected that required changes will be made by Construction Management and/or designer personnel.) Preparing operation and maintenance type documentation, or rewriting control strategies to achieve consistency is not included in this Scope. 3.0 PIS®G~li~1VII1~1G For the purpose of this Scope, "programming" refers to PLC programming, display configuration, development of data structures, development of electronic and hardcopy reports, integration among systems, assistance with troubleshooting support system, and related development and recordkeeping activities. OVERVIEW ®F THE PROGRAIVIMING APPROACH This Scope calls for a structured approach to programming and display development, including the following: o With City involvement, early development of defacto standards for programming and displays. ® For the WRF, unit process review with City staff, process engineers, and programming staff. This will be done in advance of programming and in advance of related construction work. Adjustments needed to achieve consistency and/or meet process objectives can be made with minimal cost at this point in the process. ® PLC panels, factory tested including displays and process control, will be shipped to the site in conjunction with process-by-process site work. ® Documentation. Resolution No. 2005-135 N.C.S. Page 20 ® Development of a troubleshooting support system which consists of narrative descriptions connected to each alarm point. Programming will follow standard functionality found in Wonderware and Modicon Concept with the objective of streamlining program maintenance and future upgrades. PR®GRAMMING CONSIS'T'ENCY This task allows for the planning and organization of global PLC, display, and database issues. It also includes the setup of general project information and key programming procedures such as: o Variable naming. a Version control. o Programming backup. ® Decision tracking. ~ Inputs to work plan. The programming staff will carry out a disciplined programming style, which will include the following: - o Modular, function-based programming and scripting. ® Meaningful variable names following ISA standards. ® Optimal use of memory registers for data exchange. ® Program comments and annotation. Below are selected standards to be applied to the project. In the course of workshops, standards will be further defined and uniformly applied. 1. Program listings for runtime applications shall be complete, standardized, logically organized, and fully annotated. Listings will be provided with a table of contents which details the following, as applicable: a. Program sections, identified by loop numbers and loop titles. b. Variable address tables, lists, and cross-references. 2. Annotations shall include comment blocks throughout the program, which overview each variable and program function. For example, one or more comment blocks will be used to overview control of a single item of equipment. In addition, individual lines of code will be annotated, or, in the case of ladder programs, program annotations shall be sufficient to identify the function of each element, rung, and ladder within the program. 3. For programs with ladder logic portions, the following are required: a. Each control element shall be annotated with tag number if applicable, English description, and program internal point number as needed to reference other locations Resolution No. 2005-135 N.C.S. Page 21 in the program. Where annotations are truncated in certain listings, the annotations will be structured to provide the crucial information at the beginning of each annotation. Cross-reference lists shall be provided which list all appearances of any given element (such as a relay) throughout the program. b. Each ladder shall be preceded by a comment block describing the function and structure of that ladder. c. Where possible, page breaks shall be organized to place complete ladders on individual sheets. 4. SCADA (OIS and LOI) screens shall be organized in the following categories: a. Overview screens showing the overall system status in a format of a dynamic map, block diagram, table of contents (menu). b. Communication overview screens. c. Process screens showing specific statuses and control actions available to the operator for each unit process. Screens will be consistent with one another. d. Equipment maintenance screens showing motor-driven equipment runtime and number of starts (daily, monthly, and since the last maintenance). e. -PLC maintenance screens showing associated statuses and alarms for each PLC in the plant. f. Alarm screens showing current alarms sorted in chronological order together with alarm descriptions. 5. SCADA reports shall be developed using data stored in the historian and shall be implemented using Microsoft Excel and Wonderware Active Factory software. Each report shall include a header with the report name, date and time, and page numbers. This Scope includes the development of 15 reports, executable periodically or based on operator demand. 