HomeMy WebLinkAbout03-06-2012 c4 rfpscada upgradecounci l,j,acenaa REpoat
Meeting Date
Mar. 6, 201 2
Item Number
C4
C I T Y O F S A N L U I S O B I S P O
FROM :
Carrie Mattingly, Utilities Director C M
Prepared By :
Jennifer Metz, Utilities Project Manager JM
SUBJECT : SCADA UPGRADE INTEGRATION SERVICES – REQUEST FO R
PROPOSALS
RECOMMENDATION
1.Approve the request for proposals for the Wastewater Division's Supervisory Control and Dat a
Acquisition Upgrade Integration Services and authorize its issuance, an d
2.Authorize the City Manager to award a contract if the selected proposal is within the estimate o f
$100,000 .
DISCUSSIO N
Backgroun d
Supervisory Control and Data Acquisition (SCADA) systems include computer programming ,
complex databases, and human-machine interface screens . Through SCADA, Wastewater Collectio n
(WWC) system equipment and Water Reclamation Facility (WRF) processes are remotely monitored
to ensure operations are within pre-set ranges : Staff remotely receives alarms on equipment failure s
and is able to remotely perform some operational changes through the SCADA system computer
instead of responding in person. SCADA systems improve emergency response time to equipmen t
failures to help ensure that public health and the environment are protected .
The WWC and WRF sections of the Utilities Department utilize Fix 32 Human Machine Interfac e
(HMI) as SCADA system software . The City has utilized this software for approximately 15 years ;
however, the software is no longer supported by the manufacturer, GE Intelligent Platforms . The
SCADA systems currently in use at the WRF and WWC shops are stand-alone units and no t
connected to the City's network . Data stored in these computers does not utilize the City's mai n
servers . While WWC and WRF staff back up this data, there is an element of unnecessary risk
associated with these dated systems . Upgrading to the newest software version will maximize the
use of the City's technology to back-up this important data .
Software Upgrad e
The City's SCADA Upgrade Integration Services project proposes to upgrade the WWC and WR F
HMI systems to the latest generation of the software,iFix 5 .1 which has been in use at the City's
Water Treatment Plant for four years (since 2008) and is planned for use in the 2013-14 Wate r
Distribution Systems SCADA Upgrade . Based on the in-depth assessment performed by Utilitie sandFinance & Information Technology staff, the software tools available to assist in the softwar e
conversion make the upgrade from Fix 32 to iFix a more prudent course of action (with regard t o
minimizing risk and cost)than replacing the system with a new HMI product.The upgrade to iFi xwill have greater capability to collect, store, aggregate and trend data than the existing Fix 3 2system. This data will be used to generate daily, monthly and yearly reports, as well as historical
ATTACHNI enTd x 7
PROPOSER LIST — For Federally Funded Contract s
All consultants are required to provide the following information for II DBE and non-DBE consultants, who provide d
a proposal or were contacted by the proposed prime consultant .This information is also required of the propose dprime consultant and must be submitted with their proposal . The City of San Luis Obispo will use this informatio n
to maintain and update a Proposers List to assist in the annual Disadvantaged Business Enterprise goal settin gprocess required for Federally Funded projects . This information ie also being made available to other loca l
agencies for the same purpose . To the extent permitted by law, all, information submitted will be held in stric t
confidence by the agencies and will not be shared without your consent except as noted above .
Consultant:O Prime Consultant OR O Subconsultant
Firm Name :Contct Person :
Years in Business :Address :
Phone :Fax :?Certified DBE under 49 CFR Part 26 ?O Yes Cl N o
Gross Annual Receipts for Last Year;Cl Less than $1 MillionO Less than $15 Million
O Less than $5 Million j O Less than $10 Million
O More than $15 Millio n
Consultant Specialties :
O Architecture
O Architectural Engineerin gO Bridge Desig nCl Civil Engineerin g
Q Construction Managemen tO Drafting
O Electrical Engineerin g
O Other (describe):
O Environmental Studies ~O Public RelationsO Feasibility Studies O ROW Appraisal & Acquisitio nO Geotechnical Engineering O Surveying & MappingO Hydraulics & Hydrology ~CI Structural Engineerin gO Landscape Architecture 1 O Traffic Engineering & Studie sO Materials Testin g
O Mechanical Engineering,
Consultant::O Prime Consultant OR O Subconsultan t
Firm Name:C ntact Person :
Years in Business ;Address:
Phone:Fax :j 1 Certified DBE under 49 CFR Part 26?
O Yes O N o
Gross Annual Receipts for Last Year :
O Less than $1 Millio nO Less than $15 Million O Less than $5 Millio n
O More than $15 Million
Cl Less than $10 Millio n
Consultant Specialties ;
O Architectur eO Architectural Engineerin g
O Bridge Desig n
Civil Engineering
O Construction Management
O Draftin gO Electrical Engineerin g0 Other (describe):
O Environmental Studie s
ci Feasibility Studies
O Geotechnical Engineerin g
O Hydraulics & Hydro!y
O Landscape Architect re
O Materials Testin gO Mechanical Engineering
O Public RelationsO ROW Appraisal & Acquisitio nO Surveying & Mapping
O Structural Engineering
O Traffic Engineering & Studie s
CouncilAgenda Report — SCADA Upgrade Page 2
analysis of pump run times and plant production for process optimization . Additionally ,
standardizing software among divisions allows shared server use, minimizes training requirements ,
and expedites system backups .
The RFP for professional services includes integration services related to the conversion from Fi x
32 to iFix, design of an intuitive menu and navigation system to facilitate moving between SCAD A
screens, development of historical trend screens, configuration of the historian software to generat e
charts so that use of the paper chart recorder may be abandoned, and successful commissioning o f
the new SCADA system serving WWC and the WRF .
Prospective Proposers, Evaluation, and Selection Proces s
In addition to publishing a formal notice requesting proposals, the SCADA Upgrade Integratio n
Services RFP will be mailed to firms specializing in these services . A list of prospective firms is
part of the RFP .
Proposals are due no later than March 29, 2012 . Based on the evaluation criteria set forth in th e
RFP, proposals will be reviewed and, if necessary, finalists will be invited for a follow-u p
presentation/interview before a review committee . The review committee will be composed of staf f
from the City's Utilities and Finance & Information Technology departments . Reference check s
will be conducted . Based on the results of the selection process, a recommendation will be made t o
the City Manager to award the contract . It is anticipated contract award will be made during May
2012 .
CONCURRENCE S
The Finance & Information Technology Department provided oversight in the development of th e
findings in this report and concurs with the recommendations .
FISCAL IMPAC T
The SCADA Upgrade Integration Services project has an estimated cost of $100,000 . The purchas e
of computer hardware and software to support the SCADA System Upgrade (iFix software, alar m
software, software support services, new computers, monitors, printers, and the historian server )
estimated at $50,000 for a total project cost of $150,000 . A total of $225,000 was identified fo r
telemetry upgrades (including this project) as Approved Projects Pending Construction in the 2011-
2013 Financial Plan, Appendix B, Water Reclamation Facility Major Maintenance, on pages 3-9 6
and 3-97 .
Sufficient funding is available in the Water Reclamation Facility Major Maintenance Account fo r
this telemetry upgrade, which has a current available balance of $592,804 after accounting fo r
recently awarded contracts . No Water Reclamation Facility Major Maintenance projects will nee d
to be deferred.
