Loading...
R07-059 II 1 ; I RESOLUTION NO. R07- 0 b ~ 21 3 4 5 6 7 8 9 10 11 12 13 14 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING THE AWARD AND EXECUTION BY THE CITY MANAGER AND CITY CLERK OF A CONTRACT TO DcR ENGINEERING, INC., OF LAKELAND, FLORIDA FOR SCADA AND TELEMETRY SYSTEM GOODS AND SERVICES IN THE ESTIMATED AMOUNT OF $2M - $2.5M OVER A TWO YEAR PERIOD; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on March 21, 2007, Procurement Services opened and tabulated five 15 (5) proposals to RFP#037-2821-07/CJD for SCADA and Telemetry System Goods and 16 Services; and 17 WHEREAS, an evaluation committee was formed for the purpose of reviewing 18 proposals and recommending a company to provide Supervisory Control and Data 19 Acquisition system and Telemetry system services; and 20 WHEREAS, after review and evaluation it has been determined appropriate by 21 staff to recommend award of this contract to DcR Engineering, Inc., of Lakeland, Florida 22 whose proposal was overall responsive and responsible proposer; and 23 WHEREAS, the City Commission of the City of Boynton Beach upon 24 recommendation of staff, deems it to be in the best interest of the citizens of the City of 25 Boynton Beach to award and authorize execution of a contract to DcR Engineering, Inc., for 26 RFP#037-2821-07/CJD, in the approximate amount of $2m - $2.5m for SCADA and 27 Telemetry System goods and services. 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 29 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: S:\CA\RESOlAgreements\Bld AwardslAward Contract to DCR for Scada Telemetry.doc II l' 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 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 and City Clerk 6 of a contract to DcR Engineering, Inc., for RFP#037-2821-07/CJD, in the approximate 7 amount of $2m - $2.5m for SCADA and Telemetry System goods and services, a copy of 8 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 June, 2007. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ATTEST: 29 30 31 32 33 CITY OF BOYNTON BEACH, FLORIDA 'C:- Commissio. ner - Ronal<!-W~ ...._-.. "'~'n'~?"" uu="") / ...~'r"...,','^":.~..' ~ ~ .. c......... ~~. ~ CEo _0 . 10 er - aCkMe€ray---........., .' ,. ..~ --_.._-_.+---'-:........_~...... .-,':,- \ __0.-:..------:/ ----r---, -----=- f " a cKoy/ , -~ ,~~/ --~-_.-....._-- ~~ ; rdslAward Contract to DCR for Scada Telemetry.doc Kb7-05Cf AGREEMENT THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and DCR Engineering Services, Inc., with a business address of P.O. Box 935, Mulberry, Florida 33860, hereinafter referred to as "the Contractor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Contractor is retained by the City to perform services in connection with the project designated "SCADA AND TELEMETRY SYSTEM GOODS AND SERVICES FOR THE CITY OF BOYNTON BEACH". 2. SCOPE OF SERVICES. Contractor agrees to perform the services, identified on Exhibit 'A' attached hereto, including the provision of all labor, materials, equipment and supplies. No modifications will be made to the original scope of work without the written approval of the CITY's assigned project manager. 3. TERM. The initial term of this Agreement shall be two (2) years. This Agreement may be renewed for two (2) additional two (2) year periods subject to the execution of a written amendment to this Agreement by both parties. 4. TIME FOR PERFORMANCE. Work under this contract shall commence upon the giving of written notice by the City to the Contractor to proceed. Contractor shall perform all services and provide all work product required to develop recommendations and timetable for implementation. 5. PAYMENT. The Contractor shall be paid by the City for completed work and for services rendered under this agreement as follows: a. Payment for the work provided by Contractor shall be made as provided on Exhibit 'A' attached hereto. b. The Contractor may submit vouchers to the City once per month during the progress of the work for partial payment for project completed to date. Such vouchers will be checked by the City, and upon approval thereof, payment will be made to the Contractor in the amount approved. c. Final payment of any balance due the Contractor of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this agreement and its acceptance by the City. d. Payment as provided in this section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. CA-4 e. The Contractor's records and accounts pertammg to this agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after final payments. Copies shall be made available upon request. 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the Contractor in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are made is executed or not. The Contractor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Contractor's endeavors. 7. COMPLIANCE WITH LAWS. Contractor shall, in performing the services contemplated by this service agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Contractor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Contractor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Contractor. 