HomeMy WebLinkAboutD. BLOC DESIGN-BUILD - PURCHASE OF LIFT STATION CONTROL & RADIO TELEMETRY SYSTEM City of Port Arthur Texas
Mayor and City Council Communication
DATE j REFERENCE SUBJECT PAGE
NUMBER Authorization to Purchase a Lift Station Control & Radio
08 - 26 - 11 2011_CC_ Telemetry System for the Main Outfall Lift Station for the Utility 1 of 1
MOLS SCADA Operations Department Wastewater Conveyance Division.
RECOMMENDATION
We recommend that the City Council authorize the purchase of a Lift Station Control & Radio Telemetry System for
the Main Outfall Lift Station Complex for the Utility Operations Department Wastewater Conveyance Division from
BLOC Design - Build, LLC of Longview, Texas in the amount of $24,997.21
BACKGROUND
The Main Outfall Lift Station complex is comprised of two large lift stations, one completed in 1984 and a 1961-
vintage LS currently being re- commissioned. These LS's are the largest in the city without a SCADA telemetry
system to report status /alarms to the Water Plant. This SCADA system will include new LS controls that will also
coordinate the operation of these two LS's. This unit will work with our existing telemetry system by sending
information to the Water Purification Plant to call stand -by personnel to respond. Several years ago, we began the
process of installing radio telemetry systems at our remote water tanks and key lift stations so that we could monitor
and /or control these sites. We have since incorporated these systems into City Standards for lift stations, and a few
years ago the TCEQ began requiring such systems as part of the Chapter 217 wastewater system design criteria.
Data. Flow Systems manufacturers the remote telemetry system we currently utilize, and BLOC Design - Build, LLC is
the exclusive Value Added Reseller (VAR) in Texas (sole source). They have quoted this equipment and installation
4 at $24,997.21.
BUDGET /FISCAL EFFECT
Funds for these blowers are available in Sewer Bond Fund account #428- 1625 - 532.92 -00, project #428004.
SUMMARY
We recommend that the City Council authorize the purchase of a Lift Station Control & Radio Telemetry System for
the Main Outfall Lift Station Complex for the Utility Operations Department Wastewater Conveyance Division from
BLOC Design - Build, LLC of Longview, Texas in the amount of $24,997.21
RECOMMENDED:
(i/
r c, 2j4thiLL--,
Kelly Eldridge Shawna Tubbs Deborah Echols (J
Director of Utility Operations Purchasing Manager Director of Finance
428 Sewer Bond Fund
1625 Wastewater
532 Water Utilities
92 Capital Equipment
f G
PRE PARED BY i DISPOSITION BY COUNCIL _ _ PROCESSED
BY
KE —
—
} CITY
APPROVED BY
(I APPROVE 0 OTHER (DESCRIBE) SECRETARY
City Manager DATE
BLOC 140 E. Tyler St., Suite 600
s 1 c. N 13 u I L u Longview, TX 75601
903.247.9444
903.236.7779 fax
jholland @blocdesign.com
BRIDGING THE LINES OF COMMUNICATION
August 5, 2011
Mr. Kelly Eldridge
City of Port Arthur
1101 H.O. Mills Blvd.
Port Arthur, TX 77640
Re: City of Port Arthur, Texas — Main Outfall t Station
Subject: Building Nos. 1 & 2 SCADA RTU Cost Proposal
Via email: kelly@portarthur.net
Dear Kelly:
Thank you for your interest in BLOC Design - Build's Instrumentation and Control Services. As you
requested, this letter will serve as our proposal to provide the hardware, labor and installation
services for the SCADA monitoring, control, and alarming of the Main Outfall Lift Station using the
radio telemetry controlled Supervisory Control and Data Acquisition (SCADA) system
manufactured by Data Flow Systems of Melbourne, Florida.
SCOPE OF WORK/BILL OF MATERIALS
Pricing includes on -site installation of SCADA RTU and associated equipment listed in Bill of
Materials, termination of wires, programming, central site configuration, screen building, and
verification of communications.
This quotation includes, and is limited to, the following:
Lump Sum: $24,997.21
Main Outfall Lift Station - Building Nos. 1 & 2 SCADA RTU: $24,297.21
• (1) RTU204 for PLC w/ MBP001 -3 — includes: (1) 204 SS Enclosure, (1) MBP001, (1)
PSM003 -1, (1) Polyphaser Coaxial Surge Protector, (1) SPS001 120V Surge Suppressor, (1)
RF Pigtail, (1) 3.0 Ah Battery
• (1) Telemetry Interface Module (TIM007 -LMR)
• (1) Programmable Logic Controller (PLCO33)
• (1) PLC Bypass Card (PBC001)
• (1) Analog Monitor Module (AMM002)
• (1) Digital Monitor Module (DMM002)
• (1) Digital Control Module (DCM003 -1)
• (1) Edco DRS -036 Surge Protector
• (8) SPDT Relay, 120VAC (Omron G2R -1 SNI- AC120(S))
• (8) Relay Base, G2R Series (Omron P2RF -05 -E)
PTAR.049M Cost
Proposal
Page 2 of 6
• (4) End Stop (Wago 249 -117)
• (36) 2 Conductor Thru Block (Wago 280 -601)
• (2) 2 Conductor End Plate, Gray (Wago 280 -330)
• (5) 4 Conductor Thru Block (Wago 280 -621)
• (1) 4 Conductor End Plate, Gray (Wago 280 -316)
• (4) Jumper- Adjacent, Gray (Wago 280 -402)
• (1) 9.2 dB, 5 Element, Welded, Yagi Antenna (ANXYS2165W)
• (1) 10' x 1 -1/4 ", Schedule 40, Aluminum Pipe Antenna Mast
• (40') LMR400 Coaxial Cable
• (2) LMR400 Coaxial Cable Connectors (TIMEZ400NMH -D)
• (8) Band -it 9" EVA- Coated SS Cable Tie (BAND- AE1128)
• (1) Lot of miscellaneous hardware, conduit, wire, fuses, fittings, etc.