A maintenance agreement that addresses long-term iFix software support service will be budgete d
for in the WWC and WRF operating budgets during the City's 2013-15 Financial Flan . The cost o f
an annual maintenance agreement for iFix is estimated at $6,000 . The Utilities Department also ha s
an annual maintenance agreement with Emerson Process Management for SCADA hardware an d
C4-2
Council Agenda Report - SCADA Upgrade Page 3
equipment support services that may be utilized for additional HMI support . The cost of this
agreement is $61,600 of which approximately $18,800 is charged to the Sewer Fund .
Other telemetry upgrades funded in the 2011-2013 Financial Plan, Appendix B, Water Reclamatio n
Facility Major Maintenance, on page 3-98 including $40,000 in 2011 .12 and $75,000 in 2012-1 3
are proceeding separately,
C4-3
ATTACHMEN T
Request for Proposals, Specification #9106 3
mein .sada upgrade car.dixx
Attachment
city o f
san Luis osisp o
990 Palm Street ■ San Luis Obispo, CA 9340 1
Notice Requesting Proposals for th e
City of San Luis Obisp o
Utilities Departmen t
SCADA UPGRADE INTEGRATION SERVICE S
Specification No . 91063
March 8, 201 2
The City of San Luis Obispo's Utilities Department is requesting sealed proposals for SCADA
UPGRADE INTEGRATION SERVICES pursuant to Specification No . 91063 . All proposal s
must be received by the Department of Finance/Information Technology by 2 :00 p .m . on Marc h
29, 2012 when they will be opened publicly in the City Hall Council Hearing Room, 990 Pal m
Street, San Luis Obispo, CA 93401 .
Proposals received after said time will not be considered . To guard against premature opening ,
each proposal shall be submitted in a sealed envelope plainly marked with the proposal title ,
specification number, Consultant name, and time and date of the proposal opening . Proposal s
shall be submitted using the forms provided in the specification package .
To obtain a Specification Package :
■ Download from the City's Web site www .slocity .org - Bids & Proposals page
Pick up a copy of the RFP at the above addres s
■ Mail a request to the City of San Luis Obispo Finance/Information Technology Department
at the above addres s
Requests must include the RFP title and specification number .
Onsite review of the City's current Fix32 HMI system configuration and screens is offered at a n
Optional Pre-Proposal Meeting to be held on Wednesday, March 14, 2012 at 10 a .m . at the
City's Water Reclamation Facility at 35 Prado Road, San Luis Obispo, CA .
Questions may be submitted to Jennifer Metz, Utilities Project Manager, via e-mail a t
jmetz(aslocity .org until March 23, 2012 .All questions will be answered and distributed to al l
interested parties .
The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities .Telecommunications Device for the Deaf (805) 781-7410 :
C4 - 4
A. Description of Work
t 1
A l . Background
A2.Scope of Wor k
A3.Project Schedule / Cos t
B . General Terms &Conditions 7
B1.Proposal Requirement s
B2.Contract Award and Executio n
C. Proposal Content &Selection Process
9
Cl . Proposal Content
Submittal Form s
Qualification s
Work Program
Compensation
Proposal Length and Copie s
C2 . Proposal Evaluation & Selectio n
Proposal Review Criteri a
Proposal Review and Award Schedul e
D. Agreement 1 1
E . Insurance Requirements 1 8
F . Proposal Submittal Forms
2 0
Proposal Submittal Form
References
Statement of Past Contract Disquajifications
Proposers List
Specification No . 9106 3
TABLE OF CONTENTS
Attachment
City of San Luis Obispo
Specification No . 91063
Section A
DESCRIPTION OF WOR K
BACKGROUN D
The City of San Luis Obispo's wastewater collection system includes 136 miles of gravity sewe r
line ranging from six-inch to 48-inch pipe, three miles of force main and nine lift stations . The
City has nine lift stations and an effluent flow meter (Cal Poly Vault) to measure the quantity o f
wastewater generated by Cal Poly State University that are monitored and controlled by th e
existing SCADA system . Seven of the nine lift stations and the Cal Poly Vault utilize Bristo l
Babcock 3305 controllers . The remaining two lift stations utilize ControlWave controllers . Thes e
controllers support approximately 300 inputs and outputs . The communication network for th e
existing SCADA system utilizes a remote,leased facility on Cuesta Peak north of the City as a
repeater site and a licensed radio network .
Data from the Cal Poly Vault is currently logged on a paper chart recorder . Totalizer reading s
from the chart recorder are manually logged and used for billing purposes . Lift station alarms
and control strategy changes made by WWC Operators are logged in an event summary by a
local printer . Minimal trend data is stored in spool files for a seven day period before it i s
overwritten . The current HMI from WWC includes approximately 35 screens . The screen s
developed as part of this project will, at a minimum, implement the same level of monitoring an d
control as the existing system .
WWC utilizes Crystal Reports software with their computerized maintenance managemen t
system .
The City's Water Reclamation Facility (WRF) receives and treats an average of 4 .7 million gallon s
of wastewater per day . The WRF has eleven Bristol Babcock 3330 controllers and two Contro l
Wave controllers with approximately 900 inputs and outputs .
Both Wastewater Collection (WWC) and the WRF utilize a Fix32 human machine interfac e
(HMI) as SCADA system software . The City has utilized this software for approximately 1 5
years ; however, it is no longer supported by the manufacturer, GE Intelligent Platforms . The
City's SCADA Upgrade Integration Services project will upgrade the WWC and WRF HM I
systems to new software, iFix 5 .1 . This HMI software is already in use at the City's Wate r
Treatment Plant. Both the WWC and WRF HMI computers are attached via RS-232/serial
interfaces to Bristol Babcock data concentrators . The data concentrators (Control Wave)serving
WWC and WRF have Ethernet connections to enable the systems to run in parallel durin g
startup and commissioning . Both sections use a Zetron auto dialer to inform staff of alarms . With
new alarm software that is part of the Upgrade Project the auto dialers may no longer b e
necessary .
City staff from the Utilities and Finanee/Information Technology departments worked with G E
Fanuc Intelligent Platforms and Gexpro on the upgrade from Fix32 to iFix to identify relate d
software upgrade components of the project including :
• iFix Plus SCADA 900 I/O Development (for WRF)
-1 -04 ,6
City ofSan Luis Obispo
Specification No. 91063
iFix Plus SCADA 300 I/O Development (for WWC )
iFix Webspace Serve r
Win-911 Bundle (Alarm Software)
Historian Enterprise Serve r
SCOPE OF WOR K
The City's desired scope of the work is described in ,
detail below . Alternate proposals will be considered a s
described in Section B1 .9, Proposal Requirements, of j
this specification package .
TASK 1 :Project Kickoff Meeting and Stakeholde r
Workshop s
To kickoff the SCADA Upgrade Integration Service s
project, the Consultant will meet with the City's projec t
team including staff from the Utilities an d
Finance/Information Technology departments . The
Consultant shall also visit the Water Reclamatio n
Facility operations office and Wastewater Collection ;
shop to become familiar with these facilities . It will be critical for the Consultant to conduc t
workshops with City staff to confirm project upgrade requirements . It is important the projec t
team include the operators that will be the SCADA system's end users to insure operationa l
objectives are met and begin to build a sense of ownership of the system .
