HomeMy WebLinkAbout12-03-2013 c5 supervisory control & data acquisition
FROM: Wayne Padilla, Director of Finance & Information Technology
Steve Schmidt, Information Technology Manager
SUBJECT: SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) TWO-YEAR
MAINTENANCE AND SUPPORT CONTRACT EXTENSION
RECOMMENDATION
Approve extending the agreement with Emerson Process Management SCADA maintenance and
support contract for an additional two-years in the amount of $62,800 and authorize the Mayor to
execute agreement.
Background
The Utilities Department utilizes a complex computerized control and monitoring system referred to as
SCADA to operate and monitor water and wastewater processes throughout the treatment plants, water
supply, water distribution and wastewater collection systems. SCADA is used to control the pumping
for water distribution and supply, control of sewage pumps in the wastewater collection system and
numerous, complicated chemical processes at the Water Treatment Plant and Water Reclamation
Facility.
The system was installed by City staff beginning in the late 1980's utilizing Bristol Babcock equipment
and has grown into a mission critical, department wide system that every section in the Utilities
Department utilizes and depends upon for efficient and State compliant operation of its complex
systems.
Responsibility for the operations and maintenance of the SCADA system is accomplished through a
partnership of Utilities staff, Network Services staff and outside support from Emerson Processing. In
November of 2011, Council approved a two-year maintenance contract with Emerson Process
Management Solutions Inc., which is soon going to expire.
The proposed two-year maintenance agreement extension provides on-going maintenance for all
Bristol Babcock equipment, replacement and repair of Bristol equipment, technical support and
provides a discounted labor rate for any additional services not under the scope of the contract.
Emerson Process Management specializes in process control and SCADA equipment for Bristol
Babcock equipment, which is currently in use throughout the Utilities Department. Emerson has been
the sole provider of the Utilities Department's SCADA equipment for many years. As such, Emerson is
very familiar with the City’s complex system and currently provides scheduled and unscheduled
installation and repair services under our current contract. Emerson is the only firm with the expertise
and experience to maintain Bristol Babcock SCADA equipment due to its proprietary restrictions.
12-3-13
C5 - 1
Minor Changes to Agreement Proposed
The only changes from the 2011-13 agreement are the elimination of annual software upgrades and
using that savings to increase the number of Technician on-site days per year from five to ten days.
Software upgrades are no longer available for the existing software application due to age of the
current system. This agreement continues an on-going maintenance and support program that will
ensure the efficient and compliant operations of the Utilities Department’s Water Treatment Plant,
Wastewater Facility, Lift Stations and Water Distribution System.
Proposals for Future SCADA Upgrade
Later this year, the Utilities Department will be seek Council approval of a Request for Proposals to
begin the process of upgrading the City’s aging SCADA systems in the Water Reclamation Facility,
Water Distribution System and Whale Rock Reservoir. These will be phased projects, which will
begin next year.
CONCURRENCES
Utilities Department staff has reviewed this report and concur with the recommendation.
FISCAL IMPACT
Total cost for this two-year maintenance agreement is $62,800. Funding is available in the Network
Services contract services operating budget – 25300-7227, as shown in the graph below:
Funding Source Amount
Network Services – Emerson Maintenance
Contract Services Account #25300-7227 current
balance
$67,200
Emerson Process Management Solutions Inc. two-
year SCADA agreement
$62,800
Contract Services - 24300-7227 balance $4,400
ALTERNATIVES
Issue an RFP for maintenance services. This is not recommended. Emerson Process Management
Solutions Inc. has the greatest knowledge of the City’s telemetry system, has been the City’s sole
provider of City telemetry equipment and has provided telemetry maintenance and repair for many
years. Staff believes their proposal will provide telemetry system maintenance and repair in the most
cost effective, comprehensive and timely manner possible. As stated previously, Utilities will be
preparing an RFP to begin upgrading the City’s telemetry systems later this year. The services
provided with this agreement are necessary to keep our current system operational.
ATTACHMENT
Agreement and Exhibits.pdf
T:\Council Agenda Reports\2013\2013-12-03\Telemetry Maintenance Agreement (Padilla-Schmidt) C5 - 2
Section D
FORM OF AGREEMENT
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this
_____________day of ____________________________________, by and between the CITY OF SAN
LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and EMERSON PROCESS
MANAGEMENT, hereinafter referred to as Contractor.
