HomeMy WebLinkAbout01-05-2016 Item 06 - Emerson Processing - Maintenance and Support Contract Extension
Meeting Date: 1/5/2016
FROM: Derek Johnson, Interim Finance & Information Technology Director
Prepared By: Steve Schmidt, Information Technology Manager
SUBJECT: EMERSON PROCESSING – MAINTENANCE AND SUPPORT CONTRACT
EXTENSION
RECOMMENDATION
Approve an extension of a maintenance and support contract agreement with Emerson Process
Management for two years in the amount of $64,050 and authorize the Mayor to execute the
agreement.
Background
The Utilities Department utilizes complex, computerized supervisory control and data
acquisition systems (SCADA) to operate and monitor processes in the water and wastewater
treatment plants, water distribution systems and wastewater collection systems. SCADA is used
to control the pumps and water tank levels for water distribution and controls the sewage lift
stations in the wastewater collection system as well as critical processes at both the water
treatment plant and the wastewater reclamation facilities.
The system was installed by City staff beginning in the late 1980's utilizing Bristol Babcock
equipment which is provided and serviced exclusively by Emerson Processing. The Utilities
Department depends upon this equipment to meet State mandated requirements of its critical
complex systems.
The proposed two-year maintenance agreement extension (Attachment A) will provide on-going
maintenance for all Bristol Babcock equipment as well as scheduled and non-scheduled technical
support. It also provides discounted labor rates for any additional services not falling under the
scope of the agreement.
Emerson Process Management is the sole provider of maintenance services and support for
Bristol Babcock SCADA equipment, which is currently in use throughout the Utilities
Department and has been for many years. As such, Emerson is very familiar with the City’s
complex SCADA system.
6
Packet Pg. 14
Future SCADA Upgrade
Shortly, the Utilities Department will be seeking Council approval to release a Request for
Proposals (RFP) to begin the process of upgrading the City’s aging SCADA systems in the
Water Reclamation Facility, Water Distribution System and Whale Rock Reservoir. This project
was included in the CIP for 2015-2016. These will be phased projects, which will begin next
year. This project as well as future projects will ultimately replace all of the remaining
proprietary Bristol Babcock equipment with an open architecture system which can be serviced
by several vendors through a competitively bid process.
CONCURRENCES
The Utilities Department staff has reviewed this report and concurs with the recommendation.
FISCAL IMPACT
Total cost for this two year maintenance agreement is $64,050 (Attachment B). Funding is
available in the Network Services contract services operating budget 25300-7227, as shown in
the graph below. The remaining funds will be used to fund emergency support that falls outside
the agreement.
Funding Source Amount
Network Services–Emerson Maintenance Contract
Services Account #25300-7227
$68,400
Emerson Process Management Solutions Inc.
two-year SCADA agreement
$64,050
Balance $4,350
ALTERNATIVES
Issue an RFP for SCADA maintenance services. This is not recommended. At the present
time, Emerson Processing is the only vendor that can provide services to the City’s Bristol
Babcock proprietary equipment.
Attachments:
a a - Emerson Process Proposal
b b - Agreement - Emerson Process Management
6
Packet Pg. 15
Support and Services Contract Page 1 of 10 Offer No: WAM15080626R1
August 19, 2015
Steve Schmidt
City of San Luis Obispo
990 Palm Street
San Luis Obispo, CA 93401-3249
Subject: 2015 – 2017 Software Support and Services Agreement Renewal
Emerson Process Management Power & Water Solutions, Inc.
Offer No. WAM15080626R1
Dear Mr. Jones,
Emerson Process Management Power & Water Solutions, Inc. is pleased to submit this offer to
City of San Luis Obispo for 2015 - 2017 Software Support and Services. The agreement will cover
the period November 01, 2015 to October 31, 2017 and is subject to attached Support and
Services Agreement.
If you have any questions or require additional information please contact Cathi Bradley at 760-
405-7431.
Sincerely,
Josue Salazar /Cathi Bradley
Emerson Process Management
Power & Water Solutions, Inc.
Attachments: Emerson Hardware and Software Support and Services Agreement for City of San Luis
Obispo
Emerson Process Management
Power & Water Solutions, Inc.