Preliminary workshop topics may include desired system functionality, HMI architecture ,
historical/trend data and reporting, communications, server and security issues .The Consultan t
should suggest a specific approach to conducting Stakeholder Workshops in its proposal for th e
City's consideration . As a component of this task, the Consultant shall prepare the agendas an d
minutes for all proposed workshops .
TASK 2 .Project Coordinatio n
The Contractor will coordinate with the City's Project Manager on activities associated with th e
SCADA Upgrade Integration Services project including scheduling meetings, tracking an d
reporting on work in progress . This includes watching for technical or logistical roadblocks tha t
will either jeopardize the project schedule or budget . T;Ze Contractor will lead the effort to detai l
system requirements, including programming and system configuration .
TASK 3 . Proficy iFix Database Tag Creatio n
The Contractor will use the existing Fix32 screen animation links to generate a new iFix proces s
database for each of the two systems (WWC and WRY'). As part of this effort a single databas e
tag will be generated for each unique data point accessed as part of the existing HMI screens .
This will include defining the exact Bristol Babcock item naming convention that will work wit h
the existing process hardware .
-2 -
C4 - 7
City of San Luis Obisp o
Specification No . 91063
TASK 4 . Fix32 Screen Conversion to Proficy iFix — WWC SCADA Syste m
This task applies to the City's WWC SCADA system . The Contractor will convert the existin g
Fix32 HMI screens to iFix . In addition to the basic conversion of the Fix32 graphics to the ne w
iFix platform, the Contractor will incorporate the additional capabilities identified below .
•The City's current graphics are drawn at 640 x480 . The Contractor will resize all curren t
graphics to a higher resolution as determined during the Stakeholder Workshops, likely 1280
x 1024 to match the resolution of most current monitors .
• The Contractor will design and incorporate an intuitive menu bar and navigation system to
facilitate the ease of moving throughout the screens . The Contractor will coordinate with Cit y
staff for input and provide advance screen drafts for review . The Contractor will provide
links at the boundary of screens that will take the operator to the next logical screen in th e
process .
•The Contractor will utilize an iFix picture converter, or other appropriate method, to impor t
the Fix32 graphics . After the import is complete, the Contractor will clean up the converte d
screens, including but not limited to resizing and standardizing font sizes and improving the
overall neatness and look and feel of the screens . To maintain the WWC operator's
familiarity with the existing SCADA system, the basic content of the HMI screens will not be
greatly altered but only cleaned up and polished .
•The Contractor will convert the Fix32 Historical Trend Display definitions to iFix CSV Char t
group files for use with a historical trend screen . This will allow for the incorporation o f
additional chart definitions as well as added functionality for the viewing the history . The
Collection System Operators will have the ability to move to historical trend data (such a s
wet well levels and pump on/off data) directly from links on the HMI screens an d
automatically pull up the desired trend as well as easily select alternate trends to view from a
drop down box .
•The Contractor will work with City staff on setup and configuration of the Historian and Rea l
Time Information Portal software . This includes the Contractor developing standar d
reporting formats with Crystal Reports software from the new Proficy Historian to abando n
the use of the paper chart recorder . The City anticipates that this work will take place durin g
the on-site installation and startup phase of this project (see Task 9). The Historian/Porta l
server will be running in a virtual server . The virtual server will be running Windows Serve r
2008 and be based in a VMware ESX 4 .0 cluster.
TASK 5. Fix32 Conversion to Proficy iFix — WRF SCADA Syste m
This task applies to the City's Water Reclamation Facility System SCADA system . Th e
Contractor will convert the existing Fix32 Water Reclamation Facility HMI screens to iFix . In
addition to converting and cleaning up the existing Fix32 graphics, the Contractor will draw 7-1 0
additional new graphic screens based on conceptual screen sketches provided by the City . City
staff developed sketches of the additional WRF processes and estimates there will b e
approximately 25 screens total in the completed system, counting the original converted screen s
and the new additional screens together . Proposals/costs shall be based off this number . In
addition to the basic conversion of the Fix32 graphics to the new iFix platform, the Contracto r
will incorporate the following improvements :
-3 -
G4 8
City of San Luis Obisp o
Specification No. 91063
•The City's current graphics are drawn at 640 x 480 .1 The Contractor will resize all curren t
graphics to a higher resolution of the City's choice, likely 1280 x 1024, to match the nativ e
resolution of most current LCD monitors .
• The Contractor will design and incorporate an intuitive menu bar and navigation system t o
facilitate the ease of moving throughout the screens . The Contractor will coordinate with Cit y
staff for input and provide advance screen drafts for review . Links shall be provided at the
boundary of screens that will take the operator to the next logical screen in the process .
• The Contractor will utilize the iFix picture convertei to import the Fix32 graphics . After th e
import is complete, the Contractor will clean up the converted screens, including but no t
limited to resizing and standardizing font sizes and improving the overall neatness and loo k
and feel of the screens. To maintain the WRF operator's familiarity with the existin g
SCADA system, the basic content of the HMI screens will not be greatly altered but onl y
cleaned up and polished .
• The Fix32 Historical Trend Display definitions will be converted to iFix CSV Chart grou p
files for use with a generic historical trend screen . This will allow for the incorporation o f
additional chart definitions as well as adde d
functionality for the viewing the history .
The WRF Operator will be able to jump t o
the historical trend directly from links o n
the HMI screens and pull up the desired
trend as well as easily select alternat e
trends to view from a drop down box .
•Contractor will be responsible for all setup
and configuration of the Proficy Historian
and Real Time Information Portal software .
The City anticipates that this work will tak e
place during the on-site installation an d
startup phase of this project (see Task 9).
TASK 6 . Commissioning Plans/Procedure s
In order to ensure the SCADA System upgrade to iFix is successful, the Contractor shall prepar e
separate Commissioning Plans for the WWC and ; WRF systems for the City's review an d
acceptance . The Plans shall include :
• A clear definition of commissioning procedures, including City (Utilities an d
Finance/Information Technology) and Contractor roles and responsibilities .
•Detailed schedules for independent commissioning of both systems .
• An organized system of commissioning documentation .
• Written testing and verification procedures .
• Clear definition of the criteria for acceptance .
Procedures for correction and retesting in the case of failure .
The City's concerns include, but are not limited to, verifying network communications an d
security, alarms, and operator control functions . During this task, the Contractor will work wit h
C4-9
City of San Luis Obispo
Specification No. 91063
City staff from Utilities and Finance/Information Technology to run the new iFix system in
parallel with the existing system .
TASK 7 . Win911 Alarm Notification Configuratio n
Contractor shall coordinate with City staff to define and implement the requirements of th e
Win9l I alarm notification software . This will include selecting the tags in the iFix database tha t
will require notification as well as defining notification groups, phonebook entries, an d
notification behavior as in delays, retries, etc . Once the notification requirements have bee n
adequately defined, the Contractor will implement the system in the latest version of the Win91 l
software.
TASK 8 . Proficy and Win911 Software Testing, Installation and Setu p
The Contractor shall perform sufficient testing of the completed HMI system in advance of goin g
to the field to verify that the functionality as well as look and feel has been accurately completed
and to ensure that the system is free from errors .The City will make available to the Contractor
the GE Intelligent Platforms Proficy Suite of software . This includes :
• Proficy iFix v5 .1 and iFix Webspac e
•Proficy Historian v3 .5
• Proficy Real Time Information Portal v3 .0
•Te1eDACWin911 Software & Dialogic Voice Boar d
All computer hardware will be provided by the City with the operating system and any additional
City required software (Antivirus, Office, etc .) already installed and configured. The City will
provide the installation files for iFix, Webspace, iHistorian,Real Time Information Portal,an d
all the service packs and SIMS . The Win91I installation files will come packaged with th e
Dialogic Voice Board . Once the Historian is installed and running, the desired tags for trendin g
will be imported from the iFix Collector on each SCADA system .