6. Communications on the control network shall be based on Modbus TCP/IP protocol, while communications on the SCADA network shall be based on the Ethernet TCP/IP protocol. The Wonderware UO server (driver) shall be MBENET. Loss of communication alarms shall be provided for each PLC on the control network. PI_.C Pit®GItAMMING The PLC program development software shall be Concept, and PLC programs will use the IEC component of the library set. Resolution No. 2005-135 N.C.S. Page 22 SCADA PItOG1ZAMMING The plant will be controlled by two SCADA servers in shot-standby arrangement. The primary plant SCADA server shall be programmed to read real-time data and send control commands to the PLC's on the control network. The secondary SCADA server will be programmed to read the real-time data from the primary SCADA server if the primary is available (not failed); otherwise, it will switch to reading/writing data from the plant PLC's on the control network. Both. SCADA servers will require the following software packages installed: 1. Microsoft Windows O.S. (Server Edition) 2. Wonderware inTouch 3. Wonderware MBENET UO Server (Driver) The SCADA screens will follow the categories outlined above in this document. The activities envisioned for the PLC and SCADA programming tasks are as follows: ® Develop a list of PLC control and network-related function blocks. ® Write PLC function specifications. ® Program PLC function blocks. ® Develop list of inTouch custom graphical templates. Include screen banners, special buttons, and control popups. ® Program and document custom inTouch graphical templates. ® Develop PLC Variable List. Include external UO list, memory coils, and registers. ® Develop inTouch database. Include variables obtained from PLC registers and internal memory variables in inTouch. Assume a maximum of 10,000 tags in the inTouch database. ® Set up the PLC program structure. Develop flow charts for the Programmer's internal use. a Program PLC's and review programs. a Develop inTouch screens and associated scripts. Assume 50 process screens, and one alarm screen. Assume a maximum of 100 screens total. Assume 500 scripts total. m Set up communication drivers for 12 PLC's. ® Develop connection files to the data historian. Assume 2,000 historian points. Resolution No. 2005-135 N.C.S. Page 23 ® Develop 15 reports using ActiveFactory and Microsoft Excel. Include runtime and number of starts reports. ® Develop links between inTouch and SCADAIarm. Assume 500 alarms. ® Develop terminal server connection protocols as outlined in the "inTouch Terminal. Services Deployment Guide.". ® Provide coordination as required (team meetings, telephone conversations, etc.). INTEGItATI®N WITII PACI{AGE PLC'S This Scope includes coordination with some package suppliers, review of selected Contractor submittals, and interfacing with the following package PLC's: ® UV (LTV-DCC-O1 connected to PLC-7) Section 112.87 ® Gravity Belt Thickener (LCP-GBT001) Section 11355 ® Screw Press (PLC-9) Section 11380 ® Automatic Transfer Controller (LCP-2001), Section 16432 For the screw press PLC, this Scope also includes programming the PLC in accordance with direction and recommendations of the screw press manufacturer. For package PLC's which have only hardwired interfaces with the plant control system, no programmer involvement is required except as needed to act on inputs and generate outputs. The WRF Construction Contract Documents call for considerable work by the Contractor's organization to provide complete and operable PLC systems and documentation. This scope is based on the assumption that. the Construction Contractor will provide timely and complete documentation in support of the Programmer's work, and that the Contractor will program, furnish, install, and test complete PLC systems in accordance with the Construction plans and specifications. The Construction Contractor is expected to adhere to standards used elsewhere in the plant, with well-defined interfaces with the systems programmed under this Scope. The design engineer will review Contractor's submittals, and will take the lead in assuring that Construction contract requirements are met. Below is a summary of work by the Construction Contractor: Supplier Submittals The Construction Contractor is responsible for complete submittals including the following. Submittals below are necessary prerequisites to the programming work: ® Complete information on the PLC, display system, and controls as required and as called for elsewhere in the construction contract documents. Variable list showing the name and description of each register and/or bit in the register, as applicable. Highlight where SCADA interface points are located. Resolution No. 2005-135 N.C.S. Page 24 ® Narrative control strategies explaining package system functional control. System block diagrams showing all digital and hardwired interfaces. An input/output list, as well as a description of the interface with the SCADA system. Flow charts, block diagrams, and other descriptive material as needed to fully describe system overall function. ® PLC application program in both hardcopy and electronically prior to startup again (following factory testing and resulting fixes), and then as finally installed and