R06-118
II
1 RESOLUTION NO. R06- (I e
2
3 A RESOLUTION OF THE CITY OF BOYNTON
4 BEACH, FLORIDA, APPROVING AND AUTHORIZING
5 THE CITY MANAGER TO EXECUTE THE TASK
6 ORDER NO. U06-001 IN THE AMOUNT OF $24,892.00
7 WITH DCR ENGINEERING SERVICES, INC.,
8 THROUGH A PIGGYBACK OF RFP 02-29 BETWEEN
9 ST JOHNS COUNTY AND DCR ENGINEERING
10 SERVICES, INC., AS AMENDED ON JANUARY 25,
11 2006 FOR ENGINEERING SERVICES TO PLAN FOR
12 THE INTEGRATION OF THE UTILITIES CONTROL
13 SYSTEM; AND PROVIDING AN EFFECTIVE DATE.
14
15
16 WHEREAS, the Utilities Department currently employs three separate Supervisory
17 Control and Data Acquisition (SCADA) systems between the two water plants and the
18 remote telemetry system for the lift stations and wellfields; and
19 WHEREAS, a new SCADA system with integral Data Historian will have beneficial
20 impact on the City's operations by making it easier and cheaper to have to support only one
21 system. System reliability will be increased, particularly during weather emergencies and
22 the data historian will enable detailed analysis of operating parameters that will lead to
23 operating efficiencies; and
24 WHEREAS, the City Commission of the City of Boynton Beach upon
25 recommendation of staff, deems it to be in the best interest of the citizens of the City of
26 Boynton Beach to authorize execution of Task Order U06-001 in the amount of $24, 892.00
27 with DCR Engineering Services, Inc.,.
28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
29 THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
S:\CAIRESOlAgreemenlsITask - Change OrderslDCR Engineering Services- TaskOrderU06-001.doc
II
Section 1.
The foregoing "Whereas" clauses are hereby ratified and confirmed as
2 being true and correct and are hereby made a specific part of this Resolution upon adoption
3 hereof.
4 i
Section 2.
The City Commission of the City of Boynton Beach, Florida does
5 hereby authorize and direct the approval and execution by the City Manager of Task Order
6 U06-001 in the amount of $24,892.00 with DCR Engineering Services, Inc., for engineering
7 services to plan for the integration of the Utilities control systems at a cost of $24,892.00, a
8 copy of which is attached hereto as Exhibit "A".
9
Section 3.
This Resolution shall become effective immediately upon passage.
10
PASSED AND ADOPTED this~ day of July, 2006.
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
CITY OF BOYNTON BEACH, FLORIDA
ask - Change OrderslDCR Engineering Services-TaskOrderU06-001.doc
Task Order No. U06-001
Process Control System - Utilities Department
ROb -118
Background
The City of Boynton Beach has three separate control systems of varying vintage. There
are two Water Treatment Plants which each have a separate SCADA system employing
10 Siemens Series V PLC's and lntellution Fix 32 SCADA systems. The plants share the
business Ethernet network but are in separate domains. It is not possible to see one plant
from the other. Communication between the plants employs a Tl connector that is
susceptible to outages during heavy rainfall. A second fiber optic line is being installed
but this is above ground and at risk during high winds.
The telemetry system currently employs Dataflow's RTU & NTU technology but the
original proprietary Hypertac SCADA system was replaced by VT SCADA
approximately 4 years ago. There is currently a review underway to replace the existing
telemetry hardware, because of various recurrent failures, with one of two possible
alternatives. This new standard will be progressively installed on existing stations and all
new facilities. Unless specifically precluded by the results of this investigation the new
telemetry system will also be connected to VT SCADA. There are currently around 200
remote sites connected via telemetry including all lifts stations, storm water pumping
stations, water storage facilities and most wells. There is no storage or trending of
telemetry data.
There are no network architecture drawings available and no hardware, programming,
graphics or tag naming standards. Control programming has been done on a limited basis
internally but mainly through a number of external companies. There are limited records
of control programs and no rigid system of managing or recording changes. There is no
Process Data Historian but limited trending of some control variables.
There is a SQL server on the East Plant network installed for use with DA T ASTREAM
v6.1. This first attempt at introducing a CMMS used this software to enter information on
the fire hydrants and to set up a planned maintenance system using this data. lt was
abandoned after it was found to be too labor intensive and inflexible to meet current
needs. There is an urgent need to provide software support for the Utilities new
maintenance efforts. One of the key aspects has to be that there is minimal need for a
large support team for whichever CMMS package is chosen.
Pane 1 of 6
to
Project Goals
The following are the anticipated goals of this project:-
· Engineering and specifications standards.
· A system that will provide for compatibility between business units, divisions and
operations and be readily integrated into any future Asset Management System.
· The ability to provide accurate reporting based on a centralized database.
· Repeatable processes producing a quality product with consideration of
production environment variations.
· The ability to track equipment operation for real time notification of equipment
outages for predictive maintenance purposes.
· The ability to monitor specific equipment metrics for preventive maintenance.
· The ability to maintain and store production data for production and quality
analysis.
· The ability to provide accurate real-time information exchange of production data
with the existing (or future) business application with reduction of manual data
entry steps and improving accuracy of data input.
· The structure for scalability to allow for future growth.
Page 2 of6
Scope of Services
Task 1 - Analysis
The consultant will undertake a functional specification of the existing control system
...
and describe the requirements of the future system. This future system must provide for
inclusion in any future Asset Management System intended for the Utility. The document
will perform the following functions:-
· Describe the existing processes and data systems
· Outline the proposed functionality of the new system
· Recommend an overall hardware and software architecture
· Describe integration tasks to be performed in the project
· Define the roles and responsibilities of all parties.
· Establish a conceptual cost estimate.
Scope of Work
The functional specification study will detail functionality, data, hardware requirements,
and potential cost savings for a system that will meet the future needs of The City of
Boynton Beach.
The Consultant will provide accurate hardware and software recommendations for a
system that will not only meet current needs, but also provide a foundation for a scalable
platform for the City to grow and expand on as future requirements demand.
The study also provides a basis for the City to intelligently divide the system's design and
deployment into phases that are compatible with the City's budget and timeline
requirements.