The City will make available the computers including having available power, keyboard,mouse ,
display, and network connectivity to complete this task .
TASK 9 . Commissioning, Onsite Installation & Startu p
Based on the Commissioning Plan developed in Task 6, this task will execute projec t
commissioning to verify both the WWC and WRF systems . At the completion of all in-house
system testing, the Contractor will work with City staff to sequence the cutover to the new
system to ensure there is no disruption of operations . The Contractor will setup the new syste m
to run in parallel to the existing system to minimize the risk during the cutover . The Contracto r
will provide all temporary hardware necessary during and for the conversion from the existin g
system to the new system .
TASK 10. System Documentation
The Contractor will provide all system documentation to the City in electronic format o n
non-volatile media (CD/DVD). This includes all programs, documentation, as well as any and all
configuration files.
C4 10
City of San Luis Obispo
Specification No. 91063
TASK 11 .Trainin g
The Contractor shall provide a cost to perform on-site training (a minimum of one eight-hour da y
divided between WRF and WWC operators) for City staff on the Proficy software products tha t
are part of the system .The primary goal for the training Will be to provide the City staff with th e
knowledge and tools to enable them to maintain and make minor modifications to the syste m
over time . Desired training topics include :
• Generating reports from historian ,
• Creating trend screens ,
• Changing set points ,
• Changing dialing protocols in Win9l1 Alarm Notification software .
PROJECT SCHEDULE & COS T
Please provide a detailed schedule for the completion of the scope of work described above wit h
key project milestones and deliverables . Schedule start up shall correspond to the award schedul e
included in Section C . The following is a list of significant project milestones :
Project Kickoff
Stakeholder Workshops
Commissioning Plan/Procedure s
Completion of In-Office Programming (WWC )
Completion of In-Office Programming (WRF )
iFix Installation & Setu p
Commissioning, Onsite Installation & Startup
System Documentatio n
Training
Also provide a corresponding cost breakdown with estimated hours to perform each tas k
described in the scope of work and an hourly rate work sheet to be used for additional services .
Costs shall be consistent with provided in Section F .Costs should include any required trave l
and expenses .
City ofSan Luis Obispo
Specification No. 91063
Section B
GENERAL TERMS & CONDITION S
BI . PROPOSAL REQUIREMENT S
1 Requirement to Meet All Provisions .Each individual or firm submitting a proposal
(Consultant) shall meet all of the terms, and conditions of the Request for Proposals (RFP )
specifications package . By virtue of its proposal submittal, the Consultant acknowledge s
agreement with and acceptance of all provisions of these RFP specifications .
2 Proposal Submittal .Each proposal must be submitted on the form(s) provided in th e
specifications and accompanied by any other required submittals or supplemental materials .
Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the
Public Works Department, City of San Luis Obispo, 919 Palm Street, San Luis Obispo, CA ,
93401 . In order to guard against premature opening, the proposal should be clearly labeled
with the proposal title, specification number, name of proposer, and date and time o f
proposal opening . No FAX submittals will be accepted .
3 .Insurance Certificate .Each proposal must include a certificate of insurance showing :
a.The insurance carrier and its A .M. Best rating.
b.Scope of coverage and limits .
c.Deductibles and self-insured retention .
The purpose of this submittal is to generally assess the adequacy of the proposer's insurance
coverage during proposal evaluation ;as discussed under paragraph 13 below, endorsement s
are not required until contract award . The City's Insurance Requirements are detailed i n
Section E of this RFP package .
4 .Submittal of References .Each proposer shall submit a statement of qualifications an d
references on the form provided in the RFP package .
5 .Statement of Contract Disqualifications .Each proposer shall submit a statement regardin g
any past governmental agency proposing or contract disqualifications on the form provide d
in Section F of this RFP package :
6 .Proposal Withdrawal and Opening .A Consultant may withdraw its proposal, withou t
prejudice prior to the time specified for the proposal opening, by submitting a written reques t
to the City Engineer for its withdrawal,in which event the proposal will be returned to the
proposer unopened . No proposal received after the time specified or at any place other tha n
that stated in the "Notice Inviting Proposals/Requesting Proposals" will be considered . Al l
proposals will be opened and declared publicly . Consultants or their representatives are
invited to be present at the opening of the proposals .
7 Submittal of One Proposal Only .No individual or business entity of any kind shall b e
allowed to make or file, or to be interested in more than one proposal, except an alternative
proposal when specifically requested ; however, an individual or business entity that ha s
submitted a sub-proposal to a Consultant submitting a proposal, or who has quoted prices o n
materials to such proposer, is not thereby disqualified from submitting a sub-proposal o r
C4- 12
City of San Luis Obisp o
Specification No. 91063
from quoting prices to other Consultant's submitting proposals .
Communications .All timely requests for information submitted in writing (via e-mail to
jmetz@slocity .org) will receive a written response from the City . Telephone communication s
with City staff are not encouraged . However, any ,such oral communication shall not b e
binding on the City .
9.Alternative Proposals .The proposer may submit aril alternative proposal that it believes wil l
also meet the City's project objectives but in a different way . In this case, the proposer mus t
provide an analysis of the advantages and disadvantages of each of the alternatives, and
discuss under what circumstances the City would prefer one alternative to the other(s). If an
alternative proposal is submitted, the maximum length of the proposal may be expande d
proportionately by the number of alternatives submitted .
B2 . CONTRACT AWARD & EXECUTIO N
10.Proposal Retention and Award .The City reserves the right to retain all proposals for a
period of 60 days for examination and comparison . The City also reserves the right to waiv e
non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete
one part of a proposal and accept the other, excepi to the extent that proposals are qualifie d
by specific limitations . See Section C of these specifications for Proposal Evaluation an d
Contract Award criteria.
11.Competency and Responsibility of Consultant .The City reserves full discretion t o
determine the competence and responsibility, professionally and/or financially, o f
consultants. Consultants will provide,in a timely Manner, all information that the City deem s
necessary to make such a decision .
12.Contract Requirement .The Consultant to whom award is made shall execute a writte n
contract with the City within ten (10) calendar days after notice of the award has been sent b y
mail to it at the address given in its proposal . The; contract shall be made in the form adopte d
by the City and incorporated in these specification's .
13.Insurance Requirements .The Consultant shall provide proof of insurance in the form ,
coverages and amounts specified in Section E of these specifications within 10 (ten) calenda r
days after notice of contract award as a precondition to contract execution .
14.Business License and Tax .The Consultant Must have a valid City of San Luis Obisp o
business license and tax certificate before contract execution . Additional informatio n
regarding this requirement may be obtained by calling (805)781-7134 .
15.Failure to Accept Contract .The following will occur if the Consultant to whom the awar d
is made fails to enter into the contract : the award will be annulled ; any bid security will b e
forfeited in accordance with the special terms and conditions if a Consultant's bond o r
security is required ; and an award may be made to the next highest ranked consultant wit h
whom a responsible compensation is negotiated, who shall fulfill every stipulation as if i t
were the party to whom the first award was made .