tested. ® Screens both in color hardcopy and electronically on the same schedule as PLC application program above. ® SCADA Interface Testing: The Construction Contractor is responsible for planning and executing testing, including interfaces with supervisory, monitoring and controls developed under this scope. The Construction Contractor shall develop a test plan with testing forms describing in detail how the interface between the package and the SCADA system will be demonstrated. Testing shall include a test for each interface point and demonstration of each function. ® The Construction Contractor will provide O&M manuals including a complete and cohesive PLC/screen documentation package. Supplier Programming Requirements: For coordination for programming under this. Scope, the Construction Contractor is expected to adopt and adhere to practices to be used elsewhere in the plant, including the following: ® All PLC programming shall be in Concept. ® Code shall be fully annotated to the best practices of the industry. Early submittals of programming and screens shall demonstrate the supplier's proposed approaches, and as part of the submittal review process the Design Engineer and Programmer will mark up submittals with general requirements, which then shall be incorporated by the supplier throughout and resubmitted if necessary. ® Screen conventions shall match those to be developed and used in the remainder of the plant. The supplier shall adjust colors, layout, depictions, structure, etc., as needed to conform to defacto and published plant standards. Supplier Network Requirements: ® The Construction Contractor and suppliers are expected to take an active role in defining, implementing, and starting up plant communications. The supplier shall provide onsite technical assistance with personnel qualified to make and document field adjustments to support startup of communications. Resolution No. 2005-135 N.C.S. Page 25 ® For interface with the plant control. system the supplier shall provide a compact block of up to 200 4XXXX-type registers from which the SCADA servers interfacing with the package PLC can read process variables. This information will be required early, along with details of SCADA interface points described above. ® Similarly, reserve a compact block of up to 200 4XXXX-type registers to which the SCADA servers interfacing with the package PLC can write process setpoints. AERATOR PLC This Scope includes allowances for reprogramming the Allen-Bradley aerator PLC-10 in accordance with the WRF Contract Documents. The Contractor will provide UO modules. ArcSine will upload the existing PLC program, and design. the required program modifications. Allow for an 8-hour field investigation visit, and allow for 58 hours in design and programming. The 58 hours allowance includes coordination, meetings, determining licensing requirements, obtaining City documentation, assisting with Cit}~ purchase of licenses (if applicable), coordinating with the Construction Contractor on the timing of his UO changes, management, internal review, testing, and documentation. IIYPOCHLORITE PLC Based on the WRF Contract. Documents, the existing hypochlorite PLC will interface with the PLC via a Modbus Plus fiber link. This Scope includes field investigation (8 hours) and up to 58 hours to design and program the communication requirements and associated process control. The 58 hours allowance includes coordination, meetings, determining licensing requirements, obtaining City documentation, assisting with.City purchase of licenses (if applicable), coordinating with the Construction Contractor on the timing of his UO changes, management, internal review, testing, and documentation. ALARMING The Wonderware inTouch application will be configured with "global acknowledgement" features; i.e., if an alarm is acknowledged at any view node, this action is propagated to the other nodes, thus allowing alarm status synchronization. The storage of alarms will be in SQL format. The SCADAIarm package will be installed on both SCADA servers and will provide the alarm dial-out functionality. The activities pertaining to this task include assessing the requirements of the "global acknowledgement" feature in Wonderware and the actual implementation of alarm messages. DATA HISTORIAN Resolution No. 2005-135 N.C.S. Page 26 The historical server will host the data historian database and "serve" up data via Wonderware Industrial SQL server. The following software applications will be installed on this server: 1. Microsoft Windows O.S. (Server Edition). 2. Wonderware Industrial SQL Server. 