HomeMy WebLinkAbout2021-064AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER
RESOURCES ENGINEERING SERVICES RFQ2019070
WORK ORDER 4
Indian River County Utilities Department
Part A — Supervisory Control and Data Acquisition System Upgrades (SCADA) at
South Oslo Road Water Treatment Plant
This Work Order Number 4 is entered into as of this 20 day of April , 2021 pursuant to that certain
AGREEMENT FOR PROFESSIONAL SERVICES FOR WATER PLANT AND WATER RESOURCES ENGINEERING SERVICES
RFQ2019070 entered into as of this 5t' day of November, 2019 (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 C
(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:
Print Name: Brian Good, P.E.
Title: Senior Vice President_„,,.,,,
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER CO NTY
By:
Jose Flescher, Chairman
BCC Approved Date: April 20, 2021
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By. a
epu Clerk n
Approved:
Jason 1. Brawn, County Administrator
v
Approved as to form and legal sufficiency:
Dylan T. Reingold, County Attorney
EXHIBIT #1
Part A - Supervisory Control and Data Acquisition (SCADA) System Upgrades
at South Oslo Road Water Treatment Plant
PROJECT UNDERSTANDING
In 2014, Kimley-Horn prepared a SCADA/PLC System Evaluation for the North
and South water systems and provided recommendations for improvements.
The study presented the phasing to be able to support each subsequent
improvement while also maintaining operations of the WTP. Following the first
task of remediation, the subsequent task included installation of a new main
PLC. This recommendation has since evolved to improve upon the County's
redundancy and resiliency approach through the addition of a new high service
pump PLC, independent of the Main PLC. The intent of this work is to allow the
Oslo facility the ability to pump water to customers should there be a failure in
the main PLC, or a need for treatment to be down for maintenance.
The 2014 evaluation provided recommendations to replace the Main PLC as part
of step 2. Given the time that has elapsed since and the failures that have
occurred recently, it is IRCU's desire to implement these improvements
immediately. The sequence of the proposed improvements to the WTP control
system is provided to sustain operations and ensure reliability of treatment
operations throughout upcoming improvements to the WTP. Accordingly, the
County has requested Kimley-Horn prepare a scope of services to provide the
design, bidding, construction, programming, and integration assistance to
initiate these improvements.
IRCU had originally allocated $355,000 for wellfield PLC replacements, but
desires to utilize these funds to address the Main and HSP PLC improvements at
the WTP in accordance with the recommendations of the original study.
Conceptual cost estimate for this proposed work is $350,000.
The following scope outlines the work necessary to prepare bid documents,
assist the County with bidding/ procurement, provide construction phase
services for the proposed improvements, and the integration labor required to
program each of the respective upgrades to the Main PLC and proposed High
Service Panel.
K:\WPB_Civi1\General\Black\Florida\IRCU\Oslo - PLC Part A\20210325 - Scope - Oslo PLC Part A Scope.docx Page I of 5
SCOPE OF WORK
Consultant will utilize the services and provide coordination of Control Systems
Design, Inc., and C&W Engineering for SCADA system integration and electrical
engineering in the execution of these tasks.
TASK 1 - DESIGN PHASE SERVICES
Consultant will prepare bid documents consisting of site plan depicting
improvements which are needed for present and future phasing, and panel
drawings and specifications for replacement and installation of new Remote I/O
and PLC panels. Drawings will consist of control panel details, subplate layout,
dead front layout, wiring diagrams, and specified PLC and 1/0 equipment.
The drawings will depict modifications to the Main PLC and the proposed High
Service Pump PLC.
Consultant will prepare design deliverables at 100% design interval. Design
deliverables will consist of plans, specifications with bid item list, and opinion of
probable construction costs (OPCC).
Consultant will perform one (1) site visit for data collection.
TASK 2 - BID PHASE
Consultant will provide coordination with IRCU purchasing department for
bidding the proposed improvements.
Consultant will attend one (1) pre-bid meeting and respond to reasonable
number of questions from potential bidders.
TASK 3 - CONSTRUCTION PHASE SERVICES
Consultant will attend one (1) pre -construction meeting with the Contractor,
Owner, Electrical Engineer, and Integrator.
Consultant will review shop drawings for conformance with the bid documents.
It is assumed that up to three (3) shop drawings will be reviewed.
Consultant will respond to a reasonable number of requests for information (up
to 4 assumed).
