Loading...
R07-118 1 RESOLUTION NO. R07- l J l' 2 3 A RESOLUTION OF THE CITY COMMISSION OF 4 THE CITY OF BOYNTON BEACH, FLORIDA, 5 AUTHORIZING THE CITY MANAGER TO EXECUTE 6 TASK ORDER NO. U07-04 IN THE AMOUNT OF 7 $996,397.42 WITH DCR ENGINEERING SERVICES, 8 INC., FOR THE REPLACEMENT OF THE EXISTING 9 WATER TREATMENT PLANT CONTROL SYSTEMS 10 AND REPLACEMENT OF THE SUPERVISORY 11 CONTROL DATA ACQUISTION (SCADA) SYSTEM; 12 AND PROVIDING AN EFFECTIVE DATE. 13 14 15 WHEREAS, at the Commission meeting of June 19, 2007, DcR Engineering, Inc., 16 of Lakeland Florida was awarded a contract to provide Supervisory Control and Data 17 Acquisition (SCADA) system and Telemetry system services for the Utilities Department on 18 a task order basis; and 19 'VHEREAS, the purpose of this Task Order is specifically for the replacement of tp.e 20 existing water treatment plant controls systems and replacement of the Supervisory Control 21 Data Acquisition (SCADA) system; and 22 WHEREAS, the City Commission of the City of Boynton Beach upon 23 recommendation of staff, deems it to be in the best interest of the citizens of the City of 24 Boynton Beach to authorize execution of Task Order U-07-04 in the amount of $996,397.42, 25 with DcR Engineering Services, Inc., for the replacement of the existing water treatment 26 plant controls systems and replacement of the Supervisory Control Data Acquisition 27 (SCADA) system. 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 29 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: S:ICAIRESOlAgreementslTask - Change OrderslDCR Task Order U-07-04.doc 1 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 of Task Order 6 U-07-04 in the amount of $996,397.42, with DcR Engineering Services, Inc., for the 7 replacement of the existing water treatment plant controls systems and replacement of the 8 Supervisory Control Data Acquisition (SCADA) system, a copy of which is attached hereto 9 as exhibit "A". 10 Section 3. This Resolution shall become effective immediately upon passage. 11 PASSED AND ADOPTED this ~ day of October, 2007. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 ATTEST: 31 32 33 3 35 36 CITY OF ~ACH, FLORIDA 1;;1 ~~ ~yo~.T J rry T, , or v ~......_._ ( "....~ ~r-JO City of Boynton Beach Utilities Depariment Utilities #07 -112 FROM: BobbyJenkins ". ~~.~j~.!l!lJt f inaJlc<?Pir~SJ,()~r~~' '''', ~~~. Kofi Boateng \. 0 - ~ Utilities Director .' - DATE: 16th July, 2007 TO: PHONE: PROJECT: RFP #037-2821-07/CJD SCADA and Telemetry Goods and Services: Phase 2, Plant Control Systems and SCADA SUBJECT: Task Order # U-07-04 Please find the attached task order U-07-004 for DcR Engineering Services, Inc based upon RFP # 037-2821- 07/CJD SCADA and Telemetry Goods and Services and ensuing contract approved under resolution R07-059. This task order is specifically for the replacement of the existing water treatment plant control systems and replacement of the Supervisory Control and Data Acquisition (SCADA) system. The current equipment is no longer sold by the original manufacturer and support is becoming extremely difficult and costly. The SCADA system is no longer available and has a difficult migration path to its modem alternative, which is itself scheduled for obsolescence. The project will replace the SCADA package with the identical system, VTCSADA from Trihedral, currently in use in our remote telemetry systems. This will enable us to unifY the current 4 separate systems into one, thereby reducing cost and complexity and increasing reliability. In addition to the modernization aspect the project is also intended to be the foundation for our future utility specific Information Technology needs such as Computerized Maintenance Management Systems (CMMS) and Laboratory Information Management Systems (LIMS) which will be a part of the foundation of our Asset Management systems needs. As such all the systems will be based around the open architecture philosophy. A separate task order has already been approved for the modernization of our remote telemetry systems. The attached documents include the Task Order, an exhibit showing the cost breakdown, the associated pricing sheets from the RFP submission from DcR Engineering Services, Inc. and a copy of the contract with them. Funds are available in the CIP at Utilities Account No. 403-5000-590-96-02 WTR 132 $996,397.42 CC Jim Cherof, City Attorney Peter Wallace, ITS Director Pete Mazzella Barb Conboy Michael Low Project File TASK ORDER NO. U-07-04 CITY OF BOYNTON BEACH UTILITIES DEPARTMENT 124 East Woolbright Road Boynton Beach, Florida 33435 Title of Project: RFP #037-2821-07/CJD SCADA and Telemetrv Goods and Services: Phase 2, Plant Control Systems and SCADA A. SCOPE OF SERVICES: BackRround The City of Boynton Beach has two Water Treatment Plants with independent and separate SCADA systems employing ten (10) Siemens Series TI 545 PLC's and In1ellution Fix 32 SCADA systems. The plants share the business Ethernet network on separate domains. Visibility between plants is limited. Communication between the plants employs a gigabit leased fiber line partially installed above ground. 