3. Microsoft SQL Server (installed as part of the Wonderware Industrial SQL server package). This task allows for a total of 120 hours of custom setup and modifications to the data historian database beyond the automatic import/export data link developed under the tasks of PLC and SCADA Programming above. TERMINAL SERVER The terminal servers will act as a remote access server (RAS): Users will be .able to connect to the SCADA LAN (via dialup or other means) and to the inTouch application from a remote location. This Scope includes 40 hours for the configuration of a remote access laptop for connection to the SCADA system from outside the City's network. This Scope does not include purchasing the laptop. It is assumed the laptop will be purchased by the City's IT Department. This task also includes 80 hours for modifications of the terminal server of the terminal server configuration beyond the hours estimated under the task, PLC, and SCADA programming, above. These hours cover setup issues or bugs that are not explicitly covered in Wonderware's "inTouch Terminal Services -Deployment Guide." TR®iJBLESHOOTING SI7PPORT SYSTEM The City would like a troubleshooting support system, where failures and alarms prompt O&M staff to take certain steps and/or check items in the field. Considerable latitude exists in the structure, detail, and complexity of such a system. It is expected that the implementation will consist of an alarm system with an "extension" where each alarm is linked to a file describing possible alarm causes, together with suggested operator actions required to correct the alarm. Refer to the attached example that shows the level of detail included in this Scope. The level of detail is terse. This Scope includes the following: 1. Implementing structures to link alarms with narratives. 2. Writing brief descriptions for alarm intent. 3. Writing brief descriptions of the automatic actions that resulted from the alarm. 4. Allow 4 hours to train City staff on the process of growing and maintaining the system. This Scope does not include developing entries for operator actions. The system will be set up to allow City staff to later input suggested operator actions. Resolution No. 2005-135 N.C.S. Page 27 IIELP This Scope includes developing structures within the screens for users to invoke context-specific help, most likely a HELP icon in a task bar linked to an empty text file. Writing help narratives is not yet included in this Scope. Deciding who develops this information, and the extent to which it is required, is deferred until later in the project when expertise and availability of City personnel can be assessed. DATA STORAGE AND BACKUP Application software and data files will be backed up periodically to an offline storage location in accordance with the City's IT standards. This Scope includes 40 hours for the development of a step-by-step backup procedure. The development of this procedure will be coordinated with the City's IT manager, Tim Williamsen. BUSINESS NETWORKS This Scope includes 80 hours of assistance to the City's IT Deparhnent and coordination with the Contractor for business network setup. The business LAN server will host the Asset Management System/Computerized Maintenance Management System (AMS/CMMS) databases. Refer to Section 5.0 in this Scope for details of AMS/CMMS scope. REQUESTS FOR INFORMATION In the course of programming, issues will arise that either need to be addressed by the design engineer or by the Contractor's organization for package PLC's. This Scope includes writing and submitting an estimated 25 requests for information (BFI's), and receiving and acting on the responses. SiJB1VIITTAL REVIEWS The design engineer will review WRF submittals prepared by the Contractor for conformance with the Plans and Specifications. This Scope includes limited review of the following submittal for issues associated with programming and providing formal comments for inclusion with the Engineer's comments: 1. UO list submittals - 1341.0, paragraph 1.06(B)(12) -not included. The Programmer will provide the UO list for the Contractor. 2. Package PLC's: -For PLC's which are to have networked interfaces with the plant control system, receive and review PLC-related Contractor submittals. The Engineer will be the primary Resolution No. 2005-135 N.C.S. Page 28 reviewer, and will receive and .incorporate the Programmer's marks. This item applies to the following networked PLC's: ® UV (11287) ® Gravity Belt Thickener (11355) ® Screw Press (11380) ® Automatic Transfer Controller (16432) ® Existing Aerated Lagoon PLC-10 (to be modified) ® Existing Hypochlorite PLC (to be modified) 3. Test plans/test reports: Refer to the attached summary of testing. For PLC Panel Factory Testing (PPFT) specified in 13410, review test plans and test results. 4.0 ASSET MAl~AGEMEI~IT S~'STEM/C®MPiTTEIZIZEI) 1VIAII~TEI~AI~CE MAlVAGEMEl~T SYSTElVI (AMS/CMMS) The WRF Contract Documents include an allowance for purchasing licensing for AMS/CLAIMS. The allowance does not include resources for configuring the systems, populating the databases, starting up and testing, and integration with other systems. This Scope item includes some (but not all) of the work required to'select and start up AMS/CMMS systems. Final decisions have yet to be made regarding the extent to which AMS/CMMS is deployed and the sequence of implementation. This Scope provides a framework and appropriate level of effort to guide the process. Detailed Scope decisions will be made as part of the package selection and configuration process as outlined below. PACKAGE SELECTION Preliminary work has been performed to solicit AMS/CMMS vendor qualifications. This Scope includes the following subsequent activities: 1. Receive vendor responses. 