-8 -
C4-13
City ofSan Luis Obisp o
Specification No.91063
Section C
PROPOSAL CONTENT & SELECTION PROCES S
Cl . Proposal Conten t
Submittal Forms
a.Proposal submittal summary .
b.Certificate of Insurance .
c.References from at least three Agencies for whom you have provided similar
integration services for SCADA projects .
d.Statement of Past Disqualifications .
Qualifications
e.Experience of your firm in performing similar services, including experience with th e
City's selected software (iFix).
f.Experience of the staff to be assigned to the project in performing similar services .
g.Redundancy in the company of staff experienced in this type of work .
h.Resumes of the individuals who would be assigned to this project, including an y
sub-consultants .
i.Standard hourly billing rates for the assigned staff, including any sub-consultants .
j.Statement and explanation of any instances where your firm has been removed from a
project or disqualified from proposing on a project .
Work Program
k.Description of your approach to working with City staff to achieve their goal of
completing the work .
1 . Tentative schedule by phase and task for completing the work .
m.Estimated hours for your staff in performing each phase of the work, including an y
sub-consultants .
n.Services or data to be provided by the City .
o.Any other information that would assist us in making this contract award decision .
Compensatio n
p.Proposed compensation and payment schedule tied to accomplishing key tasks .
Proposal Length and Copie s
q.Proposals should be double sided and not exceed 50 pages, including attachments an d
supplemental materials .
r Seven copies of the proposal and one electronic copy on a compact disk must b e
submitted.
-9-
C4-14
City of San Luis Obispo
Specification No . 91063
C2 . Proposal Evaluation & Selectio n
Proposals will be evaluated by a review committee based on the following criteria :
a.Understanding of the work required by the City .
b.Proposed approach in completing the work .
c.Quality, clarity and responsiveness of the proposal .
d.Recent experience in successfully performing /similar services .
e.Background and related experience of the specific individuals to be assigne d
to this project .
f Demonstrated competence and professional qualifications necessary fo r
successfully performing the work required by the City .
g.References .
h.Proposed compensation .
As reflected above, contract award will be based on a combination of factors as determined to b e
in the best interest of the City and will not be based solely on price . After evaluating th e
proposals and discussing them further with the finalists! or the tentatively selected contractor, th e
City reserves the right to further negotiate the proposed work scope and/or method and amoun t
of compensation .
The following is the anticipated schedule for proposal review and contract award :
a.Issue Request for Proposals March 8, 201 2
b.Receive proposals 2prn, Thursday, March 29, 201 2
c .Complete proposal evaluation Friday, April 6, 201 2
d .Conduct finalist interviews Week of April 16, 201 2
e .Finalize staff recommendation Friday, April 20, 201 2
f.Award and execute contract Week of April 23, 201 2
g .Start work Week of May 7, 2012
-10-
C4 - 1 5
City of San Luis Obisp o
Specification No . 91063
Section D
FORM OF AGREEMENT
AGREEMEN T
THIS AGREEMENT is made and entered into in the City of San Luis Obispo o n
,2012 by and between the CITY OF SAN LUIS OBISPO, a municipal corporation ,
hereinafter referred to as City, and [CONSULTANT'S NAME IN CAPITAL LETTERS], hereinafte r
referred to as Consultant .
WITNESSET H
WHEREAS, on March 8, 2012, City requested proposals for SCADA Upgrade Integratio n
Services per Specification No . 91063 .
WHEREAS, pursuant to said request, Consultant submitted aproposal that was accepted by City
for said services .
NOW THEREFORE, in consideration of their mutual promises, obligations and covenant s
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 acceptance or completion of said services .
Z Start and Completion of Work .Work on this project shall begin within five calendar days afte r
contract execution . Individual projects shall be completed in accordance with approved projec t
schedules .
3. Work Delays.Should the Consultant be obstructed or delayed in the work required to be don e
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire ,
earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to
federal government restrictions arising out of defense or war programs, then the time of completio n
may, at the City's sole option, be extended for such periods as may be agreed upon by the City and th e
Consultant. In the event that there is insufficient time to grant such extensions prior to the completio n
date of the contract, the City may, at the time of acceptance of the work, waive liquidated damage s
that may have accrued for failure to complete on time, due to any of the above, after hearing evidenc e
as to the reasons for such delay, and making a finding as to the causes of same .
Termination .If, during the term of the contract, the City determines that the Consultant is no t
faithfully abiding by any term or condition contained herein, or the Consultant's work is determine d
to be deficient, the City may notify the Consultant in writing of such defect or failure to perform .
This notice will give the Consultant a ten calendar day notice of time thereafter in which to perfor m
said work or cure the deficiency .
If the Consultant has not performed the work or cured the deficiency within the ten days specified i n
the notice, such shall constitute a breach of the contract and the City may terminate the contract
immediately by written notice to the Consultant to said effect . Thereafter, neither party shall hav e
any further duties, obligations, responsibilities, or rights under the contract except, however, any an d
all obligations of the Consultant's surety shall remain in full force and effect, and shall not b e
extinguished, reduced, or in any manner waived by the termination thereof
C4-1 6
-1 r -
City of San Luis Obispo
Specification No . 91063
In said event, the Consultant shall be entitled to the reasonable value of its services performed fro m
the beginning date in which the breach occurs up to the day it received the City's Notice o f
Termination, minus any offset from such payment representing the City's damages from such breach .
"Reasonable value" includes fees or charges for goods or services as of the last milestone or tas k
satisfactorily delivered or completed by the Consultant as may be set forth in the Agreement paymen t
schedule ; compensation for any other work, services j or goods performed or provided by th e
Consultant shall be based solely on the City's assessment of the value of the work-in-progress i n
completing the overall workscope .
The City reserves the right to delay any such payment until completion or confirmed abandonment o f
the project, as may be determined in the City's sole discretion, so as to permit a full and complet e
accounting of costs . In no event, however, shall the Consultant be entitled to receive in excess of th e
compensation quoted in its proposal .
If, at any time during the term of the contract, the City determines that the proposed work is no t
feasible due to funding shortages or unforeseen circumstances, the City reserves the right to terminat e
the contract. Consultant will be paid compensation due and payable to the date of termination .
5.Ability to Perform .The Consultant warrants that it possesses, or has arranged through subcontracts ,
all capital and other equipment, labor, materials, and lieenses necessary to carry out and complete th e
work hereunder in compliance with any and all applicable federal, state, county, city, and specia l
district laws, ordinances, and regulations .
6.Sub-contract Provisions .No portion of the work pertinent to this contract shall be subcontracte d
without written authorization by the City, except that Which is expressly identified in the Consultant's
proposal . Any substitution of sub-consultants must be approved in writing by the City . For any sub -
contract for services in excess of $25,000, the subcontract shall contain all provisions of thi s
agreement.
7.Contract Assignment .The Consultant shall not assign, transfer, convey or otherwise dispose of th e
contract, or its right, title or interest, or its power tp execute such a contract to any individual o r
business entity of any kind without the previous writte tn consent of the City .
8.Inspection .The Consultant shall furnish City with every reasonable opportunity for City to ascertai n
that the services of the Consultant are being performed in accordance with the requirements an d
intentions of this contract . All work done and all materials furnished, if any, shall be subject to th e
City's inspection and approval . The inspection of suci work shall not relieve Consultant of any of it s
obligations to fulfill its contract requirements .
