Loading...
01-297 Resolution No. 01-297 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH DEADLINE, INC. FOR WATER DEPARTMENT CONTROL SYSTEM MAINTENANCE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elginiwith Deadline, Inc. for water department control system maintenaice, a copy of which is attached hereto and made a part hereof by reference. s/ Ed Shock Ed Schoc , Mayor Presented: November 14, 2001 Adopted: November 14, 2001 Omnibus Vote : Yeas: 7 Nays : 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk I AGREEMENT : THIS AGREEMENT is made and ente ed into this day of ArOV1 ,;2- , 2001, by and between the Cit( of Elgin, an Illinois municipal corporation (hereinafter refejred to as "CITY" ) and Deadline, Inc . an Illinois Corporation (hereinafter referred to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the Engineer to furnish certain professional services in connection with the Control System Maintenance (hereinafter referred to as the "PROJECT" ) ; and WHEREAS, the ENGINEER represents thati it is in compliance with all Illinois statutes relating to professi6nal registration and has the necessary expertise and experience tk) furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the suffici ncy of which are hereby acknowledged, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering Matters involved in the PROJECT, subject to the following terms, conditions and stipulations, to-wit: I. SCOPE OF SERVICES The ENGINEER shall provide the following services : Task 1: Meet with the City Staff and O1tain Records The initial site visit shall be utilized as a discovery exercise and orientation to obtain all the necessary documentation, drawings and software necessary for remote support. This visit shall also id in the familiarization of any site-specific informati n needed to assist with the service level agreement and to gain a basic understanding of the plant layout and methods of operations that are unique to the City of Elgin. Task 2: Site Visits In addition to the initial site visit referred to in Task I 1, the ENGINEER shall make Thr e trips of four days each in 2001 Starting October throu h December for a total of 72 hours of scheduled service al d shall make twelve trips in 2002 from January 2002 through December 31, 2002 . Seven trips of four days each for a total of 224 hours, and five trips of three days each for a total of 120 hours of scheduled service. In addition, the ENGINEER sh 11 provide 40 man-hours service support (Floating man-hours) . In case of severe interruption of the operation including but not limited 1 s to crashes of the hard drive or program corruption or whenever the CITY in its sole •iscretion determines it needs emergency Support, the 1GINEER shall respond to such emergency within four hour- from the time of request by telephone. The Emergency Support provided by the ENGINEER shall utilize 40 man hours. In case of all floating man-hours are used, eiergency support will be based on time and expenses. Each site visit will be follow:d up by a Trip/Exception Report that will be produced by the ENGINEER. The exact format shall be developed to m-et the criteria of both the City and the ENGINEER. Task 3: System Hardware a. Instrument Calibration: T e ENGINEER shall perform routine spot checks on -xisting instrumentation signals that are inputs o the Programable Logic Controllers (PLC's) control system as required by the City. b. Supervisory Control And Data Acquisition (SCADA) Panel Inspection: The ENGINEER shall perform regular panel inspection_ of all PLC's and I/O panels for deterioration .nd status on a bi-monthly frequency. Panels that •o not satisfy the City' s requirements shall be pho ographed and indicated in the monthly exception report. c. Spare Parts Inventory: Th= ENGINEER shall perform a comprehensive inventory o spare parts for (SCADA) equipment, and this inv-ntory shall be checked every three months. Any abnormalities shall be reported in the monthly e ception report. The City of Elgin will supply an 'nitial spare parts list indicating the equipmeng manufacturer and part number. Task 4: PLC and 1*11 Software 1. Custom PLC Programming Tools: The ENGINEER shall provide custom programmint tools and aids to assist with troubleshooting and process improvements as needed. 2 . System Tuning/Performan•e: The ENGINEER shall perform minor software t rning and modification as necessary to maintain proper system performance and operation. 3 . Alarm Review: The ENGINEw shall provide review of the alarm log as deemed necessary by the CITY in its sole discretion to maintain system optimization. 