• (1) FCC licensing services including radio propagation study.
• (1) Installation, programming, start-up, debug & commissioning
Instrumentation: $700.00
• (1) Submersible transmitter, 0 -15 PSI, 4 -20mA, w/ 60' cable (Dwyer PBLT2)
SCADA RTU INPUT /OUTPUT LIST
Main Outfall Lift Station - Building Nos. 1 & 2 SCADA RTU
• Analog Inputs (Typical)
1. Wet Well Level
2. Spare Analog Monitor Input
3. Spare Analog Monitor Input
4. Spare Analog Monitor Input
• Discrete Inputs (Typical)
1. Motor 1A Run Status
2. Motor 2A Run Status
3. Motor 3A Run Status
4. Motor 4A Run Status
5. Motor 1B Run Status
6. Motor 2B Run Status
7. Motor 3B Run Status
8. Motor 4B Run Status
9. External Phase Monitor (external phase monitor to be provided by others)
10. Motor 1A HOA Switch "Auto" Status (HOA switch to be provided by others)
11. Motor 2A HOA Switch "Auto" Status (HOA switch to be provided by others)
12. Motor 3A HOA Switch "Auto" Status (HOA switch to be provided by others)
13. Motor 4A HOA Switch "Auto" Status (HOA switch to be provided by others)
14. Motor 1B HOA Switch "Auto" Status (HOA switch to be provided by others)
15. Motor 2B HOA Switch "Auto" Status (HOA switch to be provided by others)
16. Motor 3B HOA Switch "Auto" Status (HOA switch to be provided by others)
17. Motor 4B HOA Switch "Auto" Status (HOA switch to be provided by others)
18. Spare Digital Monitor Input
19. Spare Digital Monitor Input
20. Spare Digital Monitor Input
• Discrete Outputs (Typical)
1. Motor Starter 1A (start/stop)
2. Motor Starter 2A (start/stop)
3. Motor Starter 3A (start/stop)
PROPOSAL INCLUDES BILL OF MATERIALS AND SCOPE OF WORK FOR THE PROJECT REFERENCED.
PTAR.049M Cost
Proposal
Page 3 of 6
4. Motor Starter 4A (start /stop)
5. Motor Starter 1B (start/stop)
6. Motor Starter 2B (start/stop)
7. Motor Starter 3B (start /stop)
8. Motor Starter 4B (start /stop)
TRAINING
On -site instruction of owner's operating personnel up to 4 hours at the job site shall be
provided at the conclusion of final checkout and startup.
OPERATION AND MAINTENANCE MANUALS
Three (3) copies of the Operation and Maintenance Manuals will be furnished.
FCC RADIO LICENSING SERVICES
DFS FCC Radio Licensing Services include frequency selection, acquisition, FCC license
preparation and FCC license filing as required for the remote site SCADA locations. All
licenses will be filed on behalf of, and in the name of, The City of Port Arthur, Texas.
WARRANTY
Data Flow Systems, Inc. (DFS) warrants all hardware and software provided under this
contract against all defects in material and workmanship for a period of one year. DFS
warrants the telemetry software to be free of defects for as long as it is operational in the US.
DFS will also provide free updates to this software for the life of the system. The function
modules utilized in the remote terminal units and TAC Pack carry an additional 2 -year return -
to- factory warranty. The 2 -year return -to- factory warranty also covers damage due to
lightning. Original Manufacturer's warranty applies for all non -DFS equipment. BLOC warrants
workmanship and labor for a period of one year.
MAINTENANCE
For post project support, see attached copy of BLOC Design - Build's Standard Rates and
Terms.
QUOTATION NOTES
1. Price quoted includes the freight to the job site.
2. Only those items specifically listed above in the "Bill of Materials" are included in this
quotation.
3. No services, other than those described in the "Scope of Work" are included in this
quotation.
4. All conduits will be provided and installed by BLOC Design - Build. Existing conduits will be
used where possible.
5 All conduits will be thin wall EMT, Rigid PVC and /or Flexible PVC.
6. All digital input or output (dry contact) control wire to be provided / pulled from field devices
to DFS RTU by BLOC Design - Build. (Wire will be #14 stranded copper). Existing control
wire will be used where possible.