W I T N E S S E T H:
WHEREAS, on the City wants Supervisory Control and Data Acquisition (SCADA) Maintenance
Service: and
WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to
do so which has been accepted by the City.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants
hereinafter contained, the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and
entered, as first written above, until contract expiration.
2. CITY'S OBLIGATIONS. For providing services as specified in this agreement, City
will pay, and Contractor shall receive, compensation in a total sum not to exceed $62,800.
4. CONTRACTOR’S OBLIGATIONS. For and in consideration of the payments and
agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City provide
all specified services as described in Exhibit A (Contractor’s Proposal) attached hereto and incorporated
into this Agreement by reference. Contractor further agrees to the contract and performance terms as set
forth in Exhibit B attached hereto and incorporated into this Agreement by reference.
5. AMENDMENTS. Any amendment, modification or variation from the terms of this
Agreement shall be in writing and shall be effective only upon approval by the City Administrative Officer.
6. COMPLETE AGREEMENT. This written Agreement, including all writings
specifically incorporated herein by reference, shall constitute the complete agreement between the parties
hereto. No oral agreement, understanding, or representation not reduced to writing and specifically
C5 - 3
Page 2
incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or
representation be binding upon the parties hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail,
postage prepaid by registered or certified mail addressed as follows:
City City Clerk
City of San Luis Obispo
990 Palm Street
San Luis Obispo, CA 93401
Consultant Emerson Process Management
Attn: Christina Spangler
200 Beta Drive
Pittsburgh, PA 15239
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant
that each individual executing this agreement on behalf of each party is a person duly authorized and
empowered to execute Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day
and year first above written.
ATTEST: CITY OF SAN LUIS OBISPO:
________________________________ By: _____________________________________
City Clerk Jan Howell Marx, Mayor
APPROVED AS TO FORM: CONTRACTOR:
________________________________ By: _____________________________________
City Attorney Emerson Process Management
C5 - 4
October 22, 2013
Steve Schmidt
City of San Luis Obispo
990 Palm Street
San Luis Obispo, CA 93401-3249
Subject: Emerson Maintenance Agreement 2013 - 2015
Emerson Process Management Power & Water Solutions, Inc.
Offer No. WAM13070545_Rev3
Dear Mr. Schmidt,
Emerson Process Management Power & Water Solutions, Inc. is pleased to submit this offer
to City of San Luis Obispo for 2013 - 2015 Maintenance Agreement. The agreement will
cover the period November 01, 2013 to October 31, 2015 and subject to attached
Amendment Agreement.
If you have any questions or require additional information please contact David J. Brown at
(619)203-5082.
Sincerely,
David Arias /David J. Brown
Emerson Process Management
Power & Water Solutions, Inc.
Attachments: Emerson Maintenance Agreement dated October 25, 2011
Schedule A
Emerson Process Management
Power & Water Solutions, Inc.
200 Beta Drive
Pittsburgh, PA 15238
C5 - 5
Amendment Agreement
This Amendment is entered into this 1st day of November 2013, between Emerson Process Management Power
& Water Solutions, Inc. located at 200 Beta Drive, Pittsburgh, PA 15238 (hereinafter referred to as "Emerson")
and City of San Luis Obispo (hereinafter referred to as “Purchaser”).
Purchaser and Emerson agree to renew, for a period of twenty-four (24) months, the Emerson Maintenance
Agreement between Emerson and Purchaser dated October 25, 2011 related to the city of San Luis Obispo Water
Reuse, Water Distribution, Water Treatment Plant and Wastewater Collection System. The terms and conditions of
such renewal are as follows:
I. Incorporation by Reference
The terms and conditions of the Emerson Maintenance Agreement between the parties are incorporated herein by
reference as if the same were more fully set forth hereinafter at length, except to the extent as the same are amended
by the terms and conditions by this Amendment Agreement.
II. Scope of Work
Purchaser agrees to retain the services of Emerson for services referenced in the Scope of Work set forth in Schedule
“A” (attached hereto).