200 Beta Drive
Pittsburgh, PA 15238
6.a
Packet Pg. 16
At
t
a
c
h
m
e
n
t
:
a
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
P
r
o
p
o
s
a
l
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Support and Services Contract Page 2 of 10 Offer No: WAM15080626R1
Software Support and Services Contract
This Contract, entered into as of this 1st day of November, 2015 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”).
WITNESSETH
In consideration of the premises, the parties hereto agree as
follows:
I. Scope of Work
Emerson will sell to the Purchaser and Purchaser will buy
from Emerson the Software Support and/or Services as set
forth in Emerson’s offer WAM15080626R1 dated August
19, 2015, and Schedule A (attached hereto).
II Definitions
“Software Support” is defined as assistance rendered to the
Purchaser’s personnel in the installation, configuration or
operation of the Software, via telephone, email, fax or
other electronic services.
“Updates” copies of new releases, upgrades and patches to
The Software which are released by Emerson during the
period covered by this Contract.
“The Software” the software that is licensed to the
Purchaser at the commencement of this Contract. A list of
The Software covered by this Contract is attached as
Schedule A.
“On Site Software Support” services beyond Software
Support that require the presence of Emerson personnel at
the Purchaser’s location.
“Equipment” The equipment covered by this Contract as
set forth in Schedule A.
“Services” The services including maintenance services
covered by this Contract as set forth in Schedule A.
“Commencement Date” The date this Contract is entered
into as set forth above or the date Emerson accepts a
purchase order for the work to be performed under this
Contract.
III. Price
The Contract price is $64,050.00.
IV. Terms of Payment
Emerson shall invoice Purchaser for installment Contract
price within thirty (30) days from the date of this Contract.
For subsequent years, the invoices for annual payments
will be issued on the Contract renewal date. Payment(s)
is/are due and payable net thirty (30) days from the date of
each invoice.
In the event “On Site Software Support” or onsite
Services are not included in the Contract price then the
price shall be agreed upon either before the work is
performed, or if performed on a time and material basis, in
accordance with Emerson’s current published price policy
in effect, plus travel and living expenses. Emerson will
invoice the Purchaser for the labor and material as
required.
When Service is provided on a per diem basis, invoices
shall be rendered upon completion of the Services and
payment of per diem charges, plus travel and living
expenses shall be due net thirty (30) days from the date of
invoice at the price in effect when the services are
provided.
V. Termination
The initial term of this Contract shall be for one (1) year
from the Commencement Date. Thereafter, this Contract
can be renewed through Emerson. Such renewals must be
in place thirty (30) days prior to the expiration date of this
Contract to ensure continuous maintenance support
without lapse. Within sixty (60) days prior to the above
date(s) Emerson will provide a price for the extension of
the Contract including any revisions to the Software and/or
Equipment list.
This Contract may be terminated for convenience by either
party, provided thirty (30) days advance written notice of
termination is given and upon payment to Emerson of
reasonable and proper termination charges, including but
not limited to all costs identified in this Contract which
have been incurred up to the date of notice of termination.
Payment shall be made within thirty (30) days from date of
invoice.
This Contract may be terminated by Emerson upon written
notice if it determines that Purchaser changes, additions,
deletions, or misuse or misapplication of the Equipment
have degraded the performance of the specified Equipment
or Software.
In the event Purchaser or Emerson commits a material
breach of its undertaking so as to prevent completion of
this Contract and thereafter fails on not less than thirty (30)
days written notice to take steps to remedy such breach,
the other party may, by written notice, terminate this
Contract and recoveries of Purchaser and Emerson shall be
determined by mutual agreement.
6.a
Packet Pg. 17
At
t
a
c
h
m
e
n
t
:
a
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
P
r
o
p
o
s
a
l
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Support and Services Contract Page 3 of 10 Offer No: WAM15080626R1
In the event that the Purchaser’s equipment or software is
altered, modified, changed, or, if any equipment or
software is added or deleted, or moved within the
premises, this Contract may be modified or terminated at
Emerson’s option. If, at any time, any such changes or
attachments create a safety hazard, or interfere with the
normal and satisfactory operation or maintenance of the
Equipment, Emerson may, upon written notice to the
Purchaser, require that such safety hazard or interference
be promptly corrected at the Purchaser’s expense.