4. MMI Modifications: The miGINEER shall provide the necessary resources to modify or add to the existing Intellution Fix t2 VIEW and SCADA nodes as 2 necessary. 5. Misc. Maintenance Review: The ENGINEER shall meet with the City's maintenanc- staff to resolve issues that may relate to control performance or operation as necessary. 6 . The City will provide th= ENGINEER Access to all existing PLC/SCADA softwa e and application files for use in executing this agreement. Task 5: Disaster Recovery Files and Documentation 1. On-Site PLC/MMI File bac • up and storage: As the ENGINEER makes PLC or MM ' revisions, new back ups shall be created and ma ntained on site at the Water Department. Thi.. update shall include software files and shared copies as necessary. 2 . Off-Site PLC/MMI File Storage: The ENGINEER shall keep updated copies of •he application files on CDROM and a hard copy in the Johnsburg, Illinois office. In addition, ENGINEER shall keep current copies of the files on DI GINEER' s Server that is backed up weekly by ENGIN ER's MIS department 3 . Operations and Maintena ce Manual Updates: As revisions are completed, the ENGINEER shall keep current the existing op-rations and maintenance manuals. The City will provide hard copies of all the applicable operation- and maintenance manuals for ENGINEER's records. 4. Software Upgrades: The GINEER shall manage and implement upgrades to the City owned software that is provided by the OEM or the City as it relates to the Water Treatment Plant. 5 . The City, or any repres- tative of the CITY will notify the ENGINEER when feasible, prior to making any modifications of the existing control system. Task 6: Training 1. Maintenance: The ENGINEEi• shall provide training sessions, as needed, b t at least 24 hours of training for the City's m.:intenance staff to review signal tracing and tro oleshooting. (ADDITIONS: The resources necessa for completing these sessions will be bill=d against the existing contract balance. Prior o providing any training, the ENGINEER will develop the necessary training outline that defines ■he specific topic that required additional trai ing. This outline will be developed with input f om the CITY as to the specific needs that are 'equired. ) 2 . Operations: The ENGINEE• shall provide a routine reviews of screen files . d keep the active screen files and delete any u used files of the file 3 $ management system on a qu:rterly basis. Task 7: Emergency Assistance a. Dial up Assistance: The N GINEER shall maintain a copy of PC ANYWHERE at t e ENGINEER's location to facilitate immediate ava lability to assist with trouble shooting and emer•ency assistance. b. On Site Response: In the unlikely event that the problem cannot be resolved via dial-up communication, the ENGINDER is prepared to assist on site. If the situa ion is an emergency the response shall be on site within four hours. II. WORK PRODUCT All work product prepared by the ENGINEER pursuant hereto including, but not limited to repor.s, designs, calculations, work drawings, studies, pho ographs, models and recommendations shall become the property of the CITY and shall be delivered to the CITY up.n its request, provided, however, that the ENGINEER may re ain copies of such work products for its records. Such won' product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on an other project, and such reuse shall be at the sole risk of she CITY without liability or legal exposure to the ENGINEER. III. PAYMENTS TO THE ENGINEER 1. The CITY shall pay the ENGINEER fo its services under this Agreement an amount not to exce=d $23, 400 (Twenty Three Thousand and Four Hundred Dollars regardless of the actual costs incurred by the ENGINEER un ess modifications to the scope of the work are authorized i writing by the CITY. 2 . The CITY shall make periodic paymeits to the ENGINEER based upon actual progress within 30 days :fter receipt and approval of invoice. Said periodic payments for each task shall not be made until the task is completed a d accepted by the CITY. 3 . Schedule of the Project: The Services provided in this agree' ent shall be completed as follows: Three trips of four days each in 2001 Starting October through December for a total of 72 hours of scheduled service. Twelve trips in 2002 from January '002 through December 31, 2002 . Seven trips of four days eac for a total of 224 hours, and five trips of three days each f.r a total of 120 hours of scheduled service. Services also include 40 floati g hours to be used as 4 necessary to complete any tasks estimated to take longer than given schedule or in emergencies. 4 . Part A and Part B of the Engineer's roposal dated August 24, 2001, and Request For Proposals i sued by the City dated August 9, 2001, are part of this Agreement. 