DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware...

12
1 DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY REQUEST FOR COMBINED QUALIFICATIONS STATEMENTS AND TECHNICAL PROPOSAL DCFA No. 501 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEMS INTEGRATOR SERVICES The District of Columbia Water and Sewer Authority (DC Water) requests submittals for combined Qualifications Statements and Technical Proposals for the performance of SCADA System Integrator (SI) Services for improvement of the existing DC Water SCADA System. The work to be performed will primarily focus on the existing facilities and may also include commissioning of new remote SCADA sites into the existing SCADA System. It is anticipated that award will be offered to two selected Systems Integrators, each with an anticipated budget amount of $4,000,000. The period of service will be for up to four years. Section I- Background and Scope of Work The work to be performed will consist of planned and unplanned tasks which may include (e.g. system improvements, troubleshooting, instruments replacement, programming, testing and documentation. Refer to Attachment A for a list of potential Tasks to be performed. Task Orders will be established and defined where and when services are deemed necessary by DC Water. A System Description and Systems Integrator Services Framework are provided in Attachment B to clarify or infer the support skills the Systems Integrator might be asked to provide. The SI and DC Water will mutually agree upon the scope of work tasks for estimation purposes. The SI will provide DC Water with a Task Order proposal which includes a defined scope, cost estimate, and schedule for work to be performed. No work tasks will be performed before DC Water issues an executed Task Order to the SI. DC Water SCADA system controls and monitors over 60 remote sites that include: 4 water pump station, 9 sewer pump stations, 7 stormwater pump stations, 9 water storage reservoirs and tanks, 22 sewer metering stations, 8 combined sewer outfalls (CSO) and associated 10 inflatable dams (fibradams), 3 overflow warning lights and 4 odor control facilities located throughout DC and parts of Virginia. The SCADA system also integrates with other controls systems available at Blue Plains Wastewater Treatment Plant and Washington Aqueduct Water Filtration Plant. The total I/O count is over 5000 points. A significant portion of the work to be performed will be on the production (live) SCADA system. Therefore, the SI will be required to closely coordinate work with representatives from DC Water’s Operations, Maintenance, and SCADA Groups to ensure all concerned parties are informed and actively participating in work which could impact water and sewer system operations. Coordination with other DC Water Departments such as Engineering, IT, Facilities and Security might also be required.

Transcript of DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware...

Page 1: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

1

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY

REQUEST FOR COMBINED QUALIFICATIONS

STATEMENTS AND TECHNICAL PROPOSAL

DCFA No. 501

SUPERVISORY CONTROL AND DATA ACQUISITION

( S CA D A) SYSTEMS INTEGRATOR SERVICES

The District of Columbia Water and Sewer Authority (DC Water) requests submittals

for combined Qualifications Statements and Technical Proposals for the performance of

SCADA System Integrator (SI) Services for improvement of the existing DC Water SCADA

System. The work to be performed will primarily focus on the existing facilities and may also

include commissioning of new remote SCADA sites into the existing SCADA System.

It is anticipated that award will be offered to two selected Systems Integrators, each

with an anticipated budget amount of $4,000,000. The period of service will be for up to four

years.

Section I- Background and Scope of Work

The work to be performed will consist of planned and unplanned tasks which may

include (e.g. system improvements, troubleshooting, instruments replacement, programming,

testing and documentation. Refer to Attachment A for a list of potential Tasks to be

performed. Task Orders will be established and defined where and when services are deemed

necessary by DC Water. A System Description and Systems Integrator Services Framework are

provided in Attachment B to clarify or infer the support skills the Systems Integrator might be

asked to provide. The SI and DC Water will mutually agree upon the scope of work tasks for

estimation purposes. The SI will provide DC Water with a Task Order proposal which

includes a defined scope, cost estimate, and schedule for work to be performed. No work tasks

will be performed before DC Water issues an executed Task Order to the SI.

DC Water SCADA system controls and monitors over 60 remote sites that include: 4 water

pump station, 9 sewer pump stations, 7 stormwater pump stations, 9 water storage reservoirs and tanks,

22 sewer metering stations, 8 combined sewer outfalls (CSO) and associated 10 inflatable dams

(fibradams), 3 overflow warning lights and 4 odor control facilities located throughout DC and parts of

Virginia. The SCADA system also integrates with other controls systems available at Blue Plains

Wastewater Treatment Plant and Washington Aqueduct Water Filtration Plant. The total I/O count is

over 5000 points.