Emerson’s continued maintenance of the Equipment
and/or Software, which has been changed or, to which
attachments have been made, does not constitute an
approval of the change or attachment and at Emerson’s
option may be removed from the Equipment or Software
listed in Schedule “A.”
VI. Taxes
The price does not include any federal, state, or local
property, license, privilege, sales, use, import duties,
tariffs, fees, imposts, excise, turnover, added value, gross
receipt, gross wages or similar taxes now or hereafter
applicable in any manner to this transaction. Purchaser
agrees to reimburse Emerson for any such taxes which
Emerson is required to pay upon submission of Emerson
invoice.
VII. Force Majeure
Emerson will not be liable for failure or delay in
performance resulting from any cause beyond its
reasonable control and for acts of God, the act or failure to
act of Purchaser’s customer, or other contractors. In the
event of such delay, the time for performance/delivery will
be extended by a period of time reasonably necessary to
overcome the effect of the delay.
VIII. Warranties
1. Software Support
Emerson warrants to the Purchaser that the disk(s)
on which the Updates are recorded is (are) free
from defects in materials and workmanship under
normal use and service for a period of ninety days
from date of delivery. The Updates and any
accompanying written materials (including
instructions for use) are provided "as is" without
warranty of any kind. Further, Emerson does not
warrant, guarantee, or make any representations
regarding the use, or the results of the use, of the
Updates, The Software, or written materials. The
entire risk as to the results and performance of
Updates and The Software is assumed by the
Purchaser. Unless stated otherwise herein, third
party software/ equipment shall be warranted and
remedied on a pass through basis in the same
manner and for the same period and extent
provided by the original software/ equipment
manufacturer.
Unless otherwise provided within this Contract,
there is no warranty of any kind included
hereunder with respect to The Software.
Applications software programs not provided by
Emerson are not covered under this warranty.
Problems related to applications software
programs provided by Emerson, including, but
not limited to, problems caused by operator errors
or lack of security procedures, virus related
problems, unqualified file deletions or
modifications, or lack of proper observance of
system backup file maintenance are not covered
under the warranty scope.
If this Contract includes On Site Software
Support Services, Emerson warrants that the
Services provided will reflect competent
knowledge and judgment.
The warranty period shall expire twelve (12)
months from completion of the Service. In the
case of a nonconformity in the warranty set forth
herein above, and if Emerson is notified in
writing of such nonconformity during the
applicable warranty period, it shall be corrected
by performance of the nonconforming portion of
the Service. If such remedies are impracticable,
Emerson may refund the purchase price for the
nonconforming Service.
2. Equipment and Services
Emerson warrants that during the term of this
Contract, the Equipment listed in Schedule “A”
will be free from defects in materials or
workmanship under normal use and care and
Services provided under this Contract will be
performed by trained personnel using proper
equipment and instrumentation as applicable for
the particular Service provided.
If Purchaser discovers any such warranty
defect(s) and such defect(s) is/are covered under
the provisions established in Schedule ”A”,
purchaser may notify Emerson of the alleged
defect(s) during the term of this Contract or the
applicable warranty period as set forth below,
Emerson shall, at its option, correct any errors
that are found by Emerson in the Services or
repair or replace F.O.B. point of manufacture that
portion of the Equipment found by Emerson to be
defective.
Equipment repaired or replaced by Emerson
pursuant to this Contract is warranted for a period
extending to the end of the term of this Contract
or for ninety (90) days from the date of delivery
of repaired or replaced Equipment, whichever is
longer. Any Service provided pursuant to this
6.a
Packet Pg. 18
At
t
a
c
h
m
e
n
t
:
a
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
P
r
o
p
o
s
a
l
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Support and Services Contract Page 4 of 10 Offer No: WAM15080626R1
Contract is warranted to the end of the term of
this Contract or for ninety (90) days from
completion the Service, whichever is longer.
All replacements or repairs necessitated by any
causes not the fault of Emerson, including but not
limited to, unsuitable power sources or
environmental conditions, lightning, fire, flood,
earthquakes, vandalism, accident, or misuse,
improper installation, unauthorized modification
or repair, or improper storage or handling by
Purchaser or any third party, are not covered by
this warranty, and shall be at the Purchaser’s
expense. Emerson shall not be obligated to pay
any costs or charges incurred by the Purchaser or
any other party except as may be agreed upon in
writing in advance by Emerson.