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 other than limited trending of some control variables. The PLC's are outof support and finding replacement hardware is expensive and difficult. In addition, finding support to make program modifications is increasingly difficult due to the age ofthe PLC's. A thorough control system strategy should be developed to prepare the City to upgrade the control systems in both Water Treatment Plants to current technology. Upgrading the two plants will provide better control, more readily available hardware and software support, and create a system that is easily scalable and capable for enhancements with additional features and functionality. Proiect Goals The primary goal of the Control System Upgrade project is to replace the existing Control Systems in both the East and West Water Treatment plants with a new, fully supported Control System the City can use, maintain and expand as desired now and into the future. The secondary goal of the Control System Upgrade project is to install a Control System that will communicate with the CMMS and L1MS systems within the City and participate in a totally integrated Asset Management System. This task will provide engineering, design, configuration, installation and training services required to provide the City with remote monitoring and control of the City's Water Treatment. This task will include all hardware, software, installation, startup and checkout for the deliverables itemized below. Page 1 of 5 DElIVERABLES AND SERVICES INCLUDED: Reference the attached spreadsheet (Exhibit 1) and RFP #037-2821-07/CJD for details of the project deliverables and pricing. The scope of services has been broken down to allow easy evaluation of the individual tasks required for this project. A budgetary value has been assigned to each task and subtask to illustrate the approximate costs associated with each. The value of the task is the sum of each of its subtasks. These budgetary values are engineering estimates prior to the detailed engineering and intended for budgeting purposes. 1. Control System Upgrade Functional Study 1.1. Research, review and record the specifics of the existing Control Systems at each Water Treatment Plant. This includes obtaining and reviewing available drawings, verifying PLC equipment and locations, verifying control network architecture and researching the HMI stations. 1.2. Meet with plant and engineering personnel to determine the options for a running change-over to the new control system. Meetings will concentrate on down-time and process surge capabilities, system uptime requirements and options for manual control during the change-over. 1.3, Determine the Control System platform that best meets the needs of the City. Determination will be made based on existing control requirements, future expandability needs, and additional enhancements required by the City, local hardware and software support availability, and cost concerns. 1.4. Provide a written path of migration from the existing control system to the new control system. The path of migration will detail the estimated cost and schedule of the migration with major component purchases and milestone events. 2. Control System Detailed Engineering 2.1. Network Architecture Design - Perform detailed engineering to design the network architecture required to support the new control system. Engineering will indude design drawings and bills of material. Design drawings will indicate the network topology, routing, connections and node assignments. 2.2. Control Panel Design - Perform detailed engineering to design the necessary control panel modifications and/or additions required for the new control system. Engineering will include design drawings and bills of material. Design drawings will include panel layouts, control power wiring details, I/O module wiring details, I/O assignments, cable routing and connection details. 2.3. Sequence of Migration - Provide a written sequence of migration describing in detail the areas, processors and I/O to be converted, in which order, and what will be required to maintain operations during the transition as much as possible. The written sequence will also detail the potential problems and any backup plans to address such problems, should they occur. 2.4. PLC and SCADA Existing Program Evaluation - Review the existing plant controls and control programs. Evaluate the ability and value of importing and convert the existing PLC programs. Review the SCADA applications to verify the requirements to implement the new system. 2.5. Detailed Written Estimate - Provide a detailed written estimate of remainder of the Task Order costs based on the results of the Functional Study and Detailed Engineering. 