The study will include of the following categories:
1] Needs Requirements:
A written description of the need or requirement, and how it relates to the operations or
an area of required functionality. This step is critical to identify clearly what productivity
requirements we are looking to satisfY. After the need is clearly defined, the consultant
will undertake a review of the process, and what infonnation within the process is
available to support the development of the required functionality. This task allows
identification of all process variables. The consultant will also identify additional points
of inforn1ation that will be required to support the development of the required
functionality.
Page 3 of6
2] Data Requirements:
The consultant will evaluate the process environment's existing data content to see if it is
sufficient to support requirements as set forth in the Needs Requirements section of this
study. Data evaluated will include data residing in the production equipment's
controllers, The City of Boynton Beach's existing business system, and any other related
systems that may be required to source data. In this study section, consideration will be
given to additional data required that does not exist, and look at methods for deriving that
data. Additional study efforts will include the following:
· Document the existing process data sources with respect to the requirements and
needs defined in section one of this study.
· Understand and document any data flow between existing systems. This task is
required to understand what architectural changes might be required.
· Identify potential source locations for additional data that will be required, but do
not currentl y exist.
3] Hardware and Networking:
This section of the study will document existing PLC and upper level systems networking
(to include all systems required for data sourcing). From the previous two sections of this
study, the consultant will identify hardware and networking changes that will be required
to facilitate connectivity to the required data.
Task 2 - CMMS
The consultant will undertake a review of available Computerized Maintenance Packages
and provide a recommendation to the City as to which package most closely meets their
needs both in tenus of ease of use, implementation requirements and compatibility with
other aspects of the City's existing and future software integration.
Scope of Work
The consultant will first undertake a needs assessment in those City departments that
would have use of a CMMS. These include Utilities, Public Works and Parks and
Recreation. The assessment will include types of task to be considered under the
program, the extent of available data, the workload involved in loading the data and the
availability of personnel to enter the data.
Having identified the nature of the task the consultant will review available CMMS
systems and detelmine which ones are appropriate for the identified task. Determination
of appropriateness will include the following factors:-
Page 4 of6
. Initial Cost ofthe software and hardware.
. Ongoing costs for software maintenance.
. Start Up costs for entering initial data
. Ongoing personnel costs needed to maintain the system.
Wherever appropriate these costs will be split to show the financial impact on each of the
potential users. This is to enable the Utilities department to know the financial
requirements should they decide to move ahead before other areas of the City.
Deliverables
F or each of the tasks the consultant will provide a written report in draft form for review.
After discussion with and input from City project management a final report will be
prepared and a workshop held to explain and discuss the findings in detail.
City Involvement
The City will provide a lead contact person for the duration of the project.
The city will provide full access to all necessary information required by the consultant
on a timely basis.
Assumptions
The contractor will appoint appropriate project management and hold regular progress
meetings with the City.
Ant reports, drawings or other such material will be provided to the City in electronic
format using MS Office.
Schedule
Project completion anticipated within 4 - 6 weeks within receipt of order.
Compensation
The consultant will operate and be compensated in accordance with the tenus and
conditions of the St. Johns County RFP # 02-29 as amended on January 25t\ 2006.
Total cost $24,892, not to exceed $ 25,000.
Page 50f6
APPROVED BY:
CITY OF B~:ACl/' FLORIDA
By: ~
Kurt ressner
City Manager
SUBMITTED BY:
Name: odd Bredbenner, P.E.
Title: resident
Attest/Authenticated:
Page 6 of6
ST. JOHNS COUNTY, FLORIDA
Board ?f ~ounty .J :20-1 ~
CommISSIOners
Office of the Purchasing Depatlment
Karen R. Wiseman
2740 Industry Center Road
Saint Augustine, FL
32084
PHONE (904) 209-0160
FAX (904) 209-0161
January 31,2006
Todd Bredbenner, P.E.
DCR Engineering Services, Inc.
P. O. Box 935
Mulberry FL 33860
RE: Contract Extension Bid No. 02-29 for SCADA Services Continuing Contract for St. Johns
County Utility Department
Dear Mr. Bredbenner,
Please find enclosed a fully executed original of the Contract Extension for the above referenced
project. Under this contract the St. Johns County Utility Department will issue various task
orders. St. Johns County looks forward to doing business with your corporation in the years to
come
If you have any questions, please do not hesitate to call me at (904) 209-0160.
Thank you for doing business with St. Johns County.
S;i"inc. r.,el..Y" ';-
11 .' ~(' /
\ ((( 'Y.\ (II I i j\._ c,. / -----.
" " i.' -'. I . . ./ ._,,,f
Karen R. Wiseman
Contracts Specialist
cc: Neal Shinkre, Utility Engineering Manager
Master File
\i,:{! m.
.".. ~\...;''P r\
!)tP r~
-' ;-/
CONTRACT EXTENSION AGREEMENT
FOR
RFP NO. 02-29
THIS EXTENSION AGREEMENT is made thisoZ.s- day of )~Al, 2006 by and between
ST, JOHNS COUNTY, hereinafter called "OWNER", and DCR Eneineerine Services, IDe"
P. O. Box 935, 502 County Road 640 East., Mulberry, Florida 33860 (863) 428-8080
hereinafter called "CONSULTANT".
WITNESSETH: That for and in consideration ofthe payment and agreements hereinafter mentioned;
1. The CONSULTANT'S responsibility under this Contract is to provide
professional/consulting services in the area ofSupervisorv Control and Data Acquisition (SCADA)
services, and to perform and complete the work speci fically set forth in each task order to this
contract.
2. The CONSULTANT will provide the service as identified in the CONTRACT
DOCUMENTS to the COUNTY as negotiated by the OWNER. The Work shall be performed on an
as needed basis per project and by task order to this contract.
3. The CONSULTANT will commence/continue service as required by the
CONTRACT DOCUMENTS beginning March 8,2006 and Contract will terminate March 7,2007,
Unit rates established at the beginning of this agreement are as shown in Attachment "c" attached
and signed by Joe Burch, Purchasing Manager. These rates are effective January 1, 2006 through
December 31,2006. T & M rates shall remain firm for the entire tetro, based upon consultant's fee
schedule that must be agreed upon by the OWNER and the CONSULTANT within 45 days of the
date of execution of this agreement, and will become a part of this agreement. Requires annual
appropriation of funds.