Materials and/or Services required due to actual
environmental or process conditions beyond the
specifications of the Equipment performance
capabilities are not part of the warranty scope.
Emerson will invoice for Services provided per
the Purchaser’s request, which are beyond the
scope of warranty coverage hereunder using its
then-current pricing policy. Payments for such
invoices shall be made within thirty days of
rendering of such Services and expenses.
Materials and/or Services required for system changes and
additional training are not part of the scope of the warranty
services. THE WARRANTIES SET FORTH IN THIS
CONTRACT ARE EXCLUSIVE AND IN LIEU OF ALL
OTHER WARRANTIES WHETHER STATUTORY,
EXPRESS OR IMPLIED (INCLUDING ALL
WARRANTIES OF MERCHANTABILITY AND
FITNESS FOR PARTICULAR PURPOSE AND ALL
WARRANTIES ARISING FROM COURSE OF
DEALING OR USAGE OF TRADE). THE REMEDIES
SET FORTH, FOR THE TIME AND IN THE MANNER
PROVIDED ABOVE, SHALL BE PURCHASER’S
EXCLUSIVE REMEDIES FOR FAILURE OF
EMERSON TO MEET ITS WARRANTY
OBLIGATIONS, WHETHER BASED IN CONTRACT,
IN TORT (INCLUDING NEGLIGENCE OR STRICT
LIABILITY), OR OTHERWISE.
IX. Limitation of Liability
EMERSON SHALL NOT BE LIABLE FOR DAMAGES
CAUSED BY DELAY IN PERFORMANCE. EMERSON
SHALL NOT BE LIABLE FOR FAILURES, REPAIRS
OR DOWN TIME ON OR CAUSED BY EQUIPMENT
OR SOFTWARE COVERED IN THIS CONTRACT.
THE REMEDIES SET FORTH IN THIS CONTRACT
ARE EXCLUSIVE AND UNDER NO THEORY OF
RECOVERY, WHETHER BASED IN CONTRACT, IN
TORT (INCLUDING NEGLIGENCE AND STRICT
LIABILITY), UNDER WARRANTY OR OTHERWISE
WILL EITHER EMERSON OR ITS SUPPLIERS OF
ANY TIER: (A) BE LIABLE FOR ANY INDIRECT,
INCIDENTIAL OR CONSEQUENTIAL DAMAGE
WHATSOEVER; DAMAGE TO OR LOSS OF
PROPERTY OR EQUIPMENT; LOSS OF PROFITS OR
REVENUE; LOSS OF USE OF PURCHASER’S
PROPERTY, EQUIPMENT OR POWER SYSTEM;
INCREASED COSTS OF ANY KIND, INCLUDING
BUT NOT LIMITED TO CAPITAL COST, FUEL COST
OR CLAIMS OF CUSTOMERS OF PURCHASER; AND
(B) BE LIABLE FOR AN AGGREGATE LIABILITY
EXCEEDING THE TOTAL PRICE PAID TO EMERSON
UNDER THIS CONTRACT. THIS ARTICLE SHALL
PREVAIL OVER ANY PROVISIONS IN THIS
CONTRACT.
X. Governing Law
This Contract shall be governed by the laws of the State of
Missouri, without regard to its choice or conflict of law.
XI. Survival
The Limitation of Liability and Intellectual Property
Rights provisions shall survive termination, expiration or
cancellation of this Contract or the purchase order to which
these terms and conditions apply. No amendment,
modification or alteration of these terms and conditions
shall be binding unless the same shall be in writing and
duly executed by the parties. If any term or condition is
under any circumstances deemed invalid, the remaining
terms and conditions shall be construed with the invalid
provision(s) deleted.
XII. Intellectual Property Rights/ Software License
Emerson retains for itself all of its intellectual property
rights in and to any Emerson product, software and
supporting documentation furnished hereunder.
The Updates and The Software are only licensed for
installation on that equipment on which The Software was
installed at the commencement of this Contract. Updates
may be transmitted to the Purchaser via email, on physical
media or downloaded from Emerson’s web site, at the
discretion of Emerson. The Purchaser is responsible for the
installation of all Updates supplied under this Contract.