3. Control System PLC and SCADA Programming 3.1. Control System PLC Programming 3.1.1. Based on the results of the detailed engineering, create the PLC programs for the new control system either through import or rewrite. 3.1.2. Simulate the new Control System PLC programs for testing purposes. 3.1.3. Present the new Control System PLC programs to the City for pre-installation evaluation Page 2 of 5 and approval. 3.2. Control System SCADA Programming 3.2.1. Based on the results of the detailed engineering, create the SCADA graphics and logic for the new control system. The SCADA graphics will be similar to the existing HMI system to reduce operator training requirements. 3.2.2. Present the new Control System SCADA to the City for pre-installation evaluation and approval. 3.2.3. Test the new Control System SCADA with the new Control System PLC programs. 4. Electrical Construction for the new Control System 4.1. PLC Control Panel Construction - Furnish PLC and panel materials, build and deliver the necessary PLC Control Panels based on the results of the detailed engineering. The PLC Control Panels will be built using good industry standards and after City design approval and will be quality tested prior to delivery. 4.2. PLC Control Panel Installation -Install the PLC Control Panels based on the results of the detailed engineering. The PLC Control Panels will be installed using good industry standards and after City design and location approval. Demolition required to install the PLC Control Panels will be performed with City approval. 4.3. Electrical Field Power Wiring -Install the power feeds and grounding to the new PLC Control Panels based on the results of the detailed engineering, The power feeds and grounding for the PLC Control Panels will be installed using good industry standards and after City design and source approval. 4.4. Electrical Field I/O Terminations -Install the I/O wiring from the existing PLC Control Panels to the new PLC Control Panels based on the results of the detailed engineering. The control network will be installed using good industry standards and after City design approval. ~.5. Electrical Field Network Wiring-Install the control network for the new PLC Control Panels based on the results of the detailed engineering, The control network will be installed using good industry standards and after City design approval. 5. Migration and Commissioning 5.1. Control System PLC Commissioning 5.1.1. Coordinate with City engineering, management and operations to schedule the individual commissioning stages per the detailed engineering migration plan. 5.1.2. Perform onsite replacement of the PLC systems, 5.1.3. Validate the electrical wiring and configuration of the PLC systems including the 110 and network connectivity. 5.1.4, Commission the new PLC systems by working with City engineering, management and operations to test the new systems during production. 5.1.5. Validate the new PLC systems' functionality through a series of operational tests. Document the results of this validation for City approval. 5.2. Control System SCADA Commissioning 5.2.1. Coordinate with City engineering, management and operations to schedule the individual commissioning stages per the detailed engineering migration plan. 5.2,2. Install the new SCADA graphics onsite to prepare for the SCADA commissioning. 5.2.3. Commission the new SCADA graphics in tandem with the PLC commissioning. Work with City engineering, management and operations to test the SCADA systems during production. 5.2.4. Validate the new SCADA systems' functionality through a series of operational tests. Page 3 of 5 5.2.5. Document the results of this validation for City approval. 6. Documentation 6.1.Control System PLC Documentation 6.1.1. Provide to the City in paper and electronic format the O&M Manuals for the PlC components used in the PLC Control System. 6.1.2. Provide to the City in paper and electronic format the electrical design drawings for the PlC Control System. 6.1.3. Provide to the City in paper and electronic format a functional description of the operation of the operation of the plant. This will be the document used for PlC programming. 6.1.4. Provide to the City in electronic format the PlC Programs for the PlC Control System. 6.2, Control System SCADA Documentation 6.2,1, Provide to the City in paper and electronic format the O&M Manuals for the SCADA components used in the new Control System. 6.2.2. Provide to the City in paper and electronic format screen snapshots of the graphics, scripts and configuration specifics ofthe SCADA system. Proiect Requirements . 