A significant portion of the work to be performed will be on the production (live)

SCADA system. Therefore, the SI will be required to closely coordinate work with

representatives from DC Water’s Operations, Maintenance, and SCADA Groups to ensure all

concerned parties are informed and actively participating in work which could impact water

and sewer system operations. Coordination with other DC Water Departments such as

Engineering, IT, Facilities and Security might also be required.

Page 2: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

2

The work includes significant modification to the Wonderware ArchestrA Human

Machine Interface (HMI) used to monitor and control the water and sewer systems. Thus, DC

Water requires the SI to be currently certified by Wonderware as having credentials with the

Wonderware ArchestrA, System Platform, and Thin Client technologies.

During the execution of work, the SI must utilize their own tools which may include a

laptop dedicated to DC Water use, software, licenses, test equipment, power tools, and any other

tools. The SI will be required to order parts and material needed to complete Task Orders where

DC Water does not maintain an inventory or where DC Water chooses not to act as a supplier.

The SI will not depend upon on DC Water for tools, parts, and materials needed to complete

Task Orders.

Any documentation provided by DC Water for the Remote Sites must be field verified, to

the extent needed to complete Task Orders, by the SI prior to beginning work. The SI will

provide markups to DC Water’s Department of Wastewater Engineering (DWE) and the SCADA

Group detailing actual field conditions where they differ from documentation provided by DC

Water. The SI will provide as-built documentation that matches final field conditions and update

SCADA documentation for each location. All DC Water’s documents and programs are

proprietary and must be maintained in a secure environment. The SI must acknowledge and

follow DC Water policies and procedures to maintain security and confidentiality.

Work at the HMI and Remote Sites is expected to be divided at 40%and 60%

respectively with possible Communication work included in both. Therefore, SI should

demonstrate a broad range of experience in areas such as: programming Archestra HMI, PLCs and

OITs, instrument design and installation, design engineering, developing wiring diagrams,

programs simulation, training, factory and field testing, troubleshooting, preparing As-Builts

documents and SOPS. Work is occasionally needed on an urgent or high priority basis, in which

quick response and/or availability for work during holidays, nights, and weekends may be

required. All programming work will be done in accordance with the Attachment C - DC

Water’s SCADA Programming Standards. The following are considered key personnel under

this solicitation: Project Manager, Programmer (PLC, OIT, HMI), Control System Engineer,

Electrical Design Engineer, Instrumentation Technician and Master Electrician (DC).

Section 2 -Submittal Requirements

Qualifications Statement and Technical Proposals submissions should include the following to

address the needs of DC Water defined throughout this RFQ/RFP:

1. Provide a summary of Proposer’s understanding of DC Water’s needs and demonstrate

how the SI team (including MBE/WBE subcontractors) qualifications are geared towards

meeting these needs.

2. SI Team Narrative Overview – Provide a narrative overview of SCADA services

generally provided as well as services specifically provided in water and

wastewater markets.

a. Provide a list of office location addresses. For each office location, include the

total staff count, technical staff count, and non-technical staff count. Provide a

listing of proposed project personnel from each of these offices.

b. List industry certifications related to information and control systems held both on

a companies and individual basis; support each claim with written documentation

Page 3: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

3

from the issuing organization. Certification examples could include: Professional

Engineering, Control System Integrators Association (CSIA), International Society

of Automation (ISA), Cisco Networks, Master Electrician Licenses, etc.

c. Provide documentation regarding individuals’ and firms’ certification on

Wonderware systems and platforms.

3. Project Personnel

a. Provide an organization chart that illustrates the names, company, titles, roles,

office locations, and reporting structure of the staff to be used including key

personnel as defined above.

b. Provide a statement regarding the current work backlog and availability of the

proposed project staff to work on this project.

c. Appendix A - Provide resumes for all team members identified in the organization

chart including: licenses, professional credentials, educational background, project

management experience, and SCADA project experience.