9. INSURANCE. The Contractor shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1 ,000,000. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Contractor and the City agree that the Contractor is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Contractor, or any employee of Contractor. 11. COVENANT AGAINST CONTINGENT FEES. The Contractor warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Contractor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent CA-4 upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 12. DISCRIMINATION PROHIBITED. The Contractor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 13. ASSIGNMENT. The Contractor shall not sublet or assign any of the services covered by this agreement without the express written consent of the City. 14. NON-WANER. Waiver by the City of any provision of this agreement or any time limitation provided for in this agreement shall not constitute a waiver of any other provision. 15. TERMINATION. a. The City reserves the right to terminate this agreement at any time by giving ten (10) days written notice to the Contractor. b. In the event of the death of a member, partner or officer of the Contractor, or any of its supervisory personnel assigned to the project, the surviving members of the Contractor hereby agree to complete the work under the terms of this agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this agreement between surviving members of the Contractor and the City, if the City so chooses. 16. DISPUTES. Any dispute arising out of the terms or conditions of this agreement shall be adjudicated within the courts of Florida. Further, this agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Contractor shall be sent to the following address: Name Todd Bredbenner, President DCR Engineering Services Street P.O. Box 935 City, State, Zip Mulberry, FL 33860 18. INTEGRATED AGREEMENT. This agreement, together with attachments, including, but not limited to all bid documents prepared by the City and the Contractor, and addenda, represents the entire and integrated agreement between the City and the Contractor and CA-4 supersedes all prior negotIatIOns, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and Contractor. DATED this ~ day of ~e ,2007 . CITY OF BOYNTON BEACH ~ City Manager ----~ 1~iL- Contractor Attest! Authe '?~s)dent Title (!r: Yn. Ci Clerk (Corporate Seal) Approved as to Form: Attest! Authenticated: '--.....\ ~ CA-4 EXHIBIT 'A' SCOPE OF SERVICES The Scope of Services is the means by which the Goal is to be evaluated and addressed. This list may not be all encompassing, and any additional specific means must be approved in advance. It is expected that all coordination of activities will be conducted through the Department's assigned liaison(s). Information and/or work documents, obtained through this Scope of Services, shall be distributed only through the Department as deemed appropriate. 1. Upgrading and integration of the current (4) SCADA systems for the water treatment plants, well fields and lift stations into a single system incorporating the chosen Trihedral VTSCADA software. A Process Data Historian will be included with user definable data search capability and connectivity to any potential future Asset Management System. 2. Installing new or retrofitting existing remote location telemetry and control systems utilizing Motorola MOSCADTM PLC's or EQUIVALENT, and associated radio communication equipment, base stations and connections to the plant SCADA system. 3. Retrofitting portions of conventional analog based or hard-wired control systems currently in place to interface with the proscribed SCADA system. Modifications of all hardware, software and ancillary devices involved in such retrofit activities will be the sole responsibility of the respondent. The selected firm must demonstrate its familiarity with and ability to perform such tasks. 4. Expanding the SCADA system to include monitoring and/or control of additional equipment, including equipment or processes not currently automated by any existing SCADA system. 5. Installing new or retrofitting existing PLC's according to any prevalent standard, including any hardware installation issues up to and including any measurement or control device, and any associated programming. 6. Assist in troubleshooting any potentially faulty hardware, software, telemetry or associated systems, and correcting any identified faults. 7. Assisting in, or undertaking, the design and installation of any Manufacturing Execution System infrastructure including any hardware, software, control panels, wiring, instrumentation and any other related or associated systems. 8. Assist in the preparation and ongoing maintenance of all appropriate standards including those associated with Programming, System Security, HMI, hardware, software and telemetry. Exhibit' A' MEMORANDUM TO: Janet Prainito DATE: July 16,2007 City Clerk ~ FROM: Carol Dopp~ ~ECT: CONTRACT FOR SCADA AND Senior Buyer TELEMETRY SYSTEM GOODS AND SERVICES RFP#: 037-2821-07/CJD Attached is the Contract for "SCADA AND TELEMETRY SYSTEM GOODS AND SERVICES", RFP # 037-2821-07/CJD that was approved at the June 19, 2007, Commission meeting. Please file accordingly Thank you