Record Retention and Audit .For the purpose of determining compliance with various laws an d
regulations as well as performance of the contract, the Consultant and sub-consultants shall maintai n
all books, documents, papers, accounting records and other evidence pertaining to the performance o f
the contract, including but not limited to the cost of administering the contract . Materials shall b e
made available at their respective offices at all reasonable times during the contract period and fo r
three years from the date of final payment under the contract . Authorized representatives of the City
shall have the option of inspecting and/or auditing ' 11 records . For Federally funded projects, acces s
to records shall also include authorized representatives of the State and Federal government . Copie s
shall be furnished if requested .
10 . Conflict of Interest .The Consultant shall disclose; any financial, business, or other relationship with
the City that may have an impact upon the outcome of this contract, or any ensuing City constructio n
-12-
9 .
C4 - 17
City ofSan Luis Obisp o
Specification No . 91063
project . The Consultant shall also list current clients who may have a financial interest in the outcom e
of this contract, or any ensuing City construction project which will follow .
The Consultant covenants that it presently has no interest, and shall not acquire any interest—direct ,
indirect or otherwise—that would conflict in any manner or degree with the performance of the wor k
hereunder . The Consultant further covenants that,in the performance of this work, no sub-consultant
or person having such an interest shall be employed . The Consultant certifies that no one who has or
will have any financial interest in performing this work is an officer or employee of the City . It is
hereby expressly agreed that, in the performance of the work hereunder, the Consultant shall at al l
times be deemed an independent Consultant and not an agent or employee of the City .
11.Rebates, Kickbacks or Other Unlawful Consideration .The Consultant warrants that this contrac t
was not obtained or secured through rebates, kickbacks or other unlawful consideration, eithe r
promised or paid to any City employee . For breach or violation of the warranty, the City shall hav e
the right in its discretion; to terminate the contract without liability ; to pay only for the value of th e
work actually performed ;to deduct from the contract price ; or otherwise recover the full amount o f
such rebate, kickback or other unlawful consideration .
12.Covenant Against Contingent Fees .The Consultant warrants by execution of this contract that no
person or selling agency has been employed, or retained, to solicit or secure this contract upon an
agreement or understanding, for a commission, percentage, brokerage, or contingent fee, exceptin g
bona fide employees or bona fide established commercial or selling agencies maintained by th e
Consultant for the purpose of securing business . For breach or violation of this warranty, the City ha s
the right to annul this contract without liability ; pay only for the value of the work actuall y
performed, or in its discretion, to deduct from the contract price or consideration, or otherwis e
recover the full amount of such commission, percentage, brokerage, or contingent fee .
13.Compliance with Laws and Wage Rates .The Consultant shall keep itself fully informed of an d
shall observe and comply with all applicable state and federal laws and county and City of San Luis
Obispo ordinances, regulations and adopted codes during its performance of the work . This includes
compliance with prevailing wage rates and their payment in accordance with California Labor Code .
For purposed of this paragraph, "construction" includes work performed during the design an d
preconstruction phases of construction, including but not limited to, inspection and land surveyin g
work ,
14.Payment of Taxes .The contract prices shall include full compensation for all taxes that th e
Consultant is required to pay .
15.Permits and Licenses .The Consultant shall procure all permits and licenses, pay all charges an d
fees, and give all notices necessary .
16.Safety Provisions .The Consultant shall conform to the rules and regulations pertaining to safet y
established by OSHA and the California Division of Industrial Safety .
17.Public and Employee Safety .Whenever the Consultant's operations create a condition hazardous t o
the public or City employees, it shall, at its expense and without cost to the City, furnish, erect an d
maintain such fences, temporary railings, barricades, lights, signs and other devices and take suc h
other protective measures as are necessary to prevent accidents or damage or injury to the public an demployees.
-13-
04-18
City of San Luis Obisp o
Specification No. 91063
18.Preservation of City Property .The Consultant shall provide and install suitable safeguards ,
approved by the City, to protect City property from injury or damage . If City property is injured or
damaged resulting from the Consultant's operations, it shall be replaced or restored at the Consultant's
expense . The facilities shall be replaced or restored to a!condition as good as when the Consultan t
began work .
19.Immigration Act of 1986 .The Consultant warrants on behalf of itself and all sub-consultant s
engaged for the performance of this work that only persons authorized to work in the United State s
pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be
employed in the performance of the work hereunder :
20.Consultant Non-Discrimination .In the award of subcontracts or in performance of this work, th e
Consultant agrees that it will not engage in,nor permit such sub-consultants as it may employ, t o
engage in discrimination in employment of persons on any basis prohibited by State or Federal law .
21.Accuracy of Specifications .The specifications for this project are believed by the City to b e
accurate and to contain no affirmative misrepresentation or any concealment of fact . In preparing it s
proposal, the Consultant and all sub-consultants named in its proposal shall bear sole responsibilit y
for proposal preparation errors resulting from any misstatements or omissions in the specification s
that could easily have been ascertained by examining either the project site or accurate test data in th e
City's possession . Although the effect of ambiguities or defects in the specifications will be as
determined by law, any patent ambiguity or defect shaill give rise to a duty of Consultant to inquir e
prior to proposal submittal . Failure to so inquire shall cause any such ambiguity or defect to b e
construed against the Consultant . An ambiguity or defect shall be considered patent if it is of such a
nature that the Consultant, assuming reasonable skill, ability and diligence on its part, knew or shoul d
have known of the existence of the ambiguity or defect! Furthermore, failure of the Consultant or sub -
consultants to notify City in writing of specification defects or ambiguities prior to proposal submitta l
shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal .
To the extent that these specifications constitute performance specifications, the City shall not b e
liable for costs incurred by the successful Consultant to achieve the project's objective or standard
beyond the amounts provided therefor in the proposal .;
In the event that, after awarding the contract, any dispute arises as a result of any actual or allege d
ambiguity or defect in the specifications, or an . other matter whatsoever, Consultant shal l
immediately notify the City in writing, and the Consultant and all sub-consultants shall continue t o
perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial ,
and irrespective of whether or not a change order, time extension, or additional compensation ha s
been granted by City . Failure to provide the hereifbefore described written notice within one (1 )
working day of Consultant's becoming aware of the facts giving rise to the dispute shall constitute a
waiver of the right to assert the causative role of the defect or ambiguity in the plans or specification s
concerning the dispute .
22.Indemnification for Professional Liability .To the fullest extent permitted by law, Consultan t
shall indemnify,protect, defend and hold harmles$ City and any and all of its officials, employees
and agents ("Indemnified Parties') from and against any and all losses, liabilities, damages, costs
and expenses, including attorney's fees and cost* which arise out of pertain to, or relate to th e
negligence, recklessness, or willful misconduct of the Consultant .
23.Standards.Documents shall conform to City Standards and City furnished templates shall be used .
-14-
C4 - 19
City of San Luis Obisp o
Specification No. 91063
24.Consultant Endorsement .Technical reports, plans and specifications shall be stamped and signed
by the Consultant where required .
25.Required Deliverable Products and Revisions .The Consultant will be required to provide draft
and final documents addressing all elements of the workscope . City staff will review any document s
or materials provided by the Consultant and, where necessary, the Consultant will respond to staff
comments and make such changes as deemed appropriate . Submittals shall include the previou s
marked up submittal (returned to the Consultant) to assist in the second review . Changes shall be
made as requested or a notation made as to why the change is not appropriate .