2. Tabulate comparisons. 3. Seek clarifying information from vendors. 4. Present results to the City in one half-day workshop. Workshop goals will include definition of system criteria. 5. Obtain vendor commitments against revised criteria. 6. Schedule demonstrations of two finalists for City personnel. Resolution No. 2005-135 N.C.S. Page 29 7. Assist City in final package selection. 8. Negotiate on the City's behalf for price and scope. 9. Prepare scope/instructions for WRF Contractor on when and how to make purchase(s) under the allowance. 10. Review Contractor submittal(s), if any, associated with the procurement. PACKAGE CONFIGURATION Manage the configuration effort, including the following: 1. Receive and inventory software packages. 2. Oversee the detailed definition of data structures, reports, interfaces, etc. It is expected that decisions will be made in a series of two or three half-day workshops, with the City staff and vendor representatives attending. Publish notes documenting conclusions and amend to the City's Standard document. 3. Oversee assembling of data and populating databases. It is assumed that City personnel will perform the majority of the work with consultant direction and oversight. This will provide City staff with early hands-on experience, to ensure that the final system is useful to the City. For this task, an allowance of $25,000 is included. 5°0 PURCHASE SUPP®lt'T This work item includes defining requirements and assisting the City in purchasing plant control system hardware and software as described in attachment; Purchase Support. Work consists of the following: 1. Summarizing products required. 2. Coordinating with City personnel on preferences. 3. Assisting the City with purchase order preparation. 4. Providing basic testing. Allow 2 person-days on site. 5. Assembling six copies of operation and maintenance manuals, consisting of manufacturer standard documentation. Where documents are available as PDF's, submit electronic files as well. Resolution No. 2005-135 N.C.S. Page 30 For documents not available as PDF's, allow 6 hours for scanning hardcopies, managing the resulting files, and incorporating into electronic versions. 6.0 S'I'ARTLTP A~1I) TESTING This Scope includes startup and testing services, as described below. Refer to attachment, WRF Testing Summary, for specified testing. Items shown as by Programmer are included in this Scope. PROGRAM FACTORY TESTING On a unit process by unit process basis, factory test in the programmer's facility, each process control algorithm, related displays and reports. The testing protocol includes test bed, setup development of testing layout, and associated checklists for all unit processes. The checklists will be written by the designated QA/QC person, using as a basis the modified control strategies resulting from the WRF Process Control Workshops. The testing checklists will be used by the Programmer to develop the actual test procedures. Our goal is to use these test procedures, with few modifications for the follow-on testing. Input/output can be hardwired, simulated, or a combination as the programmer deems appropriate. Prepare test procedures, and log results as testing progresses. Summarize final results. PLC PANEL FACTORY TESTING (PPFT) As specified in Section 13410, paragraph 2.02, PPFT is the Contractor's responsibility. However, to assure that the PLC system is ready to commence subsequent to factory testing, this. Scope includes the following work: ® Programmer review of PPFT test procedures. (Engineer is primary reviewer.) ® Witness test. • Prepare punchlist. Allow 15 days testing as specified. Assume test procedures require two rounds of submittal reviews. INTEGRATED SOFTWARE SIIOP TESTING (ISST) As specified in Section 13410, paragraph 2..02, lead the ISST in the Contractor's facility. This Scope includes development of test procedures and conducting the tests at the Contractor's facility. As specified in Section 13410, paragraph 2.02(B)(4)(d), 1 work day per 65 points is allowed in the Contractor's schedule. This pace will require two people in the Contractor's Resolution No. 2005-135 N.C.S. Page 31 facility, 10 hours per day, for 21 days for a total of 420 person-hours at the Contractor's facility. In addition, provide preparation and followup consisting of the following: 1. Develop test procedures, including assembling supporting documentation. These procedures will eventually be the base for Strategy Field Testing also. 2. In-house review of procedures. 3. Coordinate with the Contractor in advance of the test-on-test requirements. 4. Following the test, assembling lists of loose ends and followup. 