4. The term CONTRACT "DOCUMENTS" means and includes the following:
(1) ADVERTISEMENT FOR RFPS AND NOTICE TO BIDDERS
(2) SCOPE OF SERVICES
(3) CONTRACT AGREEMENT DATED 3/07/02
(4) ATTACHMENTS
(5) CONTRACTOR'S PROPOSAL DATED 11129/2001
(6) TASK ORDERS
(7) CONSULTANT'S RATE SHEET/FEE SCHEDULE ATTACHMENT "C"
5. The Owner will pay to the CONTRACTOR in the manner at such times and amounts
as set forth in the CONTRACT DOCUMENTS for services, unless otherwise agreed upon.
CT-1
~
6. The Contract Agreement shall be binding upon all parties hereto and their respective
heirs, executors, administrators, successors and assigns.
IN WITNESS WHEREOF, the parties hereto have executed or caused to be executed by their duly
authorized officials, this Agreement, five (5) copies of which shall be deemed an original on the date
first above written.
Owner
St. Johns County Board of
Contractor
County Commissioners
(Typed Name)
DCR Engineering Services Seal
(Typed N
L
BV-::Y fJJ.{ v~
Signature
Todd B. Bredbenner P.E., VP
Printed Name & Title
I-J..s- OG
Date of Execution
Date of Execution
1!0S\th
Date of Execution
"',.;;
'....~.D\
'i,
.)\
f' .,
"': "
\.
.,~,-; '..
T:\Utility Eng DOcs\DCR\SCADA general professiona1\C'r,EXT 02..29 DCR.doc
'....., .', ..,!. .
'". \- \ \'
\' .~~. j'
':'.::k:}
. -; . "
.'
,,;
'..". .
.~. .
CT-2
I
Dell Engineering
_ Services, Inc.
Attachment "C"
P.O. Box 935
502 County Road 640 East
Mulberry, Florida 33860
Telephone 863.428.8080
Fax 863,428,8036
SJcu rate sneet_ 4-01-00 to 3-31-07.doc
Effective A/Jri/1, 2006 - March 31,2007
St. Johns County. Enaineerina Rates
Class ificatio n
Clerk
CAD Operator
Electric ia n
Panel Shop Techniician
Telem etry Tech n ician
RATE
$ 23.58
$ 42.67
$ 50.53
$ 56,14
$ 61.76
Class ification
Senior Designer
Senior Telemetry Tech.
Project Engineer
Program m er
Senior Engineer
RATE
$ 65.13
$ 69.62
$ 84.22
$ 84.22
$ 101.06
Technical Services EXIJedite Fee:
1. Priority One Work (Emergency call outs):
All call outs during non-business hours shall be billed at a four (4) hour minimum fee at the rate of time and one-
half, or double time on Sundays or holidays.
2. Priority Two Work (Service work to be provided within sixteen (16) business hours of notification):
All service work to be performed within 16 business hours (two business days) of notification will have a 1,25 multiplier
applied to the above rate schedule.
3. Telephone Technical Support:
Telephone support will be billed at a one (1) hour minimum fee during normal business hours, or a two (2) hour minimum
fee during non-business hours. All fees will be in accordance with the above rate schedule,
EXIJenses: Travel Air: cost (pre-authorized only)
Lodging/Meal expenses $80/per day lodging, 21/day food
Travel Per Mile/Service Vehicle ,35 mile
Travel Per Mile/Non-Service Vehicle .29 mile
All expenses will be assessed a 5% administrative handling fee,
Rates Include: payroll taxes, insurance fringes, legal benefits, portable computers, Motorola maintenance software,
test equipment under $1,000, and small tools under $500. Work performed in excess of the standard workday (Monday
through Friday) shall be at the rate of time and one-half. Work performed on Saturday shall be at the rate of time and
one-half, All work performed on Sundays and Holidays shall be double time, Normal business hours are 8:00 AM to
4:30 PM Monday through Friday,
All material and subcontracts will be billed at cost plus 17% or a 1,17 multiplier Florida State sales tax, and 1,75% freight
allowance. Freight charges for expedited shipping (such as Federal Express) will be billed as a subcontracted service,
All rates include standard tools and test equipment required for the classified individual to perform their service, Tools of
a "specialty" nature will be purchased as per material above and be delivered to the client, or rented by DCR for the
required service, Equipment rental rates will be considered the same as material purchases above.
Payment terms will be in accordance with Florida's prompt payment statutes 218.74,
Motorola Equipment: will be billed at the current Motorola list price multiplied by ,950 plus 1,75% freight, and applicable
Florida State sales tax.
Labor Escalation: Labor rates will be evaluated every 12 months, Maximum 12 month increase will be the lowest of
either 5% or the normalized US CPI increase for the applicable period, but not less than 0%. Basis of this computation
will be the latest index as available from the US Bureau of Labor and Statistics, index titled "U.S. All items, 1982-
84=100", available at, wwwbls.qov/cpi/, The current index level for the original rates was 177.4,
Rates increased bv 4.46% on 1/15/2006 from 2005. CPt index = to 199.2 or a 12.29% increase from 1/1/2002 rates.
@ MOTOROLA
SCADA VAR
3/20/2006
REOUEST FOR PROPOSALS #02~29
SCADA SYSTEM SERVICES FOR THE ST. JOHNS COUNTY UTILITY DEPARTMENT
The St. Johns County Board of County Commissioners solicits responses from qualified and experienced firms to
provide Supervisory Control And Data Acquisition (SCADA) system (also referred as Telemetry) services to St.
Johns County Utility Department (hereinafter referred to as SJCUD) on a Continuing Services Contract. For
unitary responsibility reasons it is the intent of the SJCUD to select one finn, however, multiple fll'nls could be
selected based on the experience and capabilities of the applicant firms.
Any qualified individual or fum desiring to provide the required services should submit four (4) copies of a letter
of interest along with an introduction and the requested information. Anticipated services required (but not
limited to):
Scope of Services:
St. Johns County Utilities Department is soliciting proposals and qualifications for professional technical
services to assist SJC with the implementation of various projects. The successful firm will be one that is
skilled and knowledgeable in the application of automated process control elements and systems as may be
found in the water and wastewater industry. The firm will work closely with SJCUD Engineering,
Operations, and Maintenance department staff to plan and complete various projects. The firm must be
diversified enough to deliver a wide array of services that may include, but not be limited to the following:
1. Operational: Correcting operational problems with SJCUD's existing Telemetry-based SCADA. This
system consists primarily of Motorola MOSCADTM RTU's and Intellution TM FIX32 HMI software. The
firm should demonstrate its capability to support both these systems.