III. Compensation
For and in consideration of the services described in Scope of Work, Purchaser agrees to pay Emerson the sum of
Sixty-Two Thousand Eight Hundred Dollars and No Cents ($62,800.00).
IV. Terms of Payment
Emerson shall invoice Purchaser for the contract price at the commencement of this Amendment. Payment for
any Emerson invoice is due within 30 days of such invoice.
V. Time of Performance
The services of Emerson shall commence on November 1, 2013 and continue through October 31, 2015,
at which time this agreement shall expire.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment Agreement by their authorized
representatives as of the date first set forth above.
CITY OF SAN LUIS OBISPO EMERSON PROCESS MANAGEMENT
POWER & WATER SOLUTIONS, INC.
BY: ______________________________ BY: ______________________________
Title:_____________________________ Title:______________________________
Date: _____________________________ Date:______________________________
Attachments
1. Emerson Maintenance Agreement dated October 25, 2011
2. Schedule A
C5 - 6
SCHEDULE “A”
HARDWARE LIST
For: San Luis Obispo – Water Reuse, Water Distribution, water Treatment Plant & Wastewater Collection System
Hardware
Item Description Qty Location Area Status
1 3330 10 Water Reclamation - Obsolete
2 CW Redundant 2 Water Reclamation - Active
3 CW PAC - 8 Slot Chassis 2 Water Reclamation - Active
4 CW PAC – PSSM 2 Water Reclamation - Active
5 CW PAC – CPU w/ Ethernet 2 Water Reclamation - Active
6 CW PAC – I/O Boards 12 Water Reclamation - Active
7 CWM – 4 Slot Chassis 1 Water Reclamation - Active
8 CWM – PSSM 1 Water Reclamation - Active
9 CWM –Ethernet CPU 1 Water Reclamation - Active
10 CWM –Mixed I/O, 6DI/O, 4AI,
2HSC, 1AO with LED’s 1 Water Reclamation - Active
11 Internal 120VAC to 24VDC Power
Supply with 7AH backup 1 Water Reclamation - Active
12 3330 4 Water Distribution - Obsolete
13 3305 2 Water Distribution - Obsolete
14 CWM – 3 Slot Chassis 1 Water Distribution - Active
15 CWM – PSSM 1 Water Distribution - Active
16 CWM –33MHz CPU 1 Water Distribution - Active
17 CWM – Mixed I/O board; 12DI,
4DO 1 Water Distribution - Active
18 3330 4 Whale Rock - Obsolete
19 330 14 Water Treatment Plant - Obsolete
20 RIO3331 17 Water Treatment Plant - Obsolete
21 NIB (389510-01-7) 16 Water Treatment Plant - Obsolete
22 3330 (Redundant) 1 Waste Water Collection - Obsolete
23 3305 10 Waste Water Collection - Obsolete
24 CWM – 8 Slot Chassis 1 Waste Water Collection - Active
C5 - 7
Hardware
Item Description Qty Location Area Status
25 CWM – PSSM 1 Waste Water Collection - Active
26 CWM –Ethernet CPU 1 Waste Water Collection - Active
27 CWM –Keypad display 4 line x 20
character 1 Waste Water Collection - Active
28 CWM –Remote 16 pt DI module 1 Waste Water Collection - Active
29 CWM –Remote 16 pt DO module 1 Waste Water Collection - Active
30 CWM –Remote 4 pt AO module 1 Waste Water Collection - Active
31 CWM –Remote 8 pt DI remote
terminal block 2 Waste Water Collection - Active
32 CWM –Remote 8 pt DO remote
terminal block 2 Waste Water Collection - Active
33 CWM –Remote 2pt AO remote
terminal block 2 Waste Water Collection - Active
SUPPORT SERVICES
1. Scope
a. Emerson will provide Services for the Software listed in this Schedule “A” in accordance with the
clauses set forth in this Contract. Software updates/upgrades and related software support Services are
not included herein and should an issue arise due to an older version of the software installed, the issue
will remain unresolved until the software version is procured by the client and an upgrade is
performed.
