HomeMy WebLinkAbout2017-135B WORK ORDER NUMBER 15..
South Oslo Rd WTP Floridan Well S-7 and S-4 Control System Implementation
This Work Order Number 15 is entered into as of this 12th day of September, 2017, pursuant to
that certain Continuing Contract Agreement for Professional Services, dated November 15, 2011, and that
certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into
as of this 4th day of November,2014 (collectively referred to as the "Agreement"), by and between INDIAN
RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Kimley-Horn and Associates,
Inc.("Consultant").
The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A
(Scope of Work), attached to this Work Order and made part hereof by this reference. The professional
services will be performed by the Consultant for the fee schedule set forth in Exhibit B (Fee Schedule),
attached to this Work Order and made a part hereof by this reference. The Consultant will perform the
professional services within the timeframe more particularly set forth in Exhibit A(Time Schedule),attached
to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions
set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work
Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be
incorporated in each individual Work Order as if fully set forth herein.
IN WITNESS WHEREOF,the parties hereto have executed this Work Order as of the date first written
above.
CONSULTANT: BOARD OF COUNTY COMMISSIONERS
Kimley-Horn apo Associates, Inc. OF INDIAN RIVER COUNTY .••'SjoriER' '•.
� .. ,S
_tolt AiwArfai _ /ov.• 1
BY:
Brian Good, P.E. • �eph E. Flesche illr airman of :�•
Title: Senior V.P. t?tt
�
BCC Ap • ed Date: September 19, 20177 if'••.1• J` ,.
��••:NOigN RIVER�'�'� .
Attest:Jeffrey R. Smith; Clerk of C rt d mptroller
By: /
Deputy Clerk
Approved: " -~-
Jason E Bro n, County ministrator
Approved as to form and legal sufficiency:
Dylan T. Reingold, County Attorney
EXHIBIT A
WORK ORDER 1 5
Indian River County Department of Utility Services
South Oslo Rd Water Plant
Well S-7 and S-4 Control System Implementation
PROJECT UNDERSTANDING,
Indian River County Utilities (IRCU) awarded construction of the South Oslo Rd
water plant well S-7 and the replacement of well S-4 to All Webbs Enterprises, Inc.
on July 12, 2016. Currently,completion of well S7 is scheduled for end of October
2017. Each of the new well designs include variable frequency drives (VFD) and
fiber optic (FO) communication which is an improvement and more robust and
reliable system over the existing radio telemetry (RTU) systems currently in place at
all of the existing wells. With VFD's, flow can be varied and controlled via the
water plant which is currently not available with the existing wells. With the FO
design,additional programming is necessary at both the water plant and welisites
to provide direct communication with the water plant PLC. Integration of control
and monitoring of these wells with the other wells is the last element needed to
provide full operation of these two wells. Once complete, two of the seven wells
will have direct communication with plant and wells 7 and 4.
The following scope consists of modifying the existing plant PLC and HMI to allow
monitoring of flow, water level, and pump speed, and control of the pump
operation. Coordination and commissioning of the wellsite PLC and VFD
communication will also be provided. Consultant will utilize the services of
Control Systems Design, Inc. (CSD), to perform the programming and
commissioning,who has extensive knowledge of the IRCU water plant SCADA
systems.
SCOPE OF WORK
TASK 1 -WELL S-7 AND S-4 PROGRAMMING
Consultant and CSD will review submittals of new control panel and modifications
to well 7, well 4, and the main PLC panel in the control room.
After finalization of the submittals from all vendors, Consultant and CSD will
create modifications for changes to the main processors to accept the additional RIO
K:\WPB Civil\044572039-SCRO Well S-4 Replacement\Admin\Exhibit A Well S7 and S4 SCADA Programming E.15.17.docxPage 1
of 3
panel for each of the wells via the DH+ to ethernet bridge in the main PLC and
incorporate these well controls into the existing well/train logic for control of these
systems.
Consultant and CSD will implement the changes onsite to the main PLC, load the
new I'LC and establish communications and verify communications and
operability.
Consultant and CSD will modify the SCADA system database to add all new points
relative to the new systems, any older or modified systems to establish a complete
interface.
Consultant and CSD will Commission all I/O, startup and checkout the system,
based on 1 day onsite and follow-up remotely. Consultant and CSD will provide
warranty service for one year after startup.
SCHEDULE
In general, consultant will work as expeditiously as possible and concurrent with
well contractors schedule.