The SjCDD in its near term planning does not intend to change the Motorola MOSCADTM RTU
specification for existing and newer installations. It is also the intent of the SlCUD to maintain and
upgrade its Intellution ™ FIX32 HMI system. However, if the applicant firm wants to propose a
different HMI system, it shall clearly demonstrate its compatibility with Motorola MOSCADTM RTU,
features, and advantages and cost savings over the existing Intellution™ FIX32 HMI system.
2. Retrofitting portions of conventional analog-based or hard~wired control systems currently in place
to interface with the SCADA system. Modifications to all hardware, software and ancillary devices
as may be involved with such retrofit activities will the sole responsibility of the Consultant. The
firm shall qemonstrate its ability to perform such tasks and familiarity with similar systems.
3. Expanding the existing SCADA system to include monitoring and/or control of additional
equipment. The Owner may choose to incorporate equipment and processes, which are not
currently. automated into the existing SCADA system and assign this work to the Consultant.
4, Maintenance of SCADA system: The Consultant shall perform preventive and corrective
maintenance of the hardware and software components of the system in accordance with
manufacturers' recommendations and direction from the Owner. The Consultant must be willing
and able to work integrally with the Owners' personnel in the execution of this work.
5. Troubleshooting overall system's operation to determine causes of poor or improper operation.
The Consultant must not limit his activities to replacement of faulty hardware, but rather fully
troublesh<?ot software, hardware, field instruments, wiring, and the process operation itself in order
to effectively find and correct the source of reported problems.
6. Availability: The firm shall demonstrate the availability of its personnel, both during and after
work hours.
Work will be awarded on a project-by-project basis that may include any or all of the above services or services
not specifically mentioned but directly related. Services will be requested on an as-needed basis. The Owner is
solely responsible for assignment of work activities and generation and/or approval of estimates of labor for
defined tasks. The Owner reserves the right to determine whether certain work tasks will be done on a time-and-
material basis or by mutually agreeable lump sum amount. Consultants may hire sub-consultants to be used for
portions of the required services. However, the primary consultant must be responsible for all the work
performed. The agreement(s) shall be governed by and construed in accordance with the laws of the State of
Florida.
Evaluation of Proposals:
Proposals will be evaluated in accordance with the following Evaluation Criteria: Familiarity and previous
professional experience within the scope of services; Past performance with St. Johns County Government;
Experience with similar projects; Current workload/proposed project schedule; Quality of Submittal; and
References. Please see attached Evaluation Criteria and Evaluation Sheet. Proposals will be reviewed by an
evaluation team. In accordance with Section 287,055 most recent Supplement, Florida Statutes, final team
rankings will be summarized and a recommendation will be presented to the Board of County Commissioners for
approval and authorization to negotiate with approved - selected firms. Sdected firms will be notified if
presentations/interviews are required. The County desires to avoid the expense to all parties of unnecessary
presentations. The evaluation team will make every reasonable effort to make recommendations based upon the
written submittals alone. If a single number one ranked firm cannot be clearly determined, then the evaluation
team shall request the Purchasing Manager to set-up the top ranked firms for presentations/interviews.
The County may elect to conduct oral interviews or presentations from one or more of the proposal respondents.
If the County elects to conduct oral presentations or interviews, such presentations or interviews will be open to
the public.
Additional Information:
Firms desiring to provide the required professional services in their area as requested should apply by submitting
four (4) copies of a Letter of Interest containing the following information:
1. Introduction to the firm providing (a) company background information; (b) list of references: name, title,
address, phone number and relationship to the projects; (c) Names and qualifications of sub-consultants.
2. Team Organization Chart, with summary resumes of key personnel who would be assigned to the projects
defined in the scope of work.
3. Recent related work experience (a) type of services performed, location and estimated construction costs
of recent project, (b) Permitting/agency coordination experience.
4. Nature and extent of private sector work currently performed by the Hrm in St. Johns County or
anticipated within the next 12 to 24 months.
5. Ability to coordinate with County Governmental Agencies and Administration.
6. Capability to meet deadlines.
7. Current workload, by phase.
In addition to the above, fIrms shall submit:
(a) Copies of any licenses applicable to the area of expertise.
(d) Proof of Liability Insurance and its limits.
(e) List all equipment including computer hardware and software available for use on assigned projects,
If the chosen consultant proposes to sublet, subcontract or otherwise engage the services of a third party, this
must be disclosed in the response to the proposal.
It is anticipated that St. Johns County will issue original multi-year continuing services contracts with single or
multi year renewal options. Any contract(s) negotiated with any fion(s) responding to this Request for Proposals
will be non-exclusive. The County reserves the right to (1) enter into contracts with fIrms for some or all of the
services; and to (2) subsequently solicit proposals and negotiate contracts, for such services with respect to
specific projects. All such actions shall be subject to the sole discretion of the County.
Generally, the method of compensation preferred by the County is on an hourly basis for services rendered, in
accordance with an established fee schedule and actual hours. A <<Fee Schedule" will be negotiated and agreed
upon at the time of execution of each agreement and will be a part of each contract. All payments, fees,
reimbursements, and costs will be based on the fee schedule established for the successful proposer(s). The Fee
Schedule will designate the hourly rate/unit rates for each member with their name and position title specified.
'The fee schedule may not be deviated from without the prior written consent of the Purchasing Manager. When
requested by the County, competitive proposals for a specific project work scope may be solicited for the
successful finn(s). The proposals will detail the services required to complete the project; the total hours for each
activity; the total cost for each activity; the totall'eimbursables; and all fees for these will be in accordance with the
established fee schedule. The successful fl1111(s) will be paid no more frequently than on a monthly basis, upon the
receipt of a valid invoice or statement.
The 51. Johns County Board of county Commissioners reserves the right to reject any or all proposals, waive
minor fonnalities or award to/ negotiate with the firm whose proposal best serves the interest of S1. Johns
County.