5. Submitting, for City review,. a brief report describing the followup work required. Test procedures will not be submitted for Engineer review. FIELD STARTUP Prior to field testing involving Contractor personnel, start up each plant PLC, SCADA node, and other elements of the plant control system. Allow for one person a total of 15 days on site over the course of all installations. In support of this task, prepare written documentation for the programmer's use, including sequences/checklists to track startup activities. Coordinate with Contractor's personnel on schedule of their work. Coordinate with physical installations of the hardware and software items as described under Section 6.0, Purchase Support. C®MPLETE END-TO-END TESTING (CEET) Support Contractor execution of CEET (Section 13410, paragraph 3.02(G)]. This test will be witnessed by the City's personnel. ArcSine will provide up to 40 hours of telephone support for addressing questions and issues during testing. STRATEGY FIELD TESTING (SFT) Section 13410, paragraph 3.02(H), specifies 2 days of SFT for each strategy for a total of 114 days. The tests include hardwired controls as well as plant programmed controls. Allow for two programmer personnel in the field. This Scope includes an optimized approach to SFT by including only 1 day of SFT .for each control strategy for a total of 57 days. Prepare general test procedures and checklists (developed from ISST procedures), but with hardwired interfaces accounted for. Following testing, tabulate results and discrepancies for internal use in making corrections. Submit for City review a brief report of test results. Submission of test procedures and complete test results is not included. Resolution No. 2005-135 N.C.S. Page 32 Submit for construction management personnel lists of items which require action by the Contractor, such as hardwired system deficiencies, package system problems, etc. OPERATION AND PROCESS TESTING As shown on the attached spreadsheet, operation and process testing is tabulated at 276 days total, with the programmer shown witnessing the tests. It is expected that testing consolidations will be proposed, for example overlapping the 50 days of Functional Testing and Equipment. Testing with some of the process testing. This Scope includes a reduced allowance for operations and process testing support, which will be allocated in a manner beneficial to the City. Below is the basis for the allowance: As Tabulated 276 days Assume only 10% is witnessed by the Programmer <248> days 28 days Coordination acid writing up Programmer-observed discrepancies 7 days Total 35 days During-the test, the Programmer will assist the process design engineer in monitoring automatic performance, troubleshooting, and control tuning. Final tuning of control loops is not in the Programmer's scope. FINAL ACCEPTANCE TRIAL PERI®D As specified in Section 13410, paragraph 3.02(I) 15 days ofsystem-wide testing is specified. As of June 2006, it is expected that this testing requirement will be deleted by Addendum or waived during construction. No support of Final Acceptance Trial Period is included in this Scope. SUPPORT OF OTIIER TESTING As shown in the attachment, considerable additional testing is called for without the programmer's support. For example, Functional Testing and Equipment Operation scheduled for 50 days, and in the course of this testing construction management questions will arise. Allow 40 person-hours to answer questions or otherwise support the tests. 7.0 'TI~II~III~G This Scope includes training on the WRF control system. Provide a training program optimized for City staff, their interests, and backgrounds. As part. of the work plan, submit a preliminary arrangement to be revised later in the project. The training program shall cover the following: Resolution No. 2005-135 N.C.S. Page 33 TRAINING CITE' IIIRE This Scope includes incorporating a new City hire, approximately August 2006, into the review and development process. The employee will be presumed to have skills in instrumentation, control, and programming. The goal will be to acquaint this person with the plant control system well in advance of plant startup and train him in disciplined practices for program development, documentation, and program version control. To the extent practical, incorporate this individual into the development and testing team, with particular emphasis on involvement during the following: O PLC factory testing ® Plant startup and testing PIS®JI+ CT' CI..®SE®U'T Following completion of testing, provide project closeout services including the following: AS-BUILT I9RAWINGS Prepare and submit the following drawings, red-marked with as-built conditions: N2, N3, N14, N15, N16. Drawings will be submitted following final installations. Drafting of the marks is not included. ®&M MANUALS Develop and submit O&M manuals for the plant control system, consisting of the following_as- built programming documents: ® Product inforrnation/manufacturercontacts for programmer-furnished products. • As-built drawings listed above. ® As-installed screens. ® As-installed programs, database structures, and other documents developed in the normal course of programming. ® Typical procedures for program maintenance, file management, and recovery. 