5 . The CITY shall have the option to renew the contract for up to two (2) additional one year periods, based upon satisfactory performance of the ENGINEER and after proper funding approval is made by the City Council of the City of Elgin. The fee for the first additional year should not exceed 7% of the original price (not to exceed $20, 030) , and the fee for the second year should not exceed 7% of prior year (not to exceed $21, 432) . 6. The ENGINEER shall submit to the CITY monthly, a certified invoice. CITY will review the ini,oice to insure that all charges are proper and supported by the ENGINEER's Project Progress Report stapled thereto before authorizing payment to the ENGINEER. IV. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports shall be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and costs incurred. The ENGINEER shall permit an authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work dine under this Agreement. The ENGINEER shall make such record S available at reasonable times during the Agreement period, and for three years after termination of this Agreement. V. TERMINATION OF AGREEMENT Notwithstanding any other provisiOn hereof, the CITY may terminate this Agreement at any tithe upon fifteen (15) days prior written notice to the ENGINEEE In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the total amounts set forth under paragraph III or IV above, whichever is less . VI. TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed and, unless terminated pursuant to Article V, shall be deemed concluded on ; the date the CITY determines that 11 of the ENGINEER's work under this Agreement is complet d. A determination of 5 completion shall not constitute a aiver of any rights or claims which the CITY may have or hereafter acquire with respect to any term or provision of 'he Agreement. VII. NOTICE OF CLAIM If the ENGINEER wishes to make . claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of its claim within fifteen (15) days after occurrence of such action. No claim for additional compensation shall be val d unless such notice is so provided. Any changes in the ENGI ER's fee shall be valid only to the extent that such changes .re in writing and signed by the CITY and the ENGINEER. Regariless of the decision of the CITY relative to a claim submit'ed by the ENGINEER, all work required under this Agreement a . determined by the CITY shall proceed without interruption. VIII. BREACH OF CONTRACT All of the terms and provisions of this agreement are material. If either party violates or breaches any term of this Agreement, such violation or baeach shall be deemed to constitute a default, and the non-br-aching party shall have the right to seek such administrati e, contractual or legal remedies as may be suitable to the iolation or breach. If either party, by reason of any default, fails within fifteen (15) days after written notice thereof by non-breaching party to comply with the conditions of the Agreement, the non-breaching party may terminate this Agreement. IX. INDEMNIFICATION To the fullest extent permitted by la' , ENGINEER agrees to and shall indemnify, defend and hold armless the CITY, its officers, employees, agents, boards = d commissions from and against any and all claims, su ts, judgments, costs, attorney's fees, damages or other r-lief, including but not limited to workers' compensation cla ms, in any way resulting from or arising out of negligent act'ons or omissions of the ENGINEER in connection herewith, ncluding negligence or omissions of employees or agents of he ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY covered b the foregoing duty to indemnify, defend and hold harmles such action shall be defended by legal counsel of the CI 's choosing. X. NO PERSONAL LIABILITY No official, director, officer, agen or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreelent or because of their execution, approval or attempted execution of this Agreement. 