7. All analog input or output control wire to be provided / pulled from field devices to DFS RTU
by BLOC Design - Build. (Wire shall be #18 -2 or #18 -4 shielded copper). Shielded wire shall
not be run in the same conduit as control wires or A/C power. Existing shielded wire will be
used where possible.
8. This quotation assumes that BLOC Design -Build employees will be assisted by the Cities
current SCADA technician, during the DFS RTU installation.
PROPOSAL INCLUDES BILL OF MATERIALS AND SCOPE OF WORK FOR THE PROJECT REFERENCED.
PTAR.049M Cost
Proposal
Page 4of6
9. This quotation assumes sufficient space exists for the installation of the required 20'
antenna mast assembly within 20 feet of the DFS RTU.
10. Freeze protection of instrumentation equipment to be responsibility of others.
11. Taps, hot shots and impulse tubing, for instrumentation, by others.
12. Provider of instrumentation and devices are responsible for signal /noise quality and
calibration as necessary to meet the requirements of the control /telemetry system.
13. Surge protection to protect devices that are outside of the DFS enclosures is the
responsibility of instrumentation /device providers.
14. This quotation assumes that entry by our employees into "Confined Spaces" and /or
"Permit - Required Confined Spaces" as defined by OSHA, is not required by the scope of
the work to be performed under this quotation.
15. This quotation assumes that all electrical equipment to be accessed by our employees can
be temporarily removed from service.
16. Marking and locating of all underground utilities, if required, shall be the responsibility of
owner.
17. Proposal assumes any existing instrumentation equipment is fully functional and in proper
working order. Additional time and material at standard rates, may apply, if calibration or
troubleshooting to correct functional deficiencies are required.
18. Proposal anticipates that any required City permits will be furnished or waived.
I/O REQUIREMENTS
1. All digital inputs to any DFS RTU will be of a dry contact type.
2. Mixing of multiple sources of power will not be permitted.
3. All digital outputs from the DFS RTU will be dry contacts and provide for 120VAC at 10amp
capacity.
4. All analog inputs will be 4 -20mA.
5. 4 -20mA, signals, at a minimum, to provide 500 -ohm impedance drive.
CONDITIONS
1. Equipment delivery lead -time is 4 -6 weeks ARO. Scheduling of work to be negotiated with
City. Prices are F.O.B. job site. BLOC payment terms are 20% upon mobilization, 40%
upon delivery of equipment, 30% at initial start-up of equipment and 10% NET 30. Pricing
quote will be honored for 60 days.
2. We have assumed that this work is tax exempt and have not included any sales tax in the
price.
If there are any questions please call 903.247.9444.
Sincerely,
BLOC Design -Build LLC
James K. Holland, P.E.
Operations Manager
JKH /clm
PROPOSAL INCLUDES BILL OF MATERIALS AND SCOPE OF WORK FOR THE PROJECT REFERENCED.
PTAR.049M Cost
Proposal
Page 5 of 6
Proposal Accepted and Work Authorized By:
Date:
For City of Port Arthur
Customer PO Number:
PROPOSAL INCLUDES BILL OF MATERIALS AND SCOPE OF WORK FOR THE PROJECT REFERENCED.
PTAR.049M Cost
Proposal
Page 6 of 6
BLOC DESIGN - BUILD, LLC RATES & TERMS
Instrumentation & Control Programming $100.00 /hour*
Instrumentation & Control Technician on -site $85.00 /hour*
Instrumentation & Control Technician by telephone $75.00 /hour*
Instrumentation & Control Technician Helper $55.00 /hour*
Instrumentation & Control Technician or Helper Travel $55.00 /hour*
*Overtime Charges at 1.5 and Holiday at Double Time
Administrative Assistant $45.00 /hour
Travel $0.58 /mile
Equipment /Software At Quoted Rates
Travel Expenses Overnight Stay $150.00/day
Outside Consultants (only used with prior consent) Cost + 15%
Terms & Conditions:
1. Equipment is shipped FOB job site, and freight will be added to invoice.
2. Payment is due and payable within 15 days of the invoice. Interest will accrue on the
unpaid balance beginning 30 days following the invoice date at a rate of 1.5% per month.
3. Invoices are normally submitted once per month for projects continuing longer than one
month.
4. Lump sum projects are billed monthly based on percent complete plus material.
5. Hourly and reimbursable projects include billing of travel time at the same hourly rate as
the normal labor rate. In addition, on work requiring overnight stay by our technicians, hotel
and meal costs will be invoiced at our Per Diem rate of $150.00 per day per technician.
6. Use of company vehicle and common hand tools /test equipment are included in the rates
quoted above. Miscellaneous material incorporated into the project or used specifically for
the project will be billed at our cost plus 15 %.
7. Unless other arrangements have been made, BLOC does not perform electrical
installations. Our services are normally limited to final termination, programming, startup,
training, commissioning and troubleshooting.
8. Sales tax is in addition to quoted rates for clients that are not tax exempt.
PROPOSAL INCLUDES BILL OF MATERIALS AND SCOPE OF WORK FOR THE PROJECT REFERENCED.