9.0 ~®I~1'I'I1~1GE1~1CY A project contingency of $163,000 is set aside for out of scope items that the City might consider adding in the course of the project. Resolution No. 2005-135 N.C.S. Page 34 The schedule of this work will be in accordance with the WRF Construction Contract Documents, adjusted to conform to construction contractor's schedule. Refer to Scope Section, Management, for preliminary schedule. The key ArcSine personnel assigned to this project are: ® Doug McHaney, Project Manager ® John Salas, Lead Process Control Engineer ® Raluca Constantinescu, Lead Programmer Below is a short biography for each. Project Manager Doug McHaney, PE, has a bachelor's degree in electrical and computer engineering, and a master's degree in business administration. He has over 20 years of experience, including design and commissioning of over 200 municipal facilities. Doug's career includes programming, design, and project management. As ArcSine's qualifier on the firm's C-10 Contractor's license, Doug understands construction management and sequencing, and will ensure that the team's work will fall in step with plant construction and startup requirements. Doug was the lead electrical and controls engineer for the Pond Influent Pump Station upgrade, C-Street upgrade, and the City's Supervisory Control and Data Acquisition master plan. As the electrical and instrumentation/controls value engineering and bidability/constructability reviewer for the WRF, Doug worked closely with design engineers to define the plant control system architecture, product and programming choices, and City business system requirements. Doug is knowledgeable on the WRF plant control system design and the underlying criteria. In addition to this project, Doug has collaborated with Carollo Engineers and its staff on numerous municipal projects for many clients, including the San Francisco Water Department, Zone 7 Water Management Agency, City of Benicia, City of Portland, Contra Costa Water District, and East Bay Municipal Utility District to name a few. John Salas, Lead Process Control En 'neer Before founding ArcSine Engineering in 1978, was electrical department manager for 5 years at CH2M .HILL, for 11 years was electrical project engineer for NASA-Ames Research Center, and began his career with Westinghouse Electric Corporation as a field engineer. Resolution No. 2005-135 N.C.S. Page 35 Received an electrical engineering degree from the University of California, Berkeley, and completed post-graduate courses at the University of Santa Clara, California: Registered in California as professional electrical engineer and control system engineer. Lead Programmer Raluca Constantinescu, with a bachelor's degree in control systems engineering and a master's degree in electrical engineering, offers the expertise and programming discipline to complete this project. A speaker and advocate of structured programming, she will ensure that work for the programming staff meets high standards for function, structure, standardization, documentation, and the development process. On the subject of asset management/computerized maintenance management, Raluca is working with City staff to define City-wide needs, and the WRF data structures will respect these broader requirements. Raluca's programming experience includes work for NASA, Central Contra Costa Sanitary District, City of Anderson, City of Shasta Lake, Bella Vista Water District, Sacramento Regional Transit District, AMEC Technologies, Inc. (Atlanta, Georgia), and Robotics and Control Laboratory, UBC (Vancouver, BC, Canada). Changes to the project team will be forwarded to the City for approval. ArcSine understands that providing consistency through the programming phase is of utmost importance to the City and to the success of the project. The following work items related to this Scope are not included: 1. Ongoing revisions of the work plan. 2. Project status reports in excess of the 30 reports included in this Scope. 3. Management team meetings in excess of 30 meetings included in this Scope. 4. Additional general coordination meetings with the Contractor's organization. 5. Development of City standards manuals. 6. C-Street Pumping Station (workshops, programming, testing, startup, and O&M manuals). 7. Operations and maintenance workshops. 8. Preparation of change order documentation. 9. Programming of Operations Building signals. Resolution No. 2005-135 N.C.S. Page 36 10. Developing HELP text files. 11. Water SCADA assistance. 12. Developing of "Operator Action" narratives for the Troubleshooting Support System. 13. Provisions for electronic reporting. 14. Interfaces with other City systems. 15. Reviews of package submittals for areas outside of PC interfaces. 16. AMS/CMMS work beyond the allowance covered in the Scope. 17. Purchases of hardware and software. 18. Submission of IST and SFT test procedures beyond the summaries included in this Scope. 19. Review of Contractor Startup Plan. 20. Training beyond the WRF Specifications. 21. Expanded O&M documentation. 22. Followup support. ~~~~~~~~N~S PROPOSED SCIIEDULE OF PROCESS CONTROL WORKSIIOPS PETALUMA WRF SUMMARY OF TESTING ADDITIONAL TECIINICAL ISSUES PURCHASE SUPPORT (REFERENCE SPREADSIIEET) EXAMPLE SCREENS TROUBLESIIOOTING SYSTEM EXAMPLE PROGRAMMING EXAMPLES Resolution No. 2005-135 N.C.S. Page 37