Consultant will review Contractor's monthly applications for payment.
KAWPB—Civ i[\General\Black\Florida\IRCU\Oslo - PLC Part A\20210325 - Scope - Oslo PLC Part A Scope.docx Page 2 of 5
Consultant will attend up to three (2) progress meetings on-site.
Consultant will assist the Owner with closeout documentation review prior to
completion of the project.
TASK 4 - PROGRAMMING AND INTEGRATION
Consultant will review and completely vet the current HMI migration to
VTScada, test and verify operations local and with all external systems. Checkout
and update of all PLC to HMI interfaces including scaling and troubleshooting
all points will be performed to establish a baseline completed migration.
Contractor will design/Install New HSP PLC Control panel, relocate all I/O
from existing main PLC, test, verify and Consultant will program the new PLC
and get working directly with VTScada HMI.
Consultant will modify Main PLC Panel to remove the right most PLC5, A/B
switch interconnecting wiring to make PLC5A a stand-alone PLC and install a
new ControlLogix PLC rack with two EN2T modules, CLX, and a network
switch provided by the contractor.
SCHEDULE
In general, the following schedule is anticipated and consultant will work as
expeditiously as possible to meet it:
Task 1:
2 weeks after NTP issuance
Task 2:
2 months (based on IRC procurement schedule)
Task 3:
5 months after Contractor awarded project
Task 4:
To occur concurrent to Task 3
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:
• Purchase/ installation of PLC hardware, panels, electrical components, etc.
K:\WPB_Civil\General\Black\Florida\IRCU\Oslo - PLC Part A\20210325 - Scope - Oslo PLC Part A Scope.docx Page 3 of 5
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 WTP site
• Panel record drawings
• Coordination during programming and integration
FEESCHEDULE
We will provide these services in accordance with our Continuing Consulting
Engineering Services Agreement for Professional Services dated April 17th, 2018,
by and between INDIAN RIVER COUNTY, a political subdivision of the State of
Florida ("COUNTY") and Kimley-Horn and Associates, Inc., ("Consultant").
The Consultant will provide professional services for a lump sum fee as follows:
Task No.
Task
Task Fee
Task 1
Design Phase
$ 7,623
Task 2
Bid Phase
$ 2,879
Task 3
Construction Phase
$ 12,516
Task 4
Programming and Integration
$110,866
TOTAL LUMP SUM FEE 1
$133,884
K:\WPB_Civil\General\Black\Florida\IRCU\Oslo - PLC Part A\20210325 - Scope - Oslo PLC Part A Scope.docx Page 4 of 5
ESTIMATE FOR ENGINEERING SERVICES
PROJECT: Oslo WTP SCADA Part A Improvements SHEET I OF I
CLIENT: Indian River County Utilities FILE NO.
ESTIMATOR: NB 'DATE: 3/1/2021
DESCRIPTION:
DIRECT LABOR ( MAN-HOURS )
Hobart SCADA System Improvements
PRINC
SEN
PROF
REG
PROF
DES/
P2
CLK
PI
EXP
SUB
EXP
SUB
Dir Exp
LINE
TOTAL
NO.
TASK
i
DESIGN PHASE
C&W
$5,500
$0
$5,500
Coordination
2
4
10
$93
$2,123
2
BID PHASE
C&W
1 $1,2001
$0
$1,200
Pre-bid meeting, questions
3
6
$74
$1,679
3
CONSTRUCTION PHASE SERVICES
Kickoff Meeting
2
4
$49
$1,119
Shop Drawings (3)
1
3
$32
$717
RFIs (1)
2
$14
$314
Pay App Review (4)
1
4
$38
$873
Site Visits (2)
3
12
$115
$2,620
Closeout Documentation
1
4
$38
$873
C& W
$6,000
$0
$6,000
4
PROGRAMMING & INTEGRATION
CSD
2
6
$108,000
$63
$109,433
Coordination
2
6
$63
$1,433
TOTAL HOURS
17
01 511
0 10
0 120700
$579
$133,884
LABOR ($/HOUR)' 2351
2251 1501
1051 961
25
$0
$0
SUBTOTAL
39951
01 76501
01 9601
01 1207001
$133,3051
$133,88
K:\W PB_Civil\General\Black\Florida\IRCU\Oslo - PLC Part A\20210325 - Scope - Oslo PLC Part A Scope.docx Page 5 of 5
$7,623
$2,879
$12,516
$110,866