The Updates are subject to the terms and conditions set
forth in Emerson’s applicable standard software license
agreements for The Software. Any Updates and other
information provided by Emerson under this Contract are
considered standard offerings of Emerson, and Emerson
and/or any applicable third party supplier to Emerson shall
retain all rights of ownership in their respective products
included in such Updates or other information.
Notwithstanding any other provisions herein to the
contrary, Emerson or applicable third party owner shall
retain all exclusive rights, interest and title to its respective
firmware, The Software and Updates. Purchaser’s use of
the firmware, Updates and The Software shall be governed
exclusively by Emerson’s and/or third party o wner’s
applicable license terms.
6.a
Packet Pg. 19
At
t
a
c
h
m
e
n
t
:
a
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
P
r
o
p
o
s
a
l
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Support and Services Contract Page 5 of 10 Offer No: WAM15080626R1
Information marked proprietary shall be disclosed in
confidence on a need to know basis on the condition that it
is not to be reproduced, copied or used for any other
purpose than the purpose for which it is provided and shall
not be disclosed to third parties without the written consent
of Emerson.
XIII. Changes to Supply
In the event the Purchaser or Emerson request changes in
the scope of supply, Emerson shall notify Purchaser of the
effect on price, delivery, warranty, equipment performance
or any other obligations assumed by Emerson under this
Contract. Emerson will initiate work on any such changes
upon receipt of an acceptable written change order.
All change orders shall indicate the adjustment to the
Emerson scope of supply, the contract price and other
relevant terms and conditions of the Contract.
XIV. Facilities and Access to Equipment
If this Contract includes Services to be performed on
Purchaser’s site, the Purchaser will furnish at no cost to
Emerson suitable working space, storage space, adequate
telephone, light, ventilation, regulated electric power, and
outlets for testing purposes. These facilities will be within
a reasonable distance from the Equipment covered by this
Contract. Emerson shall have full and free access to
Emerson-provided Equipment in order to provide the on-
site Services provided under this Contract. Purchaser will
identify person(s) who will interface with Emerson under
the terms of this Contract. Any maintenance or repair
services performed on the Emerson-provided Equipment
by unauthorized personnel resulting in additional material
or corrective support service requirements by Emerson will
be invoiced at applicable time and material rates and
conditions of service then in effect.
XV. Emerson Personnel
Emerson reserves the right to determine the qualifications
of and the source of Emerson personnel required to fulfill
its obligations under this Contract. Emerson personnel
used to fulfill its obligations under this agreement shall be
familiar with the Purchaser’s equipment and facilities and
will be mutually agreed. Unless agreed upon otherwise,
the Parties agree that the Purchaser may not hire a
Emerson Field Service Engineer/Technician for two years
following termination of this Contract.
XVI. Exclusions
Excluded from these contracts are obsolete software
application programs and parts or as otherwise stipulated
in Schedule “A” hereunder.
XVII. Scope Changes
All Emerson services or equipment requested by Purchaser
that are not within the scope of this Contract shall be
reimbursed by Purchaser in accordance with the then
current Emerson published rates including, if applicable,
travel and living expenses.
XVII. Assignment Clause
Neither Emerson nor Purchaser may assign this Contract in
whole or in part without the prior written consent of the
other Party.
XIX. Entire Agreement
This Contract, including the documents incorporated by
reference herein and attachments hereto constitute the
entire agreement between the parties. The terms hereof
may not be modified or amended except in writing signed
by the authorized representative of both Purchaser and
Emerson.
6.a
Packet Pg. 20
At
t
a
c
h
m
e
n
t
:
a
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
P
r
o
p
o
s
a
l
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Support and Services Contract Page 6 of 10 Offer No: WAM15080626R1
IN WITNESS WHEREOF, the parties hereto have executed this Contract 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 Offer # WAM15080626R1 dated August 19, 2015
2. Schedule A
6.a
Packet Pg. 21
At
t
a
c
h
m
e
n
t
:
a
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
P
r
o
p
o
s
a
l
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Support and Services Contract Page 7 of 10 Offer No: WAM15080626R1
SCHEDULE “A”
Hardware & Software 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
6.a
Packet Pg. 22
At
t
a
c
h
m
e
n
t
:
a
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
P
r
o
p
o
s
a
l
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Support and Services Contract Page 8 of 10 Offer No: WAM15080626R1
Hard ware
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
Software
Item Description QTY Location Area Status
1 Network Edition 1 Water Reclamation - Active
2 Workbench 1 Water Reclamation - Active
3 Network Edition 1 Water Distribution - Active
4 Workbench 1 Water Distribution - Active
5 Network Edition 4 Wastewater Collection - Active
6 Workbench 4 Wastewater Collection - Active
7 OPC Server – Replaced with
Object server 2 Wastewater Collection - Active
8 Network Edition 2 Water Treatment Plant - Active
9 Workbench 2 Water Treatment Plant - Active
10 OPC Server – Replaced with
Object server 2 Water Treatment Plant -
Active
1. Scope
a. Emerson will provide Services for the Equipment listed in this Schedule “A” in accordance with the
clauses set forth in this Contract.