Phone No./Contacts:
Questions related to the RFP should be directed to Leigh Daniels, Contracts Technician III, St. Johns County
Purchasing, 2740 Industry Center Road, St. Augustine, FL 32084. Inquiries related to the work scope, clarification
or correction must be in writing - by fax, mail etc.- and received no later than dose of business on November 16,
2001, to allow adequate time for response and! or an addendum. Please do not contact any other staff member of
St. Johns County, except the above, with regard to this RFP. All inquires will be routed to the appropriate staff
member for response.
Due Date/Location:
The letters of interest and supplemental information will be received until 4:00 p.m. on November 29, 2001.
Mail or deliver all proposals to Leigh Daniels, Contracts Technician III, St. Johns County Purchasing Department,
2740 Industry Center Road, St. Augustine, F1.. 32084, phone number (904) 823-2540.
Purchasing Department
St. Johns County Board of County Commissioners
Definitions of Evaluation Criteria for
Ranking of Consultants
BCC APPROVED 03-23-99
A. Familiarity and previous professional experience within the scope of services.
Knowledge and first hand experience with items listed in the scope of services.
B. Past performance with St. Johns County Government
If the evaluator is unfamiliar with the performance of the firm under consideration, or if the finn has no
experience working with St. Johns County Florida, give 5 points in this category. Five is considered to be
a neutral number. If the fltm has experience in the County, and you have direct and first hand knowledge
of that experience, then rank more or less than 5 depending on whether their performance was less than
average or better than average.
C. Experiences with similar projects.
Points will be awarded for projects satisfactorily completed, similar in nature to the proposed
project, containing the required disciplines, and similar in size or dollar value. Also please provide
project completion date, design cost, construction cost, owner and contact name and number.
D. Curtent workload/proposed project schedule,
A schedule should be submitted showing tentative begin date, progress check-points and estimated
completion date. More points are awarded for shorter project schedules and/or inunediate staff
availability to begin/ continue work on the project in a timely manner.
E. Quality o( Submittal
Response to the Evaluation Criteria, alternatives or proposals to solve anticipated problems and concerns,
budgetary, and cost containment considerations, possible alternatives for cost savings permitting
considerations, if any, and approach to obtaining such permits.
F. References
To avoid duplication, the Utility Engineer, or other designated individual, will contact and rank
references.
5 a
~~
tIlo
-<t::.:::
~5
_u~
etll'W
e ...
": gj cS
~ N Vl
l... 0 8
]~ .~
Eu..u
~ c.:: tIl
~"bO
... l-< s::
~ U'p
"f:;"3
~o'"
<c:z:u
r=ll:w
oollQu
I II
r I I I
I
:3
~ -
0
..
~ ~
u e
'" 1-0
E l:! -<
.. I:l
'"
..
..
I-- I
.. "
c 0-, ~
0 s~
..
~~
0'''
.J~
I-
~~., ~ ~
91ge l:!
..
;>i:i 0:0
~~ff~
e~ ~ I ~
L~ g
ii:~ .. ::?1
hfil -<
<.lil:...
...~ ~ ,,;
u ... ~ 8
~Q ~ ~
tlH~ 12
.. ""
~
~ t:50 ~
.....il:u~ ~
'"0
~(s'<!...", ~
ii:!il~!l!i:~e ~ -
u
~>iJiB15~~ I? g
~ft!~i8", .. 5
CoO wV) u
~~f'" ~
Il
00 5b
c:z: .to
~ ...
0
e Is
<~ ....
E
~ ~ .. r:
'EQ
O~I Jj
liS
~>
~~~
000
uUI';<.
00""<
~o~ I J
O~1lol ~ I I I I
...<~ Li:
~o
Z
f-<
Z
~
lloc
~
~
.,
-€
d'
o
.~
n.
:::l
'"0
'"0
'8
~
o
f-
~
~
I';<.
o
~
1
~
tIl
CONTINUING CONTRACT
FOR
CONSUL TINGIPROFESSIONAL SERVICES
ST, JOHNS COUNTY, FLORIDA
This Contract is made as of the th day of ,2001, by and between the Board of
County Conunissioners of St. Johns County, Florida, hereinafter referred to as the COUNTY, and
[] an individual, [] a corporation, [] a partnership, authorized to do business
in the State of Florida, hereinafter referred to as the CONSULTANT, whose address is:
In consideration of the mutual promises contained herein, the COUNTY and the CONSULT ANT agree
as follows:
ARTICLE 1 -SERVICES
The CONSULTANT's responsibility under this Contract is to provide professional/consultation
services in the area of Supervisory Control and Data Acquisition (SCADA) System services, and to
perform and complete the work specifically set forth in the each task order to this contract.
The Work shall be performed on an as need basis per project and by task order to this contract.
Services of the CONSULTANT shall be under the general direction of a county
representative to be identified in each task order, who shall act as the COUNTY's
representative during the performance ofthis Contract. All other questions, information and
legal service shall be directed to Joe Burch, Purchasing Manager.
ARTICLE 2 - SCHEDULE
The COUNTY and the CONSULTANT shall approve each schedule which will become a
part of each task order. All testing and reports shall coincide with agency requirements.
ARTICLE 3 - PAYMENTS TO CONSULTANT
A. The COUNTY shall pay to the CONSULTANT for services satisfactorily performed,
as follows: The CONSULTANT will bill the COUNTY on a monthly basis or as
otherwise provided and at the amounts set forth in Contract Addenda for services
rendered toward the completion of the Scope of Work. The amounts billed shall
represent the approximate completion of services outlined in the Scope of Work
contained in various task orders.
6
B. Invoices received from the CONSULTANT pursuant to this Contract will be
reviewed and approved by the initiating County department, indicating that services
have been rendered in the conformity with the Contract and then will be sent to the
Finance Department for payment. Invoices must reference this contract and the task
order against which the CONSULTANT is billing.
C. FINAL INVOICE PER Task order: In order for both parties herein to close their
books and records, the CONSULT ANT will clearly state "final invoice" on the
CONSULTANT's finaVlast billing to the COUNTY, this indicates that all services
have been performed and all charges and costs have been invoice to St. Johns County
and there is no further work to be performed on the specific task order.