FEE SCHEDULE
We will provide these services in accordance with our Continuing Services Contract
Agreement for Professional Services dated November 15,2011, with Indian River
County, expiring November 16th, 2017.
The Consultant will provide professional services for Task 1 on a lump sum fee
basis as follows:
Task No. Task Task Fee
TASK 1 WELL S-7 AND S-4 PROGRAMMING $24,992
TOTAL $24,992
ADDITIONAL SERVICES
The following services are not included in the Scope of Services for this project, but
may be required depending on circumstances that may arise during the execution
of this project. Additional services include,but may not be limited to the following:
K:\WPB_Civi1\044572039-SCRO Well S-4 Replacement\Admin\Exhibit A Well S7 and S4 SCADA Programming 8.15.17.doexPage 2
of 3
• Revamp or upgrade to other communication systems.
• Redesign of PLC hardware and panel replacements or upgrades based on
actual conditions at the time of implementation.
ITEMS FURNISHED BY OWNER
The following items will be furnished by the Owner and are necessary for
completion of the tasks described herein.
• Access to facilities and open discussions with County IS integrator.
• Copies of all drawings depicting the present scada system and network.
• Copies of all scada/County networking present and planned.
K:\WPB_Civ it\044572039-SCRO Well S-4 Replacement\Admin\Exhibit A Well S7 and S4 SCAUA Programming 8 15 17.docxPage 3
of 3
DESCRIPTION HOURS LABOR
IRC South Plant Well 7 Addition
1 Submittal review of new control panel and modifications to well 7 and the main PLC panel in 4 $ 600.00
the control room.
After finalization of the submittals from all vendors, create modifications for changes to the
2 main processors to accept the additional RIO panel for each of the wells via the DH+to 20 $ 2,500.00
ethernet bridge in the main PLC and incorporate these well controls into the existing
well/train logic for control of these systems.
Implement the changes onsite to the main PLC, load the new PLC and establish
3 communications and verify communications and operability. 15 $ 1,875.00
4 Modify the scada system database to add all new points relative to the new systems,any 15 $ 1,875.00
older or modified systems to establish a complete interface.
5 Commission all I/O, startup and checkout the entire system, based on 1 day onsite and 16 $ 2,000.00
followup remotely.
6 Provide warranty service for one year after startup 10 $ 1,250.00
TOTAL 80 $ 10,100.00
IRC South Plant Well 4 Addition
1 Submittal review of new control panel and modifications to well 7 and the main PLC panel in 10 $ 1,500.00
the control room.
After finalization of the submittals from all vendors, create modifications for changes to the
main processors to accept the additional RIO panel for each of the wells via the DH+to
2 ethernet bridge in the main PLC and incorporate these well controls into the existing 20 $ 2,500.00
well/train logic for control of these systems.
Implement the changes onsite to the main PLC, load the new PLC and establish
3 communications and verify communications and operability. 15 $ 1,875.00
Modify the scada system database to add all new points relative to the new systems,any
4 1,875.00
older or modified systems to establish a complete interface. 15 $
5 Commission all I/O, startup and checkout the entire system, based on 1 day onsite and 16 $ 2,000.00
followup remotely.
6 Provide warranty service for one year after startup 10 $ 1,250.00
TOTAL 86 $ 11,000.00
GRAND TOTAL FOR BOTH SITES 166 $ 21,100.00
South RO Wells 7 and 4 Upgrades Quotation as of 8/1/2017-Page 1 of 1
ESTIMATE FOR ENGINEERING RING SERVICES
PROJECT IRCU SCADA REMEDIATION PI IASE 1-4 SHEET I OF I
CLIENT Indian River County Utilities FILE NO
ESTIMATOR MDM DATE.5/1/15
DESCRIPTION: DIRECT LABOR (MAN-HOURS I
ASSESSMENT&REMEDIATION
\ REG Dir Exp LINE
SEN PROF DES/ CLK EXP (4 6°(,) TOTAL
PRINC PROF _ .IL/FH P3ITH) (TS/NB) SUB
NO I TASK II
1 WELL S-7 AND S-4 PROGRAMMING
Coordination&startup oversight 10 14 $171 3,891
CSD $21,100 21,100
$24.991
TOTAL HOURS 10 14 $21,100 $171 24,992 $24,992
LABOR ($/HOUR) 235 225 150 105 96
SUBTOTAL 82,250 $1,470 $3,720
IRCU SCADA Well 7 and 4 Programming MNIIR xls 8/1/2017