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. . The contractor will appoint appropriate project management and hold regular progress meetings with the City, . All reports, drawings or other such material will be provided to the City in electronic format using MS Office or Adobe Acrobat. B. SCHEDULE The final schedule for OCR Engineering ServiCES, Inc.'s services will extend from our authorization date to 720 calendar days, Page 4 of5 C. COMPENSATION TO THE ENGII\EER For conducting the base services delineated in Section A, Task Order U-07-04 is amended to the Agreement dated June 19, 2007; DCR shall receive the lump sum fee of S 996,397.42. This fee includes all labor and other direct costs for the scope of work specified in Section A of this Task Order and are represented in Exhibit 1 and RFP #037-2821-07/CJD. Additional work efforts requested by the City, which are beyond the scope of work identified in Section A of this Task Order, the compensation to DCR for this additional work will be negotiated separately from this scope. Partial payments of the lump sum fees are to be paid to DCR on a monthly basis in proportion to the percentage of work completed and materials received. AMOUNT AUTHORIZED FOR TASK ORDER NO. U-07-04 S 996.397.42 ~ Submitted By: V t'# . Todd B dbenner, P.E. Presid nt, DcR Engineering Services, Inc. CITY OF BOYNTON BEACH, FLORIDA Approved By: ~ Kurt Bressner City Manager Approved as to Form: QJ}J'-C . ~~>Yn.IJ~ ___ c "'/.'1 CleRK- Office of the City Attorney Page 5 of5 >- "C ~ .- rn res c: o +:i (.) c: ~ I.L. E Q) .- en >- rn o '- .- c: o U -' '" >- o >- >- Ul o u 0000000 OCOtoa:lNf.OCO cO cO oi to ai ai a:i ~~g~~~~ oo:i N N - N- 0000000 o OJ l.O CO N (0 IX> ~re~~~g~ 1.0 ,.... l7.l ,.... CO O'l ...... "<1'- N N"": N 0000000 o Qj to CO N (,0 CO ccicOoia)o;aicri ~~~~co~~ "'1;1"- r.j N..... N 8~fE~~@~ cricriaicriaiaicri ;1;~~~<<;~~ -.:i N N~. N ~~~~~~:2 ~MM~MMM www lr D"" UlUlUl o o o d .,. WWLUW c:: 0:: 0:: a:: en (/) en en 8 g :5 :5 0000 ~~a:i~ ... >- Ul o u ... -' -' W Ul ... >- Ul o u w g ~ :5 Ul Ul '" -' u ui lr :I: '" W ui lr :I: ... -' -' W Ul 88 00 -icri N 0000000 0000000 C!~C!C!C!C!C! 0000000 o co to co N<.OCO a:i cO ai oj ai oi cO "ltNON..-ON l/') ,...., en ...... co OJ r-- ~. N N-....: N- 8~fE~~f6~ a:i a:i ai a:i a> oi cO ;1;~~~cog~ -.iN N N g~gg~g~ a:icOaia:iaioicri ;1; ~ ~ ~ co 1$ ~ ..; N N-..... N 0000000 ocococoNl.Oco ~~~~:~~ ..; N N""" N- ~~~:2~~R MM("')MMMC"') w w w lr lr lr UlUlUl 888 000 ;g ~ a:i WWUJUJ c:::o::c:::o:: cncncncn g g :5 g 0000 ~ ~ a:i ~ o co :; '" o '" ,..: .,. '" ~ ,..: '" '" ~ ...: .,. '" or> 0 "" ,.. 0 '" ~ ~ ~ 0", w"'-' a. u u 8 8 o 0 ~ ~ o o '=! ~ '" '" ;;; .,. ~ -oi ';j ~ -oi ';j '" .,. -oi N .,. o o '=! - ~~~~~~~~~~:::::::::::::::::::::::::::::::::~~~~ ~ ::J ;;! ::E 50 w !;( ::E... >- Ul o u I I I ~~co~~a:>~ a. ~ o ro 0 0 ill c: ~ c: n.~~U) u~ ~o8.~ ~-g Ul~OIUlOE ~~~~~-E~ ~~g'~~~~ i.f]~~I~ (i)5~~~~E ~g>~~:t~~ .c ~ ~ :: ~ -g ~ Q.~~'~~~~~ t::'" Ql 0 (J'j 0 .Q Q) li5 ~o::~r~~~E ~~~~~]~~ N~:!~~~~~~ O.....NM"'I:tIl)t.C"c:ocn~~ Z ... >- Z ::J ~ o z zQ 0>- _0. b::cr _u lrUl UW UlO ~~ !:: 0000000 ~~~~~~~ ~~Q)~~a:l~ a. ~ o ro 0 0 tl- ~ .~ B.~ t- ~ ~ ~ ~ s:oo.:E =C m~O:r:L5oE ~i~~-'~~ o~r~i~~ -g.~.~~~g-c ~~~~~i-~ f6~~~~~~ ~~~~~-g~ Q.*~j~~~~ ~ Q) 0 If.I 0 0 ~ ~ ~~.~r~~.~~ i~~~~~&8 ~NMoo:tU'>tC,....c:o C\lNNNNNNN regM~~~~~~~~ c w E w ~ ~ E w a. ~ ~ t'(I ~ :::E c> u; ~ .5.c .0 ~ ~ 0:0<( o ~ N 0:<') ~ ~ ~ oo:t ~ ~ 00<> 0<><> g ~ ~ '" ~ w B ~ s ~~ g.~1S ~~~ '" '" <0 oo:t "'I:t -"'I:t '" 0 " " ~~~ ~ ~ m ~~~ ~ ~mEi~ :I: ::E en u... aJ t-.. ex) 0) 0 ..... "'I:t "'I:t "'I:t lOll) o <> o <> cO N '" en N 8 8 cO N re ~ g g cO N '" en N ~~~~ ................. ..... 8 g cO N '" '" N '#.~"#. MM8f58 "":NN or> "" "'''' "":oi '" '" <0 N .,; "" "" or> g N .,; "" '" "" "'''' ""':ai "'''' <ON .,; "" ~II! I I~ ~I :ti3 ~I ~I ~ '" ;;; I i I - I "'''' ~~ "',.. <0 _. "'''' ~~ "'... <0 _. - I I I i ~ I o >- ~I UlI C) r: .i: Q) Q) r: C) r: W - n::s .... Q) c E Q) .... U) ~ CJ) o '- .... r: o U --' <{ >-- o >-- >-- en o u .. >-- en o u .. :::: L1J en .. >-- en o u iil:il:il:il:5iil:iliil woiaiaiaiciaioioi g~tDCDtDWU)toCDto :5 en en :5 u ~~~~~~~~ <Ii " a: I <{ L1J <Ii a: I .. --' --' L1J en 00000 00000 N ci ci l.ri l..ci Ol to "'" r-- Q') ~ M ~ 0 ~Ifj ~cn-cn 00000 00000 NciciLOtei 0) co ..... ...... O'l V M ~ 0 ai '4 ;:.- 0)" 0-," 00000 00000 N ci ci Lrl (,c) en a:l ,... ...... en "It M v 0 ai~.;:r;r)cri 88888 NOO..nW OJ co I"-- ...... O'l "it ("') ~ 0 ei '4 ~. "," oi ~~~~~ M~~~M L1J L1J a:::wwwa::: CI.l~a..a..U) 8~ggg ciodoo ~~~oc:o 00000 ~~~~~ .................. ..... 00'" 00 ~g~ '" a> cC il'l" 00'" 00 NOoi ~~'!2 u::i 1.1')- 00'" 00 N ci ai ~g'!2 to v. 8gtO gj g m '" '" - lIS"'; lOOMOO ......OLOLOLO ~ cO I.ci en ai O>'l:fNCD(o o "" iui d ~ ~ 808 080 ~gcci 00000 00 l.() 0 0 ~~d~d o o o a> ~~~~~~~~~~:~:::::::::::::::::::::::::::::::~~ >- --' :J ;;! ::; "' UJ >-- <{ ::; .. >-- en o u .. >- Z :J ~ o z zQ 0>-- _a. ~C2 _u "'en uw "'0 UJ- 0::; w t::: O....NM'Vlt)tc......COO) Z g~~gg c ~ Ul ~ ~ w;: .. E m a.. (IJ'S: CD tn ~ c;E- e-g .~ "5 c.. ('0 :fi ~ ~ $ o~55~ ~.~:;cn ... M~~~i ~~o~~ ~~g~-o ~ ~ CD C ~ CDOg.