D. Contract Task Order. Value of this contract is based on contract task orders, each
task order shall have its own specific value on a "stand alone" basis.
E. Labor Unit rates established at the beginning of this agreement may be adjusted
annually beginning with the next task order issued after the anniversary date of the
agreement. The reference index used to determine the amount of increase (decrease)
will be the Bureau of Labor Statistics unadjusted Consumer Price Index for all items
for All Urban Consumers (CPI~U), U. S. City Average, published inunediately prior
to the contract anniversary date. The current index, May 2001, is 177.7.
ARTICLE 4 ~ TRUTH-IN-NEGOTIATION CERTIFICATE
The signing of this Contract by the CONSULTANT shall act as the execution of a truth-in-
negotiation certificate certifying that the wage rates and cost used to determine the
compensation provided for in this Contract are accurate, complete and current as of the date
of the Contract.
The said rates and costs shall be reduced to exclude any significant sums should the
COUNTY detennine that the rates and costs were increased due to inaccurate, incomplete or
noncurrent wage rates or due to inaccurate representations of fees paid to outside
consultants. The COUNTY may exercise its rights under this Article 4 within one (1) year
following final payment.
ARTICLE 5 - TERMINATION
This Contract may be tenninated by the CONSULTANT upon 30 days' prior written notice
to the COUNTY in the event of substantial failure by the COUNTY to perfonn in
accordance with the tenns of this Contract through no fault of the CONSULTANT, It may
also be terminated by the COUNTY, with or without cause, immediately upon written
notice to the CONSULTANT.
7
Unless the CONSULTANT is in breach ofthis Contract, the CONSULTANT shall be paid
for services rendered to the COUNTY's satisfaction through the date of termination. After
receipt of a Termination Notice and except as otherwise directed by the COUNTY and
CONSULTANT shall:
A. Stop work on the date to the extent specified.
B. Terminate and settle all orders and subcontracts relating to the performance of the
terminated work.
C. Transfer all work in process, completed work, and other material related to the
terminated work to the COUNTY.
D. Continue and complete all parts of the work that have not been terminated.
ARTICLE 6 - PERSONNEL
The CONSULTANT represents that it has, or will secure at its own expense, all
necessary personnel required to perform the services under this Contract. Such
personnel shall not be employees of or have any contractual relationship with the
COUNTY.
All of the services required hereunder shall be performed by the CONSULTANT or
under its supervision, and all personnel engaged in performing the services shall be
fully qualified and, if required, authorized or permitted l,Ulder state and loca11aw to
perform such services.
Any changes or substitutions in the CONSULT ANT's key personnel, as may be listed
in Exhibit "D", must be made known to the COUNTY's representative and written
approval granted by the COUNTY before said change or substitution can become
effective.
The CONSULTANT warrants that all services shall be performed by skilled and
competent personnel to the highest professional standards in the field.
ARTICLE 7 - SUBCONTRACTING
The COUNTY reserves the right to accept the use of a subcontractor or to reject the
selection of a particular subcontractor and to inspect all facilities of any subcontractors
in order to make a determination as to the capability of the subcontractor to perform
properly the Work described in this Contract. The CONSULTANT is encouraged to
seek minority and women business enterprises for participation in subcontracting
opportunities.
8
If a subcontractor fails to perfonn or make progress, as required by this Contract, and it
is necessary to replace the subcontractor to complete the work in a timely fashion, the
CONSULTANT shall promptly do so, subject to acceptance of the new subcontractor
by the COUNTY.
ARTICLE 8 ~ FEDERAL AND STATE TAX
The COUNTY is exempt from payment of FIorfda State Sales and Use Taxes. The
COUNTY will sign an exemption certificate submitted by the CONSULTANT. The
CONSULTANT shalI not be exempted from paying tax to their suppliers for materials used
to fulfill contractual obligations with the COUNTY, noris the CONSULTANT authorized
to use the COUNTY's Tax Exemption Number in securing such materials.
The CONS UL T ANT shall be responsible for payment ofhislher own FICA and Social Security
benefits with respect to this Contract.
ARTICLE 9 - AVAILABILITY OF FUNDS
The obligations of the COUNTY under this Contract are subject to the availability of funds
lawfully appropriated for its purpose by the Board of County Commissioners of St. Johns
County.
ARTICLE 10 - INSURANCE
A. The CONSULTANT shall not commence work under this Agreement until he/she has
obtained all insurance required under this paragraph and such insurance has been
approved by the COUNTY.
B. All insurance policies shall be issued by companies authorized to do business under the
laws of the State of Florida. The CONSULTANT shall furnish Certificates of Insurance
to the COUNTY prior to the commencement of operations. The Certificates shall clearly
indicate that the CONSULTANT has obtained insurance of the type, amount, and
classification as required for strict compliance with this paragraph and that no material
change or cancellation of the insurance shaH be effective without thirty (30) days prior
written notice to the COUNTY. Compliance with the foregoing requirements shall not
relieve the CONSULTANT of its liability and obligations under this Contract.
C. The CONSULTANT shall maintain during the tenn of this Contract, standard
Professional Liability Insurance in the amount of $1 ,000,000.00 per occurrence.
9
D. The CONSULTANT shall maintain during the life of this Contract, Comprehensive
General Liability Insurance in the amount of $1,000,000 per occurrence to protect the
CONSULTANT from claims for damages for bodily injury, including wrongful death, as
well as from claims of property damages which may arise from any operations under this
Contract, whether such operations be by the CONSULTANT or by anyone directly
employed by or contracting with the CONSULTANT.
E. The CONSULTANT shall maintain during the life of this Contract Comprehensive
Automobile Liability Insurance in the amount of$1 00,000 combined single limit for
bodily injury and property damage liability to protect the CONSULTANT from
claims for damages for bodily injury, including the ownership, use, or maintenance of
owned and non-owned automobiles, including rented automobiles whether such
operations be by the CONSULTANT or by anyone directly or indirectly employed by
the CONSULTANT.
F. The CONSULTANT shall maintain during the life of this Contract, adequate
Workman's Compensation Insurance and Employer's Liability Insurance in at least
such amounts as are required by the law for all of its employees (if three or more) per
Florida Statute 440.02.
G. All insurance other than Professional Liability and Workman's Compensation, to be
maintained by the CONSULT ANT shall specifically include the COUNTY as an
"Additional Insured".