4. Experience with similar projects -Provide examples of similar work completed or ongoing

by key staff, with current references and project schedule status.

a. For each subject area, explain how experience and certifications relate to the Key

Personnel proposed for DC Water Services. Refer to and reference relevant

content in Attachment A- List of Proposed Task Orders and Attachment B- The

System Description and Systems Integrator Services.

5. Response Time – Describe proposed mobilization procedure for SI services, including

response time. Response time is the time between the initial request for work from DC

Water and initiation of on-site work. Indicate travel miles and transit time of all proposed

project personnel to the center of Washington DC. Indicate availability of staff for urgent

and high priority tasks.

6. Other DC Water Projects, DC Government and other Utilities projects – List and

describe any other DC Water project work, DC government and other utilities projects

performed in the past 8 years and work currently being performed. State whether the

project was completed on schedule, budget, scope of work and met quality standards.

a. References – Provide three (3) references from separate utilities for project work

completed within the last 5 years that is consistent with the System Description

and Systems Integrator Support Services Framework described in Attachment B.

Provide a narrative description of work for services provided; for each project

describe the HMI vendor(s), HMI platform, communication media,

communication protocol(s), PLC vendor(s), and hardwired input/output point

count. Indicate staff proposed on this project who worked on referenced

projects, and their role. Provide utility contact information (i.e. name, name of

utility, title, address, e-mail address, and phone number) of individuals

knowledgeable of the work completed for each project.

7. Project Management and Approach

a. DC Water uses Oracle’s Primavera P6 and Contract Manager (CM14) to manage

projects. The selected SI team will be required to use these applications. Provide a

list of projects the SI team has managed using P6 and/or CM14. Indicate other

similar tools used on past projects where applicable.

b. Refer to Attachment A (List of Potential Task Orders) and provide an approach to

accomplishing each task shown. Include for each Task: list of potential activities,

proposed resources, deliverables, DC Water’s involvement, risks and quality control.

8. Conflict of Interest- Address any potential conflict of interests that might exist if the SI firm

is awarded this project.

9. Provide a copy of valid MBE/WBE certificates for firms identified as such on the project

Page 4: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

4

team.

10. Appendix B-Provide average burdened labor rates for the following labor categories: Project

Manager, Programmer, Control System Engineer, Design Engineer, Instrument Technician

and Master Electrician (DC). Burdened rates shall include but not limited to: payroll taxes

and benefits, overhead, profit, travel cost, use of small tools such as laptops, cellphones etc.

These rates will be used in negotiations for an Agreement, and accepted rates will be used

for derivation of the proposed budget and payment terms of executed Task Orders.

11. Appendix C- Provide Standard forms 330 for each member firm of the team-

a. Provide the prime firm’s Dun and Bradstreet (DUNS) number.

Section 3 - Evaluation Criteria

Qualifications Statements and Technical Proposals will be shortlisted based on the

following evaluation criteria:

Item Description Weight/points

1 Qualification of the SI team necessary for satisfactory performance of the

required services (Section II, item 1 and 2)

15

2 Qualification and experience of team members including specialized and

technical competence of the Key Personnel (Section II item 3)

20

3 Proposed method to accomplish work in shown in Attachment A (Section

II item 7 and Appendix C)

15

4 Past performance on contracts with DC Water, District of Columbia and

other utilities for similar work considering cost control, quality of work

and compliance with established schedules (Section II, Item 6, and

Appendix C)

15

5 Demonstrated experience with types of problems applicable to this project

(Section II, Item 4)

15

6 Capacity to quickly respond for urgent or priority work in a timely manner

considering the SI team staff location and current /planned workload (Item

5)

10

7 Avoidance of personal and organizational conflict of interest prohibited

under DC laws (Section item 8)

5

8 Compliance with MBE/WBE participation goals (Section II, Item 9) 5

Shortlisted firms will be invited for interviews.

Following evaluation of all Qualifications Statements/Proposals, DC Water intends to

shortlist 3 or 4 firms and invite these firms for interviews. Details of the interview process

will be defined in the shortlist notification letters. Up to two top rated firms following

interviews will be selected to enter into an Agreement. Scope, schedule, and cost will be

managed through Task Orders as generally described above.