Electronic files shall be submitted on CD and all files must be compatible with the Microsoft
operating system . Each CD must be clearly labeled and have a printed copy of the directory. File s
may be emailed to the City in lieu of putting them on CD .
26.Ownership of Materials .Upon completion of all work under this contract, ownership and title to al l
reports, documents, plans, specifications, and estimates produced as part of this contract wil l
automatically be vested in the city and no further agreement will be necessary to transfer ownershi p
to the City . The Consultant shall furnish the City all necessary copies of data needed to complete the
review and approval process .
It is understood and agreed that all calculations, drawings and specifications, whether in hard copy o r
machine readable form, are intended for one-time use in the construction of the project for which thi s
contract has been entered into .
The Consultant is not liable for claims, liabilities, or losses arising out of, or connected with th e
modification, or misuse by the City of the machine-readable information and data provided by the
Consultant under this agreement . Further, the Consultant is not liable for claims, liabilities, or losse s
arising out of, or connected with any use by City of the project documentation on other projects,
except such use as may be authorized in writing by the Consultant .
27.Release of Reports and Information .Any reports, information, data, or other material given to ,
prepared by or assembled by the Consultant as part of the work or services under these specification s
shall be the property of City and shall not be made available to any individual or organization by th e
Consultant without the prior written approval of the City .
The Consultant shall not issue any news release or public relations item of any nature, whatsoever ,
regarding work performed or to be performed under this contract without prior review of the content s
thereof by the City and receipt of the City's written permission :
28.Copies of Reports and Information .If the City requests additional copies of reports, drawings ,
specifications, or any other material in addition to what the Consultant is required to furnish in limite d
quantities as part of the work or services under these specifications, the Consultant shall provide suc h
additional copies as are requested, and City shall compensate the Consultant for the costs o f
duplicating of such copies at the Consultant's direct expense .
29.Attendance at Meetings and Hearings .Consultant shall attend as many "working"meetings with
staff as necessary to accomplish the workscope tasks . Consultant shall attend workshops with the
public, and City commission, committee or Council meetings as identified in the individual projec t
scoping .
-15 -
C4 -20
City of San Luis Obispo
Specification No. 91063
30.Permit and Filing Fees .The Consultant shall procure allipermits, and licenses, pay all charges an d
fees and file all notices necessary as they pertain to the completion of the Consultant's work . The City
will pay all application fees for permits required for the completion of the project work . The City
requires a 10 day notice to issue a check .
31.Consultant Invoices .The Consultant shall deliver a monthly invoice to the City, itemized by projec t
title . Invoice must include a breakdown of hours billed and miscellaneous charges and any sub -
consultant invoices, similarly broken down, as supporting detail .
32.Payment .For providing services as specified in this Agreement, City will pay and Consultant shal l
receive therefore compensation in a total sum not to exceed the individual agreed upon project fee .
Should the Consultant's integration services contain errors or deficiencies, the Consultant shall b e
required to correct them at no increase in cost to the City .
Progress payments shall be made on a monthly basis as invoiced by the Consultant for expense s
incurred with cumulative monthly payments, on an individual project basis, not to exceed :
The Consultant shall be reimbursed for hours worked at the hourly rates attached to this agreement .
Hourly rates include direct salary costs, employee benefits, overhead and fee . In addition, the
Consultant shall be reimbursed for direct costs other than salary and vehicle cost that have bee n
identified and are attached to this agreement . The Consultant's personnel shall be reimbursed for pe r
diem expenses at a rate not to exceed that currently authorized for State employees under Stat e
Department of Personnel Administration rules .
33.Payment Terms .The City's payment terms are 30 days from the receipt of an original invoice an d
acceptance by the City of the materials, supplies, equipment or services provided by the Consultan t
(Net 30). The Consultant shall pay all sub-consultants ; within 10 calendar days from receipt of eac h
payment made to the Consultant by the City .
34.Resolution of Disputes .Any dispute, other than audit, concerning a question of fact arising under
this contract that is not disposed of by agreement shall be decided by a committee consisting of th e
City's Project Manager and the City Director of Public Works, who may consider written or verbal
information submitted by the Consultant . Not later than thirty days after completion of al l
deliverables necessary to complete the plans, specifications and estimate, the Consultant may reques t
review by the City Council of unresolved claims or ;disputes, other than audit,in accordance wit h
Chapter 1 .20 Appeals Procedure of the Municipal Code .
Any dispute concerning a question of fact arising under an audit of this contract that is not dispose d
of by agreement, shall be reviewed by the City's Chief Fiscal Officer. Not later than 30 days afte r
issuance of the final audit report, the Consultant may request a review by the City's Chief Fisca l
Officer of unresolved audit issues . The request for review must be submitted in writing .
Neither the pendency of a dispute, nor its consideration by the City will excuse the consultant fro m
full and timely performance in accordance with the terms of this contract .
35.Agreement Parties .
City :Carrie Mattingly Consultant :
City of San Luis Obispo
879 Morro Street
San Luis Obispo, CA 93401
-16
C4-21
City of San Luis Obisp o
Specification No . 91063
All written notices to the parties hereto shall be sent by United States mail, postage prepaid b y
registered or certified mail addressed as shown above .
36.Incorporation by Reference .City Request for Proposal Specification No . 91063 and Consultant's
proposal dated , 2012, are hereby incorporated in and made a part of this Agreement .
37.Amendments .Any amendment, modification or variation from the terms of this Agreement shall b e
in writing and shall be effective only upon approval by the City Engineer . If, at any time during th e
project, the consultant is directed to do work by persons other than the City Project Manager and th e
Consultant believes that the work is outside of the scope of the original contract, the Consultant shal l
inform the Project Manager immediately . If the Project Manager and Consultant both agree that th e
work is outside of the project scope and is necessary to the successful completion of the project, the n
a fee will be established for such work based on Consultant's hourly billing rates or a lump sum pric e
agreed upon between the City and the Consultant . Any extra work performed by Consultant without
prior written approval from the City Project Manager shall be at Consultant's own expense .
38.Complete Agreement .This written agreement, including all writings specifically incorporate d
herein by reference, shall constitute the complete agreement between the parties hereto . No ora l
agreement, understanding or representation not reduced to writing and specifically incorporate d
herein shall be of any force or effect, nor shall any such oral agreement, understanding o r
representation be binding upon the parties hereto . For and in consideration of the payments an d
agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with Cit y
to do everything required by this Agreement, the said specification and incorporated documents .
Failure by the Consultant to carry out the requirements of this Agreement is a material breach of thi s
agreement which may result in the termination of this Agreement or such other remedy as the Cit y
deems appropriate .
Authority to Execute Agreement .Both City and Consultant do covenant that each individual executin g
this agreement on behalf of each party is a person duly authorized and empowered to execute Agreement s
for such party .
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and yea r
first above written .
CITY OF SAN LUIS OBISPO :
Katie Lichtig, City Manager
Elaina Cano, City Clerk
APPROVED AS TO FORM :
CONSULTANT :
ChristineDietrick, City Attorney
By :
-17 -
C4-22'
City of San Luis Obispo
Specification No. 91063
Section E
INSURANCE REQUIREMENTS : Consultant Service s
The Contractor shall procure and maintain for the duration of the contract insurance against claims fo r
injuries to persons or damages to property which may arise from or in connection with the performance o f
the work hereunder by the Contractor, its agents, representatives, employees,or subcontractors .