2. Software Support
a. Emerson shall provide Software Updates which are release by Emerson during the period covered by this
agreement. Such updates are only licensed for installation on that equipment on which Software was
6.a
Packet Pg. 23
At
t
a
c
h
m
e
n
t
:
a
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
P
r
o
p
o
s
a
l
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Support and Services Contract Page 9 of 10 Offer No: WAM15080626R1
installed at the commencement of this agreement. Updates will be transmitted to the customer via email,
physical media or downloaded from Emerson web site. The customer is responsible for installation of all
updates supplied under this agreement.
3. 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 five (5) 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.
4. 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.
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 modification s requested
by the Purchaser, or maintenance services or parts required to maintain accessories, attachments, machines
or devices not listed in Schedule “A”.
d. For equipment that is discontinued or obsolete, the maintenance support will be on a reasonable effort basis
and any resulting unserviceable discontinued/obsolete hardware is excluded from this agreement .
e. For equipment not manufactured by Emerson (and listed in Schedule “A”), Emerson will provide
diagnostic support services. Any repair and replacement of equipment manufactured by others is not
included hereunder.
f. 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 incl uded under this
Contract.
6.a
Packet Pg. 24
At
t
a
c
h
m
e
n
t
:
a
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
P
r
o
p
o
s
a
l
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Support and Services Contract Page 10 of 10 Offer No: WAM15080626R1
5. 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 mut ually
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) $ 157.00
Service Engineer – Overtime (hour) $ 303.00
Service Engineer - Sunday & Holiday (hour) $ 377.00
Travel Time (hour) $ 131.00
Mileage (mile) $ 0.63
Expenses Cost + 10%
6.a
Packet Pg. 25
At
t
a
c
h
m
e
n
t
:
a
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
P
r
o
p
o
s
a
l
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
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 POWER AND WATER SOLUTIONS, INC,. a Delaware corporation, hereinafter
referred to as Contractor.
W I T N E S S E T H:
WHEREAS, on the City wants SCADA Maintenance and Support Services; 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 $64,050.
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 Attachment A (Contractor’s Proposal and Schedule A) attached hereto
and incorporated into this Agreement by reference. Contractor further agrees to the contract and
performance terms as set forth in Attachment 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 s pecifically
incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or
representation be binding upon the parties hereto.
6.b
Packet Pg. 26
At
t
a
c
h
m
e
n
t
:
b
-
A
g
r
e
e
m
e
n
t
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
M
a
n
a
g
e
m
e
n
t
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Page 2
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
Contractor Emerson Process Management Power and
Water Solutions, Inc.
Attn: Mr. Kyle Tracy
200 Beta Drive
Pittsburgh, PA 15238
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 Power and
Water Solutions, Inc.
6.b
Packet Pg. 27
At
t
a
c
h
m
e
n
t
:
b
-
A
g
r
e
e
m
e
n
t
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
M
a
n
a
g
e
m
e
n
t
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Page 3
City of San Luis Obispo – General Terms and Conditions
1. Business Tax. The Contractor must have a valid City of San Luis Obispo business tax
certificate before execution of the contract. Additional information regarding the City's
business tax program may be obtained by calling (805) 781-7134.
2. Ability to Perform. The Contractor warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and licenses necessary to
carry out and complete the work hereunder in compliance with any and all federal, state,
county, city, and special district laws, ordinances, and regulations.
3. Laws to be Observed. The Contractor shall keep itself fully informed of and 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.
4. Payment of Taxes. The contract prices shall include full compensation for all taxes that
the Contractor is required to pay.
5. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all
charges and fees, and give all notices necessary.
6. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining
to safety established by OSHA and the California Division of Industrial Safety.
7. Public and Employee Safety. Whenever the Contractor's operations create a condition
hazardous to the public or City employees, it shall, at its expense and without cost to the
City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs
and other devices and take such other protective measures as are necessary to prevent
accidents or damage or injury to the public and employees.
8. Preservation of City Property. The Contractor 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 Contractor's operations, it shall be
replaced or restored at the Contractor's expense. The facilities shall be replaced or
restored to a condition as good as when the Contractor began work.
9. Immigration Act of 1986. The Contractor warrants on behalf of itself and all sub-
Contractors engaged for the performance of this work that only persons authorized to
work in the United States pursuant to the Immigration Reform and Control Act of 1986
and other applicable laws shall be employed in the performance of the work hereunder.
10. Contractor Non-Discrimination. In the performance of this work, the Contractor
agrees that it will not engage in, nor permit such sub- Contractors as it may employ, to
engage in discrimination in employment of persons because of age, race, color, sex,
national origin or ancestry, sexual orientation, or religion of such persons.
11. Work Delays. Should the Contractor be obstructed or delayed in the work required to be
done 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 completion may, at the City's sole option, be
extended for such periods as may be agreed upon by the City and the Contractor.
12. Payment Terms. The City's payment terms are 30 days from the receipt of an original
6.b
Packet Pg. 28
At
t
a
c
h
m
e
n
t
:
b
-
A
g
r
e
e
m
e
n
t
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
M
a
n
a
g
e
m
e
n
t
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Page 4
invoice and acceptance by the City of the materials, supplies, equipment or services
provided by the Contractor (Net 30).
13. Inspection. The Contractor shall furnish City with every reasonable opportunity for City
to ascertain that the services of the Contractor are being performed in accordance with the
requirements and intentions of this contract. All work done and all materials furnished, if
any, shall be subject to the City's inspection and approval. The inspection of such work
shall not relieve Contractor of any of its obligations to fulfill its contract requirements.
14. Audit. The City shall have the option of inspecting and/or auditing all records and other
written materials used by Contractor in preparing its invoices to City as a condition
precedent to any payment to Contractor.
15. Interests of Contractor. The Contractor 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 work hereunder. The Contractor further
covenants that, in the performance of this work, no sub-Contractor or person having such
an interest shall be employed. The Contractor 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 Contractor
shall at all times be deemed an independent Contractor and not an agent or employee of
the City.
16. Indemnification for Professional Liability. To the fullest extent permitted by law, the
Contractor shall indemnify, protect, defend and hold harmless the 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 the negligence, recklessness, or willful
misconduct of the Contractor.
17. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise
dispose of the contract, or its right, title or interest, or its power to execute such a contract
to any individual or business entity of any kind without the previous written consent of
the City.
18. Termination. If, during the term of the contract, the City determines that the Contractor
is not faithfully abiding by any term or condition cont ained herein, the City may notify
the Contractor in writing of such defect or failure to perform. This notice must give the
Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work
or cure the deficiency.
If the Contractor has not performed the work or cured the deficiency within the ten days
specified in the notice, such shall constitute a breach of the contract and the City may
terminate the contract immediately by written notice to the Contractor to said effect.
Thereafter, neither party shall have any further duties, obligations, responsibilities, or
rights under the contract except, however, any and all obligations of the Contractor's
surety shall remain in full force and effect, and shall not be extinguished, reduced, or in
any manner waived by the termination thereof.
In said event, the Contractor shall be entitled to the reasonable value of its services
performed from the beginning date in which the breach occurs up to the day it received
the City's Notice of 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 task satisfactorily delivered or completed by the
6.b
Packet Pg. 29
At
t
a
c
h
m
e
n
t
:
b
-
A
g
r
e
e
m
e
n
t
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
M
a
n
a
g
e
m
e
n
t
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Page 5
Contractor as may be set forth in the Proposal; compensation for any other work, services
or goods performed or provided by the Contractor shall be based solely on the City's
assessment of the value of the work-in-progress in completing the overall workscope.