2. Unscheduled Corrective Maintenance
a. Unscheduled corrective maintenance service, for the Equipment listed in Schedule “A”, is included at
no additional charge, and is limited to a maximum of ten (10) visits per annum, each visit not to exceed
one (1) man-day, with each man-day being a maximum of 8 man-hours or any portion thereof.
Unscheduled corrective maintenance services are available during the normal working hours of 8:00
A.M. to 4:30 P.M. local time, Monday through Friday, with a response time of next business day (via
phone or on site) from notification by the Purchaser. Emergency services performed at the Purchaser’s
request outside of normal working hours shall be provided at Emerson’s then current premium rates,
less the published price for contract service if performed during normal working hours (If the
maximum contract service time as set forth herein is fully utilized, then such adjustment does not
apply). The Purchaser shall pay expenses and travel time in conjunction with such emergency service
provided outside of normal working hours.
b. Any services in excess of the limitations noted within this Contract shall be billed in accordance with
the Emerson published pricing policy after obtaining a written directive from the Purchaser to receive
such services beyond the covered services.
3. Equipment Replacement/Repair/Troubleshooting
a. The Purchaser must ship the defective Equipment to Emerson’s Local Service Center or to Emerson’s
Watertown Repair Facilities. All instruments listed in Schedule “A”, returned for repair will be
restored to original mechanical and electrical operation specification at no charge.
C5 - 8
b. Unserviceable parts for Active Equipment listed in Schedule “A” will be replaced by new parts, or, at
Emerson’s option, by parts equivalent to new in performance. Such replacement parts will be
furnished AS IS, on an exchange basis. Parts that have been removed and replaced become the
property of Emerson. This Contract does not cover expendable supply items such as printer ribbons,
paper, paper tape, magnetic tape and diskettes, and paint or refinishing of the subject Equipment. If, in
the joint opinion of Emerson and the Purchaser, any Equipment not within warranty of this Contract,
and still within its operating performance specifications, is in need of factory reconditioning, an
estimate of such costs will be submitted to the Purchaser for approval and payment.
c. It is agreed that if Emerson is required to make replacements or repairs caused by negligence or misuse
of Equipment, or by any other reason of any sort beyond Emerson’s direct control, Emerson reserves
the right to charge the Purchaser for labor and material as required. These charges would be in
accordance with Emerson’s current published price policy in effect when the work is performed. This
Contract does not cover or include planning, installing, testing and documenting of expansions and
modifications requested by the Purchaser, or maintenance services or parts required to maintain
accessories, attachments, machines or devices not listed in Schedule “A”.
d. Equipment that is discontinued or obsolete will be repaired on best effort basis and as such any
resulting unserviceable parts are excluded from this agreement.
e. Requests for Emerson to conduct safety tests, to install new attachments or additional controls, or to
make replacements with equipment of a different design, regardless of reason, are not included under
this Contract.
4. Additional Labor Services
a. Support services for application hardware and software can be procured on an as needed basis using
the following pricing guidelines. Such support services will be during normal working hours as
mutually coordinated.
b. Such services can include on-site update and upgrade support of application hardware and software
trouble shooting, training, system enhancements etc. Scope of services can be predefined to estimate
the time required or alternately services may be procured on a time and material basis.
Description Rate
Service Engineer - Standard Time (hour) $ 150.00
Service Engineer – Overtime (hour) $ 290.00
Service Engineer - Sunday & Holiday (hour) $ 360.00
Travel Time (hour) $ 120.00
Mileage (mile) $ 0.61
Expenses Cost + 10%
C5 - 9
Exhibit B
C5 - 10
Exhibit B
C5 - 11
Exhibit B
C5 - 12
Exhibit B
C5 - 13
Exhibit B
C5 - 14
Exhibit B
C5 - 15
Exhibit B
C5 - 16
Exhibit B
C5 - 17
Exhibit B
C5 - 18
Exhibit B
C5 - 19
Exhibit B
C5 - 20
Exhibit B
C5 - 21
Exhibit B
C5 - 22
Exhibit B
C5 - 23
Exhibit B
C5 - 24
Exhibit B
C5 - 25
Exhibit B
C5 - 26
Exhibit B
C5 - 27
Page intentionally left
blank.
C5 - 28