~~ zucnUJO ~::~~~'!2 ~I~ ~ ~ ~ ~ ~~~~~~~~g;:;; ~~~~~~~~ o o o o o. - o o o ~~~ o OOOCOID o o o o LOr-- ci c:icit.riui~ l.O ~ ...... N to '<t C'l to ..... '<t N-~ Ie ~ .. .. S g 888::g~ ci c::iciLrilri~ (0 ~r-NtDll'l O'l (,0 ..... N NO ~! ~llg .; I'UJ:: ;? IUJ I ~ '" ~ a> '" ~ II I ' 8 8g8~~ g~g~~g O'l CD .... 0 N-1I'i ~~~fiP~~ 8ggg~~ dcicil.C'iLrici '" ... ... N '" "'II ()) co .... co NV. g g g 'I g tli ~ I tflt;!.';fl. ;:! ;:! 8:5 8 r---:NN i I ! 1 ~ '" ~II ;:? I >-- UJ UJ I ",I 1 i I I c m E ~ en Q) ~ ~ ~ ~ ~ c~ ~~~ c ~Q) S~~~ ~ .~~ ~ ~~ ~~~- .~ ~ "e ~ ~ g :s m ! t-g a..O~<~~~:EU5U:aJ O~N('j"ltU')C'O.....a:lC)O..... v~<o:r'<t<q-'<:t"lt""lt...,.""lt~ll) <C c <C u CJ) "C t: co U ...J D- E Q) ... I/) >- CJ) o '- ... t: o U -' <( f- a f- f- CIl a u ... f- CIl a u ... ... ... UJ CIl ... f- CIl a u gggggggg ~wmmmmgmmm lil ~ :s CIl CIl :s u ~~~~~~~~ ui c:: :I: L1i ui c:: :I: ... ... -' UJ CIl 0000 0000 000 N N N (,0 N '" '" '" 06.0-.0 '" '" - 0000 0000 o c:i c:i N NNt.ON M C'"'> <0- co 0" 0 .0 (0- '" '" - 0000 0000 ~ ~ g ~ '" '" '" ggLt'l~tO 8888 cci ci N NNtON '" '" '" gg~1.O L() L() III 0 ~""":"'" ~cj,~M ::E::E::EUJ (!)(!)(!)C:: n...n...a..cn 0008 8880 ci ci ci c:i NNtO<O '" '" - ~~~~ 000 0 000 0 cicioN NNtON "'''' '" ciciui~ "'''' 0000 0000 00 ci N N N to N '" '" '" c:iOI.OID '" '" 8 8 g g ci 0 ci N NNWN '" '" '" gg~w 000 0 0000 o ci ci N N N to N M C""l <0- !Xl ci ci U')~ ID '" '" - ~~~g ~(i;ctE ::E::E::E UJ (!)(!)(!)c:: a.. ll. a.. en 000 0 888 8 ~~gg '" '" 0000 ~~a~ ............. ..... ~!!~~!!!!~~~~~::::~~ f- ... => ~ ::E ii: UJ f- <( ::E... f- CIl a u ... f- Z => r: C! z a z- Qb: to:: _u C::CIl UUJ CIlD UJ- D::E UJ !:: O.....NMVIO(Q,....lX)CJ) Z 0000 ~~~tO <l. ~ ~ <l. .ll ~ c ~ E ~ w ~ 0.. '; ~~~:5 [~jE ~ ~ ~ ~ ~ E~ ~ ;: E " f- en ~ ~ co ~ g ~ g .~o:.~~ E~E~ e<5~~ ~ ~"* Vi ..J :2 >- (0 c.. :J: U) LU ~::~~;!~~ ~~55~ ~ <l. " ~ ~ ~ ~ ~ ?; Q.a.. 0 -::: ~ t- Q.l Qj >:5= :5 E ~ ii = ]- ;: ;:~ ~i~~ ~ "E ~ ~ ~ ~ -g ~ .~g't'lI.g E .... OJ U ~ ~.~ ~ .... 0 - a.. e <5 ~ ~ ~ g? ~ Vi ....J ::E >- co 0.. :J: en w r--<<IO>O..... _..........NN o o N '" <ri o o N ~ <ri o o N '" <ri o o N ~ ",' OOMOO .....OI.OI'-L() ~~~C'im WO::t::W ffi<5dffi~ 8 88 o 00 g g g gf6f68~ :3 d d . ci ~O>CJ)~~ 0"J0)CJ)~O"J0)~~~0)0)~~ ~O)~O>~ o '" <l. ~ g g ll'ir.ci ~ ~ .,; gg U"iu:i ~~ .,; ~ g u"icci '" '" NO .,; ?l8 u-) cO ~gj .,; ~~8~~2!~t5. .......,.; ..... 888 ci c.ci ...r '" '" '" 00 ... '" 00 00 N a:i "' <C .... 00 00 Na:l "' <C --:.... - 00 00 N a::i "' <C -. .... - 8 8 N a:i "' <C .... ~~~~~ ~NN c " ~ ~ ~~ ~~ ~ ~~ &~~ ffi ~8 ~C7i~~ ~.~~i~~~~~E .~~~H~~~mE~~ o:5<{<(~r-I~cnLL..lD M~~~~~~~~~;~~~~~~~~~~ ~~~~~~re~~ "' "" '"l"!1 ~~I M-~I -j I ~ ~I cj,;: "'''' M-o;; ~ '" '" ;D <ri ~ o '" ...: '" ... N ~ ,... ,<( f- a f- f- Ul >!' en o '" ...: ~ N ~ o o g "'. - "' '" "'''' cj,;! I "'''' M..n I I "' '" I "'''' cj,;! , ~~ i , CIl -' <( f- a f- f- UJ UJ :I: CIl 0 0 0 0 a a a 0 OOCXICO :: 00 '" 00 '" '" 0 '" 0 ~~; ;:1 " M .; ..: .0 N " .; ..: f- '" ;:: '" N :g ~ ~ g ~ 0 ~I (J) 0 '" N _qa:J.N.. N a 0 ;f, ri .0 .; ~ .; ooc:'Lt)C')Q 0 '-' ;::; N "' N - ~ 0 -' "' <: ... f- a ~ a a a a a g a OOa:lCC f- a N "' 0 a a OOT'"""- .... N .; .0 " ..; N " .; NoaiC"'i f- a N "' "' "' '" '" g .....~O..... (J) "' '" "'. '" "' '" 0000> a ..: ri N ri ri ~ .; ~Lt).0'l-"": '-' ... '" "' N - ~I N a a a a 8 a a !I -' ... a N "' a '" Ig .... N .; .0 " ..; N ~ ::J ... 00 '" ;; '" N '" '" I~ w 05 ~ 0 ri 0 ai (J) ;:' ~ ... N ItfJ N a a 0 a a a a a 'I IUl .... ... 0 N "' a a '" a ~ 00 .0 g ..; N " ~ f- 00 a; ;; ~ '" I (J) N '" '" a 05 ..: 0 ~ 0 ai 05 I '-' ;:' N ~ N N I N ~ ~ ~ ~ ~ ~ ~ ~ :: '" '" "' a a a '" ~ iil I 00 00 "' '" ... a '" w ili oj oj oj oj oj oj ili M ~ ..; ~ oi M .; ..; oj oi '" ~ '" '" '" "', '" '" '" '" '" ... N '" '" I a al <: -' (J) i (J) :5 f- W Cl '" <( '-' ::; ::; ::; 1= 1= 1=1= 1=1= 1= 1= (/) 1= '" <: ...J 1= 1= a. w w w Ul U '-' C a a a 0 a 0 0 ~ I a a ~ 0 ~ ~ 0 <( <Ii a 0 a a "' " 0 N .; "' 0 " "' '" "' "' ~ '" "' ~ N "' U I ~ ~ ... N ri C/) 8 0 a 0 a 0 a a 0 a ~ 0 8 8 a ~ a '" ~ a .... a 0 a a "! "' 0 " d ..; .,j .,j - .,j a ~ " <Ii :! ~ ~ '" N '" l: I 0 a ill a a g a g8~e: ... '" "' 0 .. .... .; .0 ri ..; oj .; NocriN ...J N N ~ '" a .....~o""" CJ ...J '" ~ ~ '" '" '""': C!. co... w ri ..: ~ :: .. .. :!Lt)C')~ :1 (J) :;;: i N '- '" '" '" '" '" '" '" '" '" '" ~ ~ '" 0> 0> ~!~ '" ~ '" '" '" '" '" ~ '" ~ '" '" ~ ~ '" '" '" ~ '" '" '" '" '" ~ '" '" 0 a ~ - '" '" '" '" '" '" '" '" '" '" <=! <=! ~ ~~~~ en d d d d d d d d d d ~ ~ ~ ~ ~ ~ - ~ ~ ~ - - ~ ~ ~ - - - ~ ~ ~ - - ~ ~ ~ - - ~ ~ ~ - - - ~ ~ I l: ~ :::l 0 -' ::E <: I U 0: w f- a 0 a 0 a <: 8 8 8 ~::I i CO ::< .... a 0 0 0 a d ::; ::; ~ ::; 00 ~ ~~-~-II f- '" ~ ~ ... a CJ (J) "'. N ~ 00 '" a 05 ~ oi ri .; "Ot"Lt)O)U') .i:: '-' ... - '" N - CJ a a a 0 a 0 0 8 1 .... a a a a a a <=! I Q) d d ~ d ::; d ~ ~ f- "' N a; N 00 Z N "' 00 '" W :::l :! ~ a 0 "' "#.#.i!ft 1 0 ~ ~ ~ ~ ~ ~ 00 ~ ~15iil15 i ""':NN UlI ;;II f- a f- f- W '" W " " I .Q Ul ~ ~ E z c. E '5 z a c- ~ a i= w f- a. ] -c i= 0: ~ a. '-' 0: (J) " '" .