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