Minimum Scope of Insurance .Coverage shall be at least as broad as :
Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001).
2.Insurance Services Office form number CA 0001 (Ed . 1/87) covering Automobile Liability, code 1
(any auto).
3.Workers' Compensation insurance as required by the State of California and Employer's Liabilit y
Insurance .
4 . Errors and Omissions Liability insurance as appropriate to the consultant's profession .
Minimum Limits of Insurance .Contractor shall maintain limits no less than :
1.General Liability : $1,000,000 per occurrence for bodily ;injury, personal injury and property damage .
If Commercial General Liability or other form with a general aggregate limit is used, either th e
general aggregate limit shall apply separately to this project/location or the general aggregate limi t
shall be twice the required occurrence limit .
I
2.Automobile Liability : $1,000,000 per accident for bodily injury and property damage .
3.Employer's Liability : $1,000,000 per accident for bodily( injury or disease .
4.Errors and Omissions Liability : $1,000,000 per occurrence .
Deductibles and Self-Insured Retentions .Any deductibles or self-insured retentions must be declared t o
and approved by the City . At the option of the City, either : the insurer shall reduce or eliminate suc h
deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers ;
or the Contractor shall procure a bond guaranteeing payment of losses and related investigations,clai m
administration and defense expenses .
Other Insurance Provisions .The general liability and automobile liability policies are to contain, or b e
endorsed to contain, the following provisions :
1.The City, its officers, officials, employees, agents and volunteers are to be covered as insureds a s
respects : liability arising out of activities performed by or on behalf of the Contractor ; products and
completed operations of the Contractor ; premises owned, occupied or used by the Contractor ; or
automobiles owned, leased, hired or borrowed by the Contractor . The coverage shall contain n o
special limitations on the scope of protection afforded to the City, its officers, official, employees ,
agents or volunteers .
2.For any claims related to this project, the Contractor's insurance coverage shall be primary insuranc e
as respects the City, its officers, officials, employee's, agents and volunteers . Any insurance or self-
insurance maintained by the City, its officers, officials, employees, agents or volunteers shall b e
excess of the Contractor's insurance and shall not contribute with it .
3.The Contractor's insurance shall apply separately to !each insured against whom claim is made or sui t
is brought, except with respect to the limits of the insurer's liability .
4.Each insurance policy required by this clause shall be endorsed to state that coverage shall not b e
suspended, voided, canceled by either party,reduced in coverage or in limits except after thirty (30 )
days' prior written notice by certified mail, return receipt requested, has been given to the City .
-18-'
C4-23
City of San Luis Obispo
Specification No . 91063
Acceptability of Insurers .Insurance is to be placed with insurers with a current A .M . Best's rating of no
less than A :VII .
Verification of Coverage .Contractor shall furnish the City with a certificate of insurance showin g
maintenance of the required insurance coverage . Original endorsements effecting general liability an d
automobile liability coverage required by this clause must also be provided . The endorsements are to be
signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be
received and approved by the City before work commences .
-19 -
C4 - 24
City of San Luis Obispo
Specification No . 91063
Section F
PROPOSAL SUBMITTAL FORM S
Ft ACKNOWLEDGEMEN T
The undersigned declares that she or he has carefully examined Specification No . 91063, which
is hereby made a part of this proposal is thoroughly familiar with its contents is authorized t o
represent the proposing firm ; and agrees to perform the specified work for the following cos t
quoted in full :
DESCRIPTION COST
SCADA Upgrade Integration Services
TASK 1 : Project Kickoff Meeting and Stakeholder Workshops $
TASK 2 : Project Coordination $
TASK 3: Proficy iFix Database Tag Creation $
TASK 4 : Fix32 Screen Conversion to Proficy iFix - WWC SCADA System $
TASK 5 :Fix32 Screen Conversion to Proficy iFix - WRF SCADA System $
TASK 6 :Commissioning Plan/Procedures $
TASK 7 : Win911 Alarm Notification Configuration $
TASK 8 :Proficy and Win9l 1 Software Testing, Installatlion and Setup $
TASK 9 :Onsite Installation & Setup $
TASK 10 :System Documentation $
TASK 11 : Training $
TOTAL $
Firm Name and Address
Signature ofAuthorized Representative
Date
PhoneContact
-20 -
C4 -2 5
City of San Luis Obisp o
Specification No . 91063
F2.INSURANCE CERTIFICAT E
q
Certificate of insurance attache d
Insurance Company's A .M . Best Ratin g
F3.REFERENCE S
Number of years engaged in providing the services included within the scope of the specifications unde r
the present business name :
Describe fully the last three contracts performed by your firm that demonstrate your ability to provide th e
services included with the scope of the specifications . Attach additional pages if required . The City
reserves the right to contact each of the references listed for additional information regarding your firm's
qualifications .
Reference No .1
Customer Nam e
Contact Individua l
Telephone & FAX number
Street Addres s
City, State, Zip Cod e
Description of services provide d
including contract amount, whe n
provided and project outcome
Reference No . 2
Customer Nam e
Contact Individua l
Telephone & FAX number
Street Address
City, State, Zip Cod e
Description of services provide d
including contract amount, whe n
provided and project outcom e
-21 -
C4-26
City of San Luis Obispo
Specification No. 91063
Reference No .3
Customer Nam e
Contact Individua l
Telephone & FAX numbe r
Street Addres s
City, State, Zip Cod e
Description of services provided
including contract amount, whe n
provided and project outcome
F4 . STATEMENT OF PAST CONTRACT £ ISQUALIf (CATION S
The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it ,
has ever been disqualified, removed, or otherwise prevent4l from proposal on, or completing a federal ,
state, or local government project because of the violation of law, a safety regulation, or for any othe r
reason, including but not limited to financial difficulties, project delays, or disputes regarding work o r
product quality, and if so to explain the circumstances .
Do you have any disqualification as described in the above paragraph to declare ?
Yes q No q
■Ifyes, explain the circumstances .
Executed on at under penalty
of perjury of the laws of the State of California, that the foregoing is true and correct .
Signature of Authorized Proposer Representative
-22 -C4‘- 2 7
City of San Luis Obisp o
Specification No . 91063
PROPOSERS LIS T
SCADA Upgrade Integration Services - Specification No . 91063
Gene Heyer
Tesco Controls, Inc .
3409 52 ''d Avenue
Sacramento, CA 95823-901 2
Amando Garza
Carollo Engineer s
7580 N . Ingram Avenue, Suite 11 2
Fresno, CA 9371 1
Delta Systems Engineerin g
16 Technology, Suite 100
Irvine, California 9261 8
Shane Keho e
Gexpro
31285 San Clemente Stree t
Hayward, CA 94544
Tom Niebanc k
Emerson Process Management
1609 South Grove Ave ., Ste 106
Ontario, CA 91761
Frank Potte r
FM Controls,LL C
10278 Fareway Ave .
Hanford, CA 9323 0
Matt Barone
South Coast Systems, Inc .
2110 E . First St ., Suite 11 0
Santa Ana, CA 92705-407 5
Phil Gaberdie l
Westin Engineerin g
300 E . Magnolia Boulevard, Suite 50 3
Burbank,CA 91502
Efrem Sorki n
AECOM
1220 Avenida Acas o
Camarillo, CA 93012-875 0
Jon Hanlon
AECO M
1194 Pacific Street,Suite 20 4
San Luis Obispo, CA 93401