Note that firms may be disqualified based on conflicts of interest prohibited by DC laws.

Proposers have an obligation to keep the proposed team intact and are on notice that

all Key Personnel and Key Team Members identified in a Proposer’s Qualification statement

shall remain on the Proposer’s team for the duration of the proposal process and, if the

Proposer is awarded a Contract, the duration of the Contract. If extraordinary circumstances

require a proposed change, it must be submitted in writing to DC Water’s point of contact,

who, at his sole discretion, will determine whether to authorize a change. Unauthorized

changes to the Proposer’s team at any time during the procurement process may result in

Page 5: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

5

elimination of the Proposer from further consideration.

Evaluations will be conducted by an architect-engineer evaluation board composed of

members who, collectively, have experience in architecture, engineering, construction, and

Authority and related procurement matters. Members of the evaluation board will include

highly qualified professional employees of the Authority, and of suburban political

jurisdictions served by the Authority's joint-use facilities for projects associated with the

joint-use facilities.

The agreement resulting from this Request for Qualifications Statements/Request for

Proposals will be subject to a Fair Share Objective for Minority and Women’s Business

Enterprises participation in this work of 28% and 4%, respectively. The program requirements

are defined in the EPA’s Participation by Disadvantaged Business Enterprises in Procurement

under EPA Financial Assistance Agreements – May 27, 2008.

In connection with this RFQ/P process, Proposals and award of a Contract, DC Water reserves

to itself all rights (which rights shall be exercisable by DC Water at its sole discretion) available to it

under applicable law, including without limitation, the following, with or without cause and with or

without notice:

1. The right to cancel, withdraw, postpone or extend RFPs in whole or in part at any time prior to the

execution by DC Water of an Agreement, without incurring any obligations or liabilities.

2. The right to issue a new RFP or to revise and modify, at any time prior to the submittal date,

information included in the RFP including but not limited to the dates set or projected, evaluation

factors, and the responsibilities of the Proposers.

3. The right to reject any and all Proposals received.

4. The right to waive deficiencies, informalities and irregularities in a Proposal, accept and review a

non-conforming Proposal or seek clarifications or supplements to a Proposal.

5. The right to suspend and terminate the RFP process or to terminate evaluations of Proposals

received at any time.

6. The right to waive or permit corrections to data submitted with any Proposal until such time as DC

Water declares in writing that a particular stage or phase of its review of the Proposals has been

completed and closed.

7. The right to hold meetings and conduct discussions and correspondence with one or more of the

Proposers to seek an improved understanding and evaluation of the responses to the RFP at any time.

8. The right to seek or obtain data from any source that has the potential to improve the understanding

and evaluation of the responses to the RFP.

9. The right to appoint and change appointees of any evaluation committee.

10. The right to use assistance of outside technical and legal experts and consultants in the evaluation

process.

11. The right to respond to all, some, or none of the inquiries, questions and/or request for

clarifications received relative to the RFP.

Page 6: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

6

To be considered, twelve (10) copies of Qualifications Statements and Technical

Proposals and one (1) electronic copy CD/USB flash drive must be received by 2:00 p.m. local time

on Wednesday, November 28, 2018 to:

District of Columbia Water and Sewer Authority (DC Water)

Department of Wastewater Engineering

Attention: Ms. Senail Manley

5000 Overlook Avenue, S.W. - 5th Fl.

Washington, D.C. 20032-5397

The contract number DCFA No. 501 must be noted on the submission. All questions

prospective respondents may have during the advertisement period must be addressed in writing

via email to [email protected] and copied to senail.ma [email protected].

Enclosures:

Attachment A – List of Potential Tasks

Attachment B – System Integrator Services Framework

Attachment C – DC Water SCADA Programming Standards

Page 7: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

A-1

DCFA NO. 501-Attachment A

List of Potential Tasks to be Performed by SCADA System Integrator (SI)

1. Upgrade existing Water and Wastewater facilities to reflect the SCADA Programming

Standards. This is essentially a ‘catch-all’ for issues related to configuration and programming

of the PLC and OIT. New Archestra HMI graphics will be developed for each site to reflect

High Performance graphics requirement. Refer to Attachment C (SCADA Programming

Standards) for other requirements. Some facility might require replacement of PLC and OIT,

and interfacing additional I/Os to the SCADA system. In addition, the SI will conduct loop

testing for all the I/Os and control strategies from the field to HMI. Loop test results will be

documented and wiring, control narratives and P&IDs updated to reflect the As-Built

conditions. The SI will also update existing SCADA SOPs and train DC Water staff. This Task

will be implemented in multiple phases. Over 50 facilities might need to be updated under this

Task.