The City reserves the right to delay any such payment until completion or confirmed
abandonment of the project, as may be determined in the City's sole discretion, so as to
permit a full and complete accounting of costs. In no event, however, shall the
Contractor be entitled to receive in excess of the compensation quoted in its proposal.
19. Ownership of Materials. All original drawings, plan documents and other materials
prepared by or in possession of the Contractor as part of the work or services under these
specifications shall become the permanent property of the City, and shall be delivered to
the City upon demand.
20. Release of Reports and Information. Any reports, information, data, or other material
given to, prepared by or assembled by the Contractor as part of the work or services
under these specifications shall be the property of City and shall not be made available to
any individual or organization by the Contractor without the prior written approval of the
City.
21. Copies of Reports and Information. If the City requests additional copies of reports,
drawings, specifications, or any other material in addition to what the Contractor is
required to furnish in limited quantities as part of the work or services under these
specifications, the Contractor shall provide such additional copies as are requested, and
City shall compensate the Contractor for the costs of duplicating of such copies at the
Contractor's direct expense.
22. Required Deliverable Products. The Contractor will be required to provide:
2 hard copies of the draft or electronic copy (Adobe Acrobat format)
2 hard copies of the final project report, and 1 electronic copy (Acrobat Adobe format) of
the final report.
City staff will review any documents or materials provided by the Contractor and, where
necessary, the Contractor will be required to respond to staff comments and make such
changes as deemed appropriate.
Computer files must be on 3½", high-density, write-protected diskettes or CD’s formatted
for use on IBM-compatible systems. Each diskette must be clearly labeled and have a
printed copy of the directory. Alternatively, files may be emailed to the City.
23. 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
Engineer of the City.
24. Complete Agreement. These Purchase Order Conditions and Contractors proposal shall
constitute the complete agreement between the parties hereto. No oral agreement,
understanding or representation not reduced to writing and specifically incorporated
herein shall be of any force or effect, nor shall any such oral agreement, understanding or
representation be binding upon the parties hereto.
6.b
Packet Pg. 30
At
t
a
c
h
m
e
n
t
:
b
-
A
g
r
e
e
m
e
n
t
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
M
a
n
a
g
e
m
e
n
t
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Page 6
25. Insurance Requirements. The Contractor shall provide proof of insurance in the form,
coverages and amounts specified in these conditions as a precondition to contract
execution. The Contractor shall procure and maintain for the duration of the contract
insurance against claims for injuries to persons or damages to p roperty which may arise
from or in connection with the performance of the work hereunder by the Contractor, its
agents, representatives, employees or sub-Contractors.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG
20 10 Prior to 1993 or CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as
determined by the City).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobi le
Liability, code 1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's
Liability Insurance.
4. Errors and Omissions Liability insurance as appropriate to the Contractor'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 the general aggregate limit shall apply separately to this
project/location or the general aggregate limit shall be twice the required occurrence
limit.
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 to and approved by the City. At the option of the City, either: the insurer shall reduce or
eliminate such 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, claim administration and defense expenses.
Other Insurance Provisions. The general liability and automobile liability policies are to
contain, or be endorsed to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as
insureds as 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 no 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 insurance as respects the City, its officers, officials, employees, agents and
volunteers. Any insurance or self-insurance maintained by the City, its officers, officials,
employees, agents or volunteers shall be excess of the Contractor's insurance and shall
not contribute with it.
6.b
Packet Pg. 31
At
t
a
c
h
m
e
n
t
:
b
-
A
g
r
e
e
m
e
n
t
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
M
a
n
a
g
e
m
e
n
t
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Page 7
3. The Contractor's insurance shall apply separately to each insured against whom claim is
made or suit 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 be 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.
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
showing maintenance of the required insurance coverage. Original endorsements effecting
general liability and 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.
6.b
Packet Pg. 32
At
t
a
c
h
m
e
n
t
:
b
-
A
g
r
e
e
m
e
n
t
-
E
m
e
r
s
o
n
P
r
o
c
e
s
s
M
a
n
a
g
e
m
e
n
t
(
1
1
9
3
:
E
m
e
r
s
o
n
P
r
o
c
e
s
s
i
n
g
M
a
i
n
t
e
n
a
n
c
e
a
n
d
S
u
p
p
o
r
t
C
o
n
t
r
a
c
t
E
x
t
e
n
s
i
o
n
)
Page intentionally left
blank.