~ 0 " " u w U .~ ~ Ul '" ,Q :c " w ~ ~ J! '" Cl ~ .~ u ~ w " ~ -" E 0:: 0 5 ~ u .E ~ ~ :; 0; 0; ~ ~ ~ U 0> '" '" " E .E " " " a. '" z ~ a. -.; OJ " '" '" OJ t,j a. a. -c -c -c 0> '2 " '" '" ~ 0; 0; 0; '" ,Q t-- 19 <: t-- ~ u: u: u: " OJ " <: '" '" u " (/) (/) Gl ] i i ::< O'J';; " t " ~~~:E 0 8 '" '" u ~ u " '2 g. -" u u " .~ ~ ~ " $ ~ .!!!~-g ...J ...J " " " '0' 8 '" " ~~t3at~ a. a. W W w Ii: 0 <: <: ~ .= a ~ N '" ~ '" '" ... 00 '" ;:' :: ~ ~ :! ~ ~ ~ :: ~ a N N '" ;!; ~ '" ... ~ g: a ;;; ~ ~ ... '" ~ ... ~ '" a :;: N '" ~ '" '" .... co en 0..... Z N N N N N '" '" '" '" '" ... ... ~ ~ ~ ~ ~ "lt~lt)Ll) I C) t: .- t: o en .~ E E o U "'C t: ctI t: o :;:; ctI .... C) :!E -' ;:: o f- f- en o U ... f- en o U ... -' --' u.J en ... f- en o U iil iil iil iil iil iil iil iil C! ~ m m m m m m mm g ;:; :5 en en :5 u.J ::;:::;:::;: U ~ ~ ~ ~ ~.~ ~ ~ ffi ~ ~ ~ ~ I 1<, ~ ~ ~ ~ ~ ~ 00000 ~ ~~~~~ :I: ..... N ..... ;;j ui a: :I: I. ... --' --' u.J en ~ ~ ~ ~ ~ .~ ~ ~ ~ ~ ~ oodcicicicidcici..- 00000000 OOOOOOov Ncicil.l"iu>ci~N Cl'>M coco 1.0 l,C 0) CO I,{) L{) l.O 0 0 eo oov:5.....:IL'l~.....:LLio)lri N - 8g8gggg~ ~gg~~gg~ L{)L{)u;JO oeo ts5r.D""':LLi.....:tric:nlL'i _ N - 00000000 OOOOOOOv ~~~~~g~~ ~ ~~:f f'o... tri ,...- L{)~ oi I,{)- 8888888;; ~gg~:2gg~ 1.0 L{) to 0 0 co a:i w- ,..: l.() ,..: I.t'i oi I.l'i ..... N ..... ..... ~~~~~~~re ~~~~~~M~ ::;: u.J z c.lla:a: a. en f- 888 000 ~gg ~~~~~8~~ .... ......... ..-: ~~ cnOl~~~OlCJ)cn~~ cncn~cn~~cnO)m~ ~ ~ ~ ~ o o .. ;1; ..; o '" .,; '" N 88 ~ to 0'" '" '" N - o o o '" '" .,; o o .. " '" :i o '" .,; '" N 88 ocitci 0'" '" '" N"""': o o o '" '" .,; o o : '" ri o o o :8 .,; o '" .,; '" N o o .. ;1; :i g .,; ~ o o Iii '" .,; ~8:;liiliil M~~mm u.J 0 '" a: <( --' en U U o 0 8 8 ~ g ~~ o o o g 00000 88lG8iil '...To '0 88 ;g ~ '" '" N"..-- menace ~qq 88888 ~ ::J ;i ::; c;: u.J f- <( ::;: I .......... .... ..... .......... ............:..... ..... .... - ...:..... .......... .... - ......... .......- .... ........ .... .... .... ..- ......... ... f- en 8 I I. , ... I- Z ::J I. I. ~ o z o z- 01- _a. h:ir a::~ Uu.J mO ~~ !::: ~ .. a: ~ .Q a; 0, :E l: -g ~ ~ ~ ~ ~ .- c. :g ~ ~ ~ou u --' --' ma.a. ~::~~ O.....NM~Ll)W,....COcn Z ~~&;~~g~~ ~ " I- 0; ~ .Q j~~ tii l!! 8- OJ Ci5 CI.I -0 ~ ; ~ 1i I-~~~g> ~ (f.I Cf.l :.= :s :E~:E~E Ia..:I:u..1- :;!~(O,...co '" 0 _ N N~~~~~~re~gM~~~~~~~~ 88 ...; cO 0'" '" on roi"": 888 gg;t o N o '" '#-r/!";/!. ~~g158 r--:NN c " E " a o ~ % ~ - "OJ .Q c ~ UJ 01 e;; ~ .~ :5 '0' E ~ a: Cl <( O_NC")OO::-l.OW,...COcno..... vv'V'V'Ct..,-'Ct'Ct'Ct.'CtU>Lt) ;; { ~j (:!. ~~~ 1l ~ c7i c7i ill .s~~Q.~~_ ~ ~ t5 .; ~ .! 1:5! -g ~~~~~l3J:~ '" "'I '" 0 oiai "'''' '" 0 N"": "', -i '" o a; '" o. ~ Ol '" I MO cia; "'''' "'0 N~ i ~ i;i gj 0 '" I- .r I- ~ tl:J :I: ~ m a; N '" ~I ! II I 1 I i ~II '" '" '" "'I cia) <00 "''' I N'; . Ol'" "'''' aioi '" 0 on " NW I I II I i m --' <( f- o f- f- u.J u.J :I: en I I 1 lfj l'I5 - ~ E ..c ::] en " c l'I5 C o :;0 l'I5 - C Q) E ::] o o c -' <i "" o "" "" l/) o o 00 00 o ci 0> 0> '" '" c<i ~j o 0 o 0 g g '" '" MM o 0 ~ ... 0 0 cOcciM M M '" ~ '" ri - ... "" l/) o o .... ...J ...J W l/) ... f- l/) o o iii Ii\ iii iii Ii\ Ii\ Ii\ Ii\ ocwmmfB.mmmmm o ~ ~ l/) l/) ::; o ~~~~~~~~ ~~ 00 ~ ~ C"f ri 00 C! ~ ~ ~ C"iM oo~ ... 0 0 cOcOM M M '" ~ '" rri __. <Ii '" :I: ii! l/) '" :I: .... ::: w l/) 00 00 00 0> 0> '" '" M r"j 00 00 ci 0 0> 0> '" '" MM o 0 ~ ... 0 0 cO to rri ~ ~ k,{) ri~ 88 c:i 0 0> 0> '" '" MM 88 c:i 0 0> 0> '" '" ri M~ o 0 ~ ... 0 0 a:)r.D~ M M '" ~ '" M ...... ~ ~ ..,j~ 0> 0> ~ ~ .:; -.:i 0> 0> ~g~f5f5 ~~~mm - ::< ::< " " 0.. 0.. 88 00 ~ ~ w 0 '" gj()d~~ 888 000 ~~N ::< ::< " " 0.. 0.. 00 00 00 ~ ~ 00 ~ ~ - - 00000 ~~~~~ o 0 00 C! ~ - - ~~~~~~~~~~~~~~~~~m~~~~~ 000'0 d d 0 0 c:i ci.................................................. ................................................................. ............................................................ ~~ OlOlOlcnC'lOl~mo)Ol~C')2!~ ~~~~~~ "" -' ::J ;;i ::< 0: w "" <i ::< .... "" l/) o o .... f- Z ::J ~ o z zQ Of- _0.. ~a:: _0 "'l/) 0W (/)O w::1 Ow t:: 000 gg~ 00 ... ... 00 ... ... ~..,..co 0.. 0.. ~ ~ '" ;; co co w w c c .2 ,2 ~ ~ " " E E g g 00 ~ :E 0.. :I: E E ~ ~ >- >- l/) l/) 00 -E -E o 0 00 0.. 0.. ~ ~ '" ;; " " s: s: c c o 0 ~ ~ " " E E ~ ~ 88 ~ ~ 0.. :I: E E " " ~i (/)l/) '0'0 -E E o 0 00 c " E a; ~ ~ :; "0 or $~ ~ ~QJ ~~~ Cii .Q~ S<C 5 ~g>-&1~(']j~ "2j .~~.[ ~ ~ ~~~:E -& ~ ~ ~ iij g ~ ~ ~[~ g C;.O<(<~~~~U)U.CD N CO') ..,.. 1.0 to r--. co CJ) 0..... ..,.. v "It ..,.. "It ..,.. "It "It U') an O.....NC")..,..IO~r--.~Ol~~~~~~~~~~~~ Z ~~~~re~~~~;::; ~~;:!;~~~~~~:; ~::.e~ I 828 ~NN '" -' "-N ~Lri 00> .. '" ~ N .,; I': ~ "'~ "-N "":\l'i 00> ..'" ~ (',0' ,.-oJ .. l<i ~ I~ ~ Iffi I (/) ~ ... ~ <:5 N o o <ti N N "'''' '" '" ,....:,..,: 00 .. ... "'''' "- '" ,....:,...,: 00 .. .. l/) ...J <: "" o "" "" w w :I: en I I I C'? tOIl!) to 0> ..- N I!) r- to ..