ARTICLE 11- INDEMNIFICATION
The CONSULTANT shall indemnify and hold harmless the agency, and its officers and
employees, from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or
intentionally wrongful conduct of the design professional and other persons employed or
utilized by the design professional in the performance of the contract.
ARTICLE 12 - SUCCESSORS AND ASSIGNS
The COUNTY and the CONSULTANT each binds itself and its partners, successors,
executors, administrators and assigns to the other party of this Contract and to the partners,
successors, executors, administrators and assigns of such other party, in respect to all
covenants of this Contract. Except as above, neither the COUNTY nor the CONSULTANT
shall assign, sublet, conveyor transfer its interest in this Contract without the written
consent of the other. Nothing herein shall be construed as creating any personal liability on
the part of any officer or agent of the COUNTY which may be a party hereto, nor shall it be
construed as giving any rights or benefits hereunder to anyone other than the COUNTY and
the CONSULTANT.
10
If delay is caused by the failure of the CONSULT ANT's subcontractor(s) to perform or
make progress, and if such delay arises out of causes reasonably beyond the control of the
CONSULTANT and its subcontractor(s) and is without the fault or negligence of either of
them, the CONSULTANT shall not be deemed to be in default.
Upon the CONSULTANT's request, the COUNTY shall consider the facts and extent of any
delay in performing the work and, if the CONSULTANT's failure to perform was without
its fault or negligence, the Contract Schedule and/or any other affected provision of this
Contract shall be revised accordingly; subject to the COUNTY's right to change, terminate,
or stop any or all of the Work at any time.
ARTICLE16-ARREARS
The CONSULTANT shall not pledge the COUNTY's credit or make it a guarantor of
payment or surety for any contract, debt, obligation, judgement, lien, or any form of
indebtedness. The CONSULTANT further warrants and represents that it has no obligation
or indebtedness that would impair its ability to fulfill the terms of this Contract.
ARTICLE 17 - DISCLOSURE AND OWNERSHIP OF DOCUMENTS
The CONSULTANT shall deliver to the COUNTY for approval and acceptance, and before
being eligible for final payment of any amounts due, all documents and materials prepared
by and for the COUNTY under this Contract.
All written and oral information not in the public domain or not previously known, and all
infonnation and data obtained, developed, or supplied by the COUNTY or at its expense
will be kept confidential by the CONSULTANT and will not be disclosed to any other
party, directly or indirectly, without the COUNTY's prior written consent unless required by
a lawful order. All drawings, maps, sketches, and other data developed, or purchased under
this Contract or at the COUNTY's expense shall be and remain the COUNTY's property and
may be reproduced and reused at the discretion of the COUNTY.
The COUNTY and the CONSULTANT shall comply with the provisions of Chapter 119,
Florida Statutes (Public Records Law).
All covenants, agreements, representations and warranties made herein, or otherwise made
in writing by any party pursuant hereto, including but not limited to any representations
made herein relating to disclosure or ownership of documents, shall survive the execution
and delivery of this Contract and the consummation of the transactions contemplated
hereby.
12
ARTICLE 13 - REMEDIES
No remedy herein conferred upon any party is intended to be exclusive or any other remedy,
and each and every such remedy shall be cumulative and shall be in addition to every other
remedy given hereunder or nor or hereafter existing at law or in equity or by statute or
otherwise. No single or partial exercise by any party or any right, power, or remedy
hereunder shall preclude any other or further exercise thereof.
In any action brought by either party for the enforcement of the obligations of the other
party, the prevailing party shall be entitled to recover reasonable attorney's fees.
ARTICLE 14 - CONFLICT OF INTEREST
The CONSULTANT represents that it presently has no interest and shall acquire no interest,
either direct or indirect, which Would conflict in any manner with the perfonnance of
services required hereunder. The CONSULTANT further represents that no person having
any interest shall be employed for said performance.
The CONSULTANT shall promptly notify the COUNTY in writing by certified mail of all
potential conflicts of interest for any prospective business association, interest or other
circumstance which may influence or appear to influence the CONSULTANT's judgment or
quality of services being provided hereunder. Such written notification shall identify the
prospective business association, interest or circumstance, the nature of work that the
CONSULTANT may undertake and request an opinion of the COUNTY, whether such
association, interest, Or circumstance constitutes a conflict of interest if entered into by the
CONSULTANT.
The COUNTY agrees to notifY the CONSULTANT of its opinion by certified mail within
30 days of receipt of notification by the CONSULTANT. If, in the opinion of the
COUNTY, the prospective business association, interest or circumstance would not
constitute a conflict of interest by the CONSULTANT, the COUNTY shall so state in the
notification and the CONSULTANT shall, at hislher option enter into said association,
interest or circumstance and it shall be deemed not in conflict of interest with respect to
services provided to the COUNTY by the CONSULTANT under the tenns oftbis Contract.
ARTICLE 15 - EXCUSABLE DELAYS
The CONSULTANT shall not be considered in default by reason of any delay in
perfonnance if such delay arises out of causes reasonably beyond the CONSULTANT's
control and without its fault or negligence. Such cases may include, but are not limited to:
acts of God; the COUNTY's ommissive and commissive failures; natural or public health
emergencies; freight embargoes; and severe weather conditions.
11
ARTICLE 18 - INDEPENDENT CONTRACTOR RELATIONSHIP
The CONSULT ANT is, and shall be, in the perfonnance of all work services and activities
under this Contract, and Independent Contractor, and not an employee, agent, or servant of
the COUNTY. All persons engaged in any of the work or services perfonned pursuant to
this Contract shall at all times and in all places be subject to the CONSULTANT's sole
direction, supervision, and control.
The CONS UL T ANT shall exercise control over the means and manner in which it and its
employees perform the work, and in all respects the CONSULTANT's relationship and the
relationship of its employees to the COUNTY shall be that of an Independent Contractor
and not as employees or agents of the COUNTY. The CONSULTANT does not have the
power or authority to bind the COUNTY in any promise, agreement or representation other
than specifically provided for in this agreement.