2. Interfacing stormwater pump stations to the SCADA system. About 10 storm water pump

station are not currently connected to the existing SCADA system. The work includes

installation of primary instruments, PLCs, OIT, communication devices, programming, testing

and training DC Water personnel.

3. Implement Consistent Power Monitoring and VFD Monitoring for Water and sewer

pumping stations. In addition to reprogramming PLCs, some of the site will require replacement

of existing PMTs and switch gear and MCC control relays.

4. Eliminate the Panalarm Single Point of failure at East Side SPS by decommissioning the

existing panalarm or installing a new panel with relays to provide parallel signals to both units.

Additional relays to convert signal voltages may be required in either case.

5. Improve Back-Up and Redundancy for the Control System. The intent is to remove single

points of failure and improve reliability by implementing redundant ethernet switches and

greater I/O redundancy at some of the pumping Stations. The work also includes moving I/O

points from one card to another and installing and programming new I/O modules.

End of DCFA NO. 501

Attachment A

Page 8: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

B-2

DCFA NO. 501- Attachment B

DC Water SCADA System Description

The DC Water SCADA System described below is broken down into three layers: HMI,

Communications, and Remote Sites. This description is provided to clarify the support skills the

Systems Integrator might be asked to provide.

1. HMI Layer – The HMI layer is comprised of two separate Wonderware System Platform HMI

applications; one application for water and one application for sewer. These systems operate

autonomously under normal conditions but are also configured to provide automatic hot backup

for the each other (i.e. water backs up sewer, sewer backs up water). The hot backup

functionality is provided via Wonderware Redundant Message Channel, but is expected to be

upgraded to a VMWare solution. Both systems use thin client technology as the basis for the

user interface. Both systems use the Wonderware Historian for historical data storage,

historical trends, and reporting. Both systems use an alarm notification (messaging) software

application.

2. Communications Layer – Communications between central and remote sites is supported by

an IP based Wide Area Network (WAN) based upon Verizon wired and wireless

technologies. The boundaries of the WAN typically terminate with a router at the central and

remote locations. The Communications layer (including cyber-security) is supported solely

by the DC Water Information Technology department.

3. Remote Sites Layer – Remote sites include: water pump stations, pressure monitoring sites,

water quality monitoring sites, sewer pump stations, sewage flow meter stations, stormwater

pump stations, odor control sites, a vortex/swirl facility, rain gauges and inflatable dams.

Depending upon the complexity of the remote site, each remote site may be equipped with the

following SCADA equipment:

a. Programmable Logic Controllers (PLCs) – including control panel and sub-components

i. Modicon PLCs – M340s,M580, Quantum, or Momentum supported by Unity,

Concept, or ProWorx32 programming software

ii. Allen Bradley PLCs – SLC 5/05 or ControLogix 5000 supported by RS Logix 5000

or RS Logix 500 programming software

b. Operator Interface Terminals (OITs)

i. Modicon – Magelis

ii. Allen Bradley – Panelview Plus 1000, Panelview

iii. Wonderware – Wonderware Personal Computer, Panel PC

c. Routers, Switches, and Hubs – various brands including Cisco and RuggedCom

(routers supported by DC Water IT as part of WAN)

d. Uninterruptible Power Supply (UPS) Equipment/Systems, APC, Liebert

e. Power Monitoring Transmitter(s)

f. I/O Points – Various analog controllers and transmitters and discrete status devices

Page 9: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

B-3

Systems Integrator Services Framework

This framework is not a scope of work; it is a sampling of work topics, work areas, and skills. It

is provided to infer the skills that DC Water could require for Task Orders to be defined on an

as-needed basis after the Services contract is started. Refer to the System Description above for

related information.

General

1. Develop software on a development system and deploy changes to a live system.

2. Adhere to change management policy which includes but is not limited to documentation,

related to impacts to system performance, migration and/or rollback procedures.