- 0 N -.:t ai -<:tl~ r- ai I!) ~ to -.:tl..- ..- C'? 0> 0> "!. -.:t. ~ "!. 0 r- C'? I!) OltO 0 ..- 0 to C'? ..- 0> 0 C'? N 0> ..- I ..- I!) ..- 0> 1 ~ ~ ~ ~ ~ ~ ~ I I IOJ I >'I'~ I <i: <i: i '0 '-1001 en .a ~! <i: <i: OJ co Cf) cl() () c ;:; co 1'6>1 Cf) I Cf) 'c E c c ~ -10 o UJ' C I 0 'en .0 I .- I Ctl c en ::::l ......:':: 0'- Cf) g .:!ll() :;::: E '0 ::::lQ).Ju,E c LL OlD... ::::liO Ctl E E E ~'() 212 2 61-g c 0 ~! ~I ~ () I Ctl ~ f/) Cf) ! Cf) I Cf) co c C - Q) CO (5 I clo .2]:2 E +" .bz,z'::= co ::::l 0 celie U ~ U 818 8 ~I~ 0 I- 0 or- I +" .- ..- NIC'? -.:t!1!) to .c 0 00 ~!~ 0 ~ ~ ~ ~ .- en en en en en en oJ:: Ctl Ctl Ctl Ctl Ctl Ctl ><1 f- f- f- f- f- f- .0 .0 .0 .0 .0 .0 ::::l ::::l ::::l ::::l ::::l ::::ll w! Cf) Cf) Cf) Cf) Cf) Cf)i PROPOSAL FOR TELEMETRY SYSTEM'-OOODS AND SERVICES SECTION ONE PERSONNEL TITLE HOURLY RA TE/Classific ;.;.;.;.;.;.;.;.;.;.;.:-:-:.;.;.;.;.;.;.;.;.;-;.;.;.:.;.;.:.:.;+:.:.:.:.:.:.:.:.:.;~.:.;.:.:,:.:.:.:,:.:.:.:.:.>:.:.:.:.;>:.:.:-:->:.:.:.:.:.:.:.:.:.:.:.:.:.:~.:.x.:~.:-:.;.;.;.;.;.;.;.;.:.:.;.:-;.;.;.;.:-:.;.;.;.;.;.;.;.;.:.;.:.;.:.:.:.:.;.:-:.:.:.:.:~.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:';';';';-;';';';':';';';';':-:';';';';';':-;';0:-;';';':-:':';';.;.;.:-:.;.;.;.;.;.;.;.;.:-:-:.;.:.:.:-:-:.:.;.;.;.;.;.:-:.;.;.;.;.;.;.;.:.:.;.;.;.:-:.;.;.;.;.;.: 1 1 Administrative Assistant $ 26.53 ClK 1 .2 CAD Operator $ 48.00 CAD 1 .3 Designer $ 94.75 PE 1 .4 Senior Designer $ 1 1 3.70 SRE 1 .5 Engineer $ 94.75 PE 1 .6 Senior Engineer $ 1 1 3.70 SRE 1 .7 ProlITammer $ 94.75 PGM 1 .8 Project Manager $ 94.75 PE 1 .9 Mechanic IPanel Shop Tech $ 63,1 8 PST 1 10 Electrician $ 56.85 ELI 1 I 1 Senior Electrician $ 69.50 IT 1 12 Telemetry Technician $ 69.50 IT 1 13 Senior Telemetty Technician $ 78.33 STT tion *Rates are based on no esculation throughout the term of the contract ) - SECTION TWO I TELEMETRY HARDWARE I PROPOSED COST SUMMARY LIFT STATIONS 2.1 2.2 2.3 TYPE DUPLEX TRIPLEX QUADRUPLEX NUMBER 154 5 1 COST PER UNIT $ 8,879.88 $ 10,495.62 $ 10,838.95 RAW WATER , "TELLS 2.4 LOCATION '_ J~UMBER- COST PER WELL 2.5 EAST WELL FIELD WEST WELL FIELD 20 $ 7,762.16 11 $ 7,762.16 THIS PAGE TO BE SUBMITTED ALONG WIlli PROPOSAL IN ORDER TO BE CONSIDERED COMPLETE AND ACCEPTABLE 28 PROPOSAL FOR TELEMETRY SYSTEM GOODS AND SERVICES Respondents will also indicate how their proposed system conforms to the overall needs of the City including telemetry and connectivity to the proscribed SCADA system as well as any associated cost. Details of any proposed warranty should be provided, Respondents mav insert this information in a format oftheir choice and attach it to the oroposal section of this document. Cost consists offurnishing all the tools, materials, equipment and supplies; the performance of all labor, handling, services and incidentals, including applicable taxes. Please refer to the detailed pricing information and costs in Section 2 for line item breakouts of the above unit pricing. All Motorola hardware is based on net user price with a five percent (5%) discount. All other materials are provided at cost plus nineteen percent markup. All labor is based on the rate provided. A further breakdown of the line items including material costs, vendor quotations, labor hours and labor classifications are available at the request of City of Boynton Beach. An additional 2% will be added to all purchase order amounts exceeding $75,000.00, if performance and payment bonding is required by the City. Attached is our warranty agreement which includes two years of materials, inclusive of lightning damage, and a lifetime warranty of all software supplied by DCR Engineering Services, Inc. THIS PAGE TO BE SUBMITIED ALONG WITH PROPOSAL IN ORDER TO BE CONSIDERED COMPLETE AND ACCEPTABLE 2.9 Kb7-05G( 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. P A'r'MENT. 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 inj~ry; 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 th;~ section shall be delivered to the City within fifteen (15) days of execution ofthis 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-WAIVER. 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. A,'1y 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 ~tLne ,2007 , CITY OF BOYNTON BEACH ~ City Manager -=-~~ '-"\/ r-a;) ?------. Contractor Attest! Authe /~?