ARTICLE 19 ~ CONTINGENT FEES
The CONS UL T ANT warrants that it has not employed or retained any company or person,
other than a bona fide employee working solely for the CONSULTANT to solicit or secure
this Contract and that it has not paid or agreed to pay any person, company, corporation,
indi vidual, or firm, other than a bona fide employee working solely for the CONSULTANT,
any fee, commission, percentage, gift, or any other consideration contingent Upon or
resulting from the award or making of this Contract.
ARTICLE 20 . ACCESS AND AUDITS
The CONSULTANT shall maintain adequate records to justify all charges, expenses, and
costs incurred in perfonning the Work for at least three (3) years after completion of this
Contract. The COUNTY shall have access to such books, records, and documents as
required in this section for the purpose of inspection or audit during nonnal business hours,
at the COUNTY's cost, Upon five (5) days written notice.
ARTICLE 21 - NONDISCRIMINATION
The CONSULTANT warrants and represents that all of its employees are treated equally
during employment without regard to race, color, religion, physical handicap, sex, age or
national origin.
13
ARTICLE 22 - ENTIRETY OF CONTRACTUAL AGBEEIlfENT
The COUNTY and the CONSULTANT agree that this contract sets forth the entire
agreement between tha parties, and that there are no Promises or understandings other than
those staled herein. This Contract shall be in effect for one (1) year from Ihe day of
acceptance by the County, and may be extcnded after negotiations with the
engineerlconsultant, if approVed by the County for fonr (4) additional one year increments.
None of the proTIsions, Ieons and coeditions contained in this Contract may be added to,
medined, snperseded or otherwise altered, except by WriUen instrumenl excented by the
Parties hereto.
ARTICLE 23 - ENFORCEMENT COS~
If any legal action or other proceeding is bronght for the enforcement of this Contract, or
becanse of an alleged dispute, breach, default or misrepresentation in connection with any
provisions of this Contract, tha successful or prevailing Party or parti,s shall be entitled to
recover reasonable altomey's fees, Conrt costs and al1 reasonable expenses even if nol
taxable as Court costs (ineleding, without limitation, all such reasonable fces, costs and
expenses incident to appcals), il1CUJTed in that action or proceedings, in addition to any othar
relief to which such party or parties may be entitled.
ARTICLE 24 - AUTHORITY TO PRACTICE
The CONS UL T ANT hereby represents and warrants that it haa and will continue to
maintain all license and approvals required to conduct its business, and that it will at all
times conduct its bUSiness activities in a reputable manner.
14
ARTICLE 25 - SEVERABILITY
If any term or provision of this Contract, or the application thereofto any person or circumstances shall,
to any extent, be held invalid or unenforceable, the remainder of this Contract, or the application of such
items or provision, to persons or circumstances other than those as to which it is held invalid or
unenforceable, shall not be affected and every other term and provision ofthis Contract shall be deemed
valid and enforceable to the extent permitted by law.
ARTICLE 26 - AMENDMENTS AND MODIFICATIONS
No task orders and/or modifications of this Contract shall be valid unless in writing and signed by each
of the parties. All Amendments and modifications shall be in the fonn ofa change order or task order.
The COUNTY reserves the right to make changes in the Work, including alterations, reductions therein
or additions thereto. Upon receipt by the CONSULT ANT of the COUNTY's notification of a
contemplated change, the CONSULTANT shall (1) ifrequested by the COUN,TY, provide an estimate
for the increase or decrease in cost due to the contemplated change, (2) notify the COUNTY of any
estimated change in the completion date, and (3) advise the COUNTY in writing if the contemplated
change shall effect the CONSULTANT's ability to meet the completion dates or schedules of this
Contract.
If the COUNTY so instructs in writing, the CONSULTANT shall suspend work on that ponion of the
Work affected by a contemplated change, pending the COUNTY's decision to proceed with the change.
If the COUNTY elects to make the change, the COUNTY shall issue a Task Order for changes to a task
in progress or a contract change order if the original contract is. be changed or amended and the
CONSULTANT shall not commence work on any such change until such written task order or change
order has been issued and signed by each of the parties.
ARTICLE 27 ~ ENUMERATION OF CONTRACT DOCUMENTS
The Contract Documents, except for modifications issued after execution of this Agreement, will be
enumerated in each task order.
ARTICLE 28 - FLORIDA LAW
This Contract shall be governed by the laws of the State of Florida. Any and all legal action necessary to
enforce the Contract will be held in St. Johns County.
ARTICLE 29 ~ ARBITRATION
The Owner shall not be obligated to arbitrate or permit any arbitration binding on the Owner under any
of the Contract Documents or in cOIUlection with the project in any manner whatsoever.
ARTICLE 30 - NOTICE
All notices required in this Contract shall be sent by certified mail, return receipt requested, and if sent
to the COUNTY shall be mailed to:
The St. Johns CQunty Purchasing Department
Atm: Joe Burch. Purchasing Manager
2740 Industry Center Road
St. Augustine, Florida 32084
and if sent to the CONSULTANT shall be mailed to:
ARTICLE 31 - HEADINGS
The heading preceding the several articles and sections hereof are solely for convenience of reference
and shall not constitute a part of this Contract or affect its meaning, construction or effect.
IN WITNESS WHEREOF, the Board of County Commissioners ofSt. Johns County, Florida
pas mflde aI)d executed this Contract on behalf of the COUNTY and CONSULTANT has
hereunto set hislher hand the day and year above written.
ATTEST:
CHERYL STRICKLAND, CLERK
ST. JOHNS COUNTY BOARD OF
COUNTY COMMISSIONERS
BY:
DEPUTY CLERK
BY:
Joe Burch, Purchasing: Manager
NAME & TITLE
Date
Date
WITNESS:
CONSULTANT:
Signature
Company Name
Name (Type or Print)
Name
(Type or Print)
Signature
Title
Date
CITY CLERK'S OFFICE
MEMORANDUM
TO:
Karen Risely
Utilities Department
FROM:
Janet Prainito
City Clerk
DATE:
July 26, 2006
RE:
R06-118 Task Order No. U06-001 Process Control System-
Utilities Department
Attached are two original documents for the above-mentioned Task Order and a copy of
the Resolution. We have retained one original for Central File
Please contact me if there are any questions. Thank you.
~m.~
Attachments
S:\CC\WP\AFTER COMMISSION\Departmental Transmittals\2006\Karen Risely R06-118 Task Order No. U06-001.doc