3. Understand system interdependencies and ensure changes are made throughout the system to

preserve or improve overall SCADA System integrity.

a. EXAMPLE: Changes to a tag that also require changes to an associated trend or report.

b. EXAMPLE: Changes to a wire label in the field that also require changes to a set of

control panel drawings.

4. Provide On-Call support for urgent/priority needs at any DC Water site. Services may

include any work described in this RFQ/P or other SI tasks requested by DC Water.

HMI

1. Add new Wonderware (ArchestrA System Platform) HMI content and modify existing

a. Graphics

b. Alarms

c. Alarm notification

d. Trends

e. Tags

i. Migrate old tags to new standard, maintain historian data continuity/integrity

ii. Tag groups

f. Wonderware Historian

i. Select appropriate I/O

ii. Determine appropriate sampling and storage rates

iii. Add, modify, and delete tags

iv. Change existing tags to new tags and maintain data continuity

g. Reports – SQL Server Reporting Services, Excel, etc.

2. Apply vendor patches

3. Replace servers

4. Update anti-virus software

5. Add new remote sites

Communications

1. All wide area network remote site communication will be managed by DC Water IT.

Demarcation point will be the remote site router that connects to the WAN. All cyber

Page 10: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

B-4

security will be handled by DC Water IT.

2. Network communications (e.g. PLCs, OITs, PMTs, serial bridges, etc.) within a remote

facility will be part of the SI responsibility.

3. Configuration of remote site polling within the Wonderware HMI will be part of the SI

responsibility.

4. Assess communications system availability and health. Work with DC Water to

troubleshoot communications, as needed.

5. Configure various communication protocols such as: TCP IP, Modbus, DNP3, RS485,

HART etc.

Remote Sites

1. Loop testing

a. Lead the testing process and document results in writing

i. Develop a testing plan

ii. Manipulate field equipment to support testing

iii. Simulate field conditions to support testing

iv. Develop punch list items resulting from loop tests

v. Resolve punch list items

vi. Troubleshooting

vii. Estimate cost of work

b. Instrument testing & calibration

i. Range verification of all analog transmitters

ii. Determine set/reset descriptions of discrete signals

iii. Instrument performance validation report

c. UPS assessment and reliability testing

d. Documentation of test results

2. Documentation

a. Field verification and electronic updates

i. P&IDs

ii. Loop drawings

iii. Control panel fabrication and layout drawings

iv. I/O list

b. PLC configuration and programming

c. Testing results

3. PLC Panel and Other Control Panels

a. Replace/upgrade PLCs

b. PLC programming

c. OIT programming

d. OIT replacement

e. Install components (relays, isolators, terminals, etc.)

f. Add new cards to an existing PLC

Page 11: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

B-5

g. Wire new I/O from field

h. General wiring modifications

i. Label components & wire/cable

4. UPS

a. Replace batteries in an existing 2.0 KVA UPS

b. Replace a 2.0 KVA UPS

c. Configure communication via Ethernet

5. MCC wiring

a. Add Computer/Local Switch with PLC Start/Stop Control

b. Add auxiliary run contact to motor starter via PLC

c. Add relay to monitor motor overload via PLC

6. Field

a. Test PLC, OIT, instruments & other field devices

b. Replace malfunctioning instruments & devices

c. Document control system issues, troubleshoot, and make repairs

d. Calibrate instruments

e. Install rigid metal conduit and wire/cable

f. Install new devices (pressure switch, level transmitter, flow meters etc.)

7. Training

a. Train DC Water staff on modifications performed where modifications significantly change

the function of the facility.

8. Documentation

a. Produce new or modify existing panel drawings

b. Produce new or modify existing loop drawings

c. Produce new or modify existing I/O List

d. Update record drawings to match field conditions

e. Updated SCADA SOP, PLC,OIT and HMI control narratives and functional descriptions

End of DCFA NO. 501-Attachment B

Page 12: DISTRICT OF COLUMBIA - DCWater.com · The work includes significant modification to the Wonderware ArchestrA Human Machine Interface (HMI) used to monitor and control the water and

C-1

DCFA NO. 501-Attachment C