~;d-eDt Title C!rYn 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' ACORDN CERTIFICA TE OF LIABILITY INSURANCE OP 10 1~ DATE (MMlDDIYYYY) DCRE001 03/06/07 PRODUCER THIS CERTIFICATE IS ISSlED AS A MATTER OF INFORMATION Huokleberry, Sibley & Harvey, ONLY AND CONFERS NO RIGHlS UPON THE CERTIFICATE Ins. & Bonds, Inc. CORPORATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1020 N Orlando Ave #200 ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW Maitland FL 32751 Phone: 407-647-1616 Fax:407-628-1635 INSURERS AFFORDING COVERAGE NAlC # INSURED INSURER A: Valley Forae Insuranoe Co 20508 INSURER B: Continental Insurance Co. 35289 DCR Engineering Servioes, Inc. INSURER C: Tranaporta tion :tn.urance Co 20494 PO Box 935 INSURER D: Mulberry FL 33860 INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAAlED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTWTH RESPECT TO WHICH THIS CERTIFtCATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFCRDED 8'f THE POLICIES DESCRIBED HEREt-lIS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND COODITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWl/ MAY HAVE BEEN REDUCED BYPAID CLAIMS. LTR NSR TYPE OF INSURANCE PO,UCY NUMBER DATE IMMlDorN\ DATE"MM/D~ LIMits ~NERAL UABILITY EACH OCClRRENCE S 1,000,000 A ~ COMMERCIAL GENERAL LIABILITY U1044207091 03/01/07 03/01/08 PREMISES 1E~l:~nce) S 50 000 r-- U CLAtMS MADE ~ OCCUR MED EXP (Anyone person) S 5,000 Contract Liab as GL EX'1"ENS:ION ENDORSEMENT PERSONAL &ADV INJURY S 1,000,000 J-- per policy form GENERAL AGGREGATE s 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUcrS - COM PlOP M3G $ 2,000,000 h POLlCY ~ ~~8T 'h Lac _.. ~- - ,.. --.-.- AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT - $1,000,000 B ~ ANY AUTO U1044214963 03/01/07 03/01/08 (Ee eccldent) ALL OWl/ED AUTOS BODILY INJURY - $ SCHEDULED AUTOS (Per person) - ~ HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (Per accident) GARAGE LlABIUTY AUTO ONLY. EA ACODENT $ R ANY AUTO OTHER THAN EA ACe $ AUTO ONLY: AGG $ EXCESS/UMBREUA UABILllY EACH OCCURRENCE $ 10,000,000 C ~ OCCUR o CLAIMS MADE U1044207107 03/01/07 03/01/08 AGGREGATE s 10,000,000 Follow $ ~ DEDUCTIBLE Fo= EL $ X RETENTION $10,000 I $ X ITORY LIMITS I IU~~' -..--- WORKERS COMPEP-SATION Ai'lD A EMPLOYERS' UABILllY WC249341678 01/01/07 01/01/08 $ 500,000 ANY PROPRIETORlPARTNERIEXECUTIVE E.L, EACH ACCDENT OFFICER/MEMBER EXCLUDED? BUoNKET WAXVER OF SOBRO E.L. DISEASE. EAEMPLOYEE S 500,000 ~~~tl~tS~~V'gfo~s below E.L DISEASE - POLICY LIMIT $500,000 OTHER A Leased/Rented Eqp. U1044207091 03/01/07 03/01/08 Per Item $250,000 A Installation Fltr U1044207091 03/01/07 03/01/08 Per Job $250,000 DESCRIP110N OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEME~ I SPECIAL PROVISIONS Leased/Rented Equipment: Speoial Form/ACV/$10,OOO Deductible Applies. Certifioate holder is included as additional insured with respects to General Liability. COVERAGES City of Boynton Beach P.O.Box 310 Boynton Beach FL 33425-0310 CANCELLA nON CITYBOY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TllE EXPIRATION DATE THEREOF, .TllE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABILlTY OF Ai'lY KIND UPON THE INSURER, ITS AGEIITS OR REPRESEIITA TlVE5. B. Q. . ~\l.~1 r ~ CERTIFICATE HOLDER ACORD 25 (2001108) @ACORD CORPORATION 1988 A'CORD.. CERTIFICATE OF LIABILITY INSURANCE OP ID 2~ DATE (MMIDDIYYYY) DCREOO2 03/07/07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Huokleberry, Sibley & Harvey, ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE T'lS. & Bonds, Ino. CORPORATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ( "l0 N Orlando Ave #200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. tland FL 32751 - .~one:407-647-1616 Fax:407-628-1635 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Houston Casualtv Company 42374 INSURER B: DCR Engineering Servioes, Inc. INSURER c: PO Box 935 INSURER 0: Mulberry FL 33860 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR~ TYPE OF INSURANCE POLICY NUMBER PJlt~iMMIDDIYYl -15ii'E: rMMIDDIVYl' LIMITS GENERAL LIABILITY EACH OCCURRENCE $ - ~~~~'Es rE~~~ncel COMMERCIAL GENERAL LIABILITY $ 1 CLAIMS MADE D OCCUR MED EXP (Anyone person) $ - PERSONAL & MJV INJURY $ GENERAL AGGREGATE $ - ~'LAGGREGATE LlMITA~nS PER:, PRODUCTS - COMP/OP AGG $ , i POLICY n ~~c?T ' .. LOC T ~ .. .0 - . ..- -- ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) - - ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) - r- HIRED AUTOS BODILY INJURY (Per eccldent) $ NON.OWNED AUTOS - I, PROPERTY DAMAGE - (Per accident) $ - ~RAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ =:J OCCUR D CLAIMS MADE AGGREGATE $ $ =1' ~EDUCTIBl.E - .,. ,$ RETENTION $ $ WORKERS COMPENSATION AND I TORY LIMITS I IU~~- EMPLOYERS' UABIU1Y E.L. EACH ACCIDENT ANY PROPRIETORlPARTNERlEXECUTIVE $ OFFICERlMEMBER EXCLUDED? E.L. DISEASE. EA EMPLOYEE $ If ~as, dascribe under E,L. DISEASE - POLICY LIMIT S ECtAL PROVISIONS below $ OTHER A Prof Liability HC055043802 08/12/06 08/12/07 Ea Claim $2,000,000 Claims Made Form RETRO DATE 7-12-00 Dedt. $75.000 DESCRIPTlON OF OPERA TlONS I LOCA TlONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION INFONLY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATlO DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ===- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT..BUT FAILURE TO DO' LL , . IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGEN. , .. REPRESENTA TlVES. B.CL For Information Only . ~~.d' r'""'\ 1 ACORD 25 (2001/08) @ACORDCORPORATION198