6 XI. INSURANCE A. Commercial Liability. The ENGINEER •.hall provide, pay for and maintain in effect, during the to of this Agreement, a policy of commercial general liabil ty insurance with limits of at least $1, 000, 000 aggregate for bodily injury and $1, 000, 000 aggregate for property d.: age. The ENGINEER shall deliver to the CITY a Certificate of Insurance naming the CITY as additio al insured. Such policy shall not be modified or terminated without thirty (30) days prior written notice to the CITY. Such Certificate of Insurance which •.hall include coverage for Contractual obligations assumed by she ENGINEER under Article IX, entitled "Indemnification" shall be provided. This insurance shall apply as prima insurance with respect to any other insurance or self-insu ance programs afforded to the CITY. There shall be no endors-ment or modifications of this insurance to make it exce-s over other available insurance, alternatively, if the in-urance states that it is excess or prorata, it shall be en.orsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. ENGINEER shall maintain Comprehensive Automobile Liabilit Insurance covering all owned, non-owned and hired motor vesicles with limits of not less than $500, 000 per occurrence f.r damage to property. C. Combined Sinctle limit Policy. ENtINEER'S requirements for insurance coverage for general lia.ility and auto exposures may be met with a combined single limit of $1, 000, 000 per occurrence subject to a $1, 000, 000 aggregate. D. Professional Liability. The ENGIN: ER shall carry Engineer's professional Liability Insurance covering claims resulting from error, omissions or negligent -cts with a combined single limit of not less than $1, 000, 000 .er occurrence/$3 , 000, 000 aggregate. A Certificate of Insur- ce shall be submitted to the CITY as evidence of insurance protection. The policy shall not be modified or terminate. without thirty (30) days prior written notice to the DIRECTIR. XII. NONDISCRIMINATION In all hiring or employment made passible or resulting from this Agreement, there shall be no .incrimination against any employee or applicant for employm-nt because of sex, age, race, color, creed, national origi , marital status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the 7 a following: employment advertising, layoff or termination, rates of pay or other forms of compellisation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Aglreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, maritl status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and ' shall be grounds for cancellation, termination or suspension, in whole or in part, of this Agreement by the CITY. III. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no 'assignment shall be made without the prior written consent of the CITY. XIV. DELEGATION AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every i em, condition and other provision hereof to the same extentthat the ENGINEER would have been obligated if it had don the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. XV. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co-prtners, joint venture or employment between the CITY ana the ENGINEER, or as constituting the ENGINEER as a general representative or . general agent of the CITY for any purpose whatsoever. XVI. SEVERABILITY The terms of this agreement shall be severable. The parties intend and agree that, if any aragraph, sub-paragraph, phrase, clause or other provision f this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable for any reason, all other portions of this Agreement shall remain in full force and effect. XVII .HEADINGS 8 I The headings of the several paragra.hs of this Agreement are inserted only as a matter of conveni=nce and for reference and in no way are they intended to defile, limit or describe the scope of intent of any provision of his Agreement, nor shall they be construed to affect in a y manner the terms and provisions hereof or the interpr-tation or construction thereof. XVIII MODIFICATION OR AMENDMENT This Agreement and its attachments constitute the sole and entire Agreement of the parties on he subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly :xecuted by the parties . Each party agrees that no represent-tions or warranties shall be binding upon the other party un ess expressed in writing herein or in a duly executed amendme t hereof, or change order as herein provided. XIX. APPLICABLE LAW This Agreement shall be deemed to ha e been made in, and shall be construed in accordance with t e laws of the State of Illinois. Venue for the enforceme t of any rights and the resolution of any and all disputes shall be in the Circuit Court of Kane County, Illinois. XX. NEWS RELEASES The ENGINEER may not issue any ne s releases without prior written approval from the CITY, nor may the ENGINEER make public any reports or documents developed under this Agreement without prior written approval fro the CITY prior to said documentation becoming matters of p blic record. XXI. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with an, other consultants in the CITY's employ or any work associate• with the PROJECT. XXII. INTERFERENCE WITH PUBLIC CONTRACTING: P.A 85-1295 The ENGINEER certifies hereby tha it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of t e Illinois Criminal Code. XXIII. SEXUAL HARASSMENT As a condition of this contract, .he ENGINEER shall have a written sexual harassment policy ph;t includes, at a minimum, the following information: A. The illegality of sexual hara sment; 9 • u. •m e venuor• s internal cowpi-inL process inciuw.ng penalties; E. The legal recourse, investigat've and complaint process available through the Illinois Department of Human Rights and Illinois Human Rights Comm' ssion. F. Directions on how to conta t the department and commission; G. Protection against retaliatio as provided by section 6-101 of Human Rights Act. A Copy of such policy must be provided to the Department of Human Rights upon request. P.A. 87-1257 . XXIV. PREVAILING WAGE/PAYMENT OF TAXES. The ENGINEER shall comply with she requirements of the Prevailing Wage Act (820 ILCS 130/0 . 01 et seq. ) The ENGINEER certifies it is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding conte•.ting the tax. XXV. WRITTEN COMMUNICATIONS All recommendations and other comm nications by ENGINEER to the CITY and other participants whish may affect cost or time of completion shall be made or confi ed in writing. The CITY may also require other recommendations and communications by the ENGINEER be made or confirmed i. writing. XXVI NOTICES All notices, reports and docume is required under this Agreement shall be in writing and ,.hall be mailed by First Class Mail, postage prepaid, addres .ed as follows: A. As to CITY: Larry E. Deibert, Director of he Water Department City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER Christopher E. Sebring Director of Sales & Marketing Deadline Inc. 801 Oak Grove Road Johnsburg, Illinois 60050 10 IN WITNESS WHEREOF, the undersigned have placed their hands and seal upon and executed this Agreement in tt.iplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For CITY: ATTEST: CITY OF ELGIN By P94.11t,--1( B 1. Al . City Clerk / City Manager For the ENGINEER: Dated this g, 4.7 day of /110W.-),_4(..-- , A.D. 2001 WITNESSED: ••) /- By ‘1,7 6(7-6 By (Print name) (Print Name) • j Officer Title iptes/cV-r-f (SAL) 11 Part "A" Deadline Inc . /\\/—/V Project Engineering 801 Oak Grove Road Johnsburg, IL 60050 (815) 344-3871 Phone (815) 344-3889 FAX Proposal: Engineering Services for Water Department System Maintenance Deadline Inc. 24/7 Plus Is offered to Municipalities located within 50 miles of a Deadline Inc. servicing office. 24/7 Plus offers 24 hour a day on call emergency service with a 4 hr maximum on site response time aid includes 2 onsite trips without travel charge beyond your 40 floating man hours. Your system is only a phone call away. Primary service will be provided from our location in Johnsburg Illinois. This option is included as part of your proposal at no addition charge. After a thorough start up inspection is performed and the systems current status is evaluated and documented; Deadline Inc. will provide monthly system hardware checks (MSHC) during the first and third week of each month. The MSHC will consist of 3 and 4day trips as required by the proposed agreement. The days will be split and scheduled by Deadline Inc. as needed to meet the bi-monthly panel inspection requirement. The startup inspection will be scheduled and completed within three weeks of the notice to proceed. The MSHC will include spot checks of instrument input signals to the PLC's control system, SCADA Panel inspection for all PLC and I/O panels to monitor deterioration and evaluate status. The spare parts list will be checked for inventory at a minimum of every third monthly visit. During the MSHC Intellution Fix 32 operator interface screen and database modifications will be adjusted as needed and minor software tuning/modifications will be preformed as needed to maintain proper system performance and operation. Routine review of print outs of the alarm logs will be completed and system adjustments will be performed as needed. System scan time and review of operator log for problems will be conducted, and problems will be corrected at this time or scheduled for work appropriately. Deadline Inc. will develop troubleshooting aids for the system as needed. We will meet with the city staff for a maintenarce review twice per year or as deemed necessary by the City and Deadline Inc. Deadline Inc. will make PLC program revision! and backups to be maintained on the City's computers all PLC hard copy documentation will be kept current. Deadline Inc. will also keep a compact disk (CD) and a hard copy of the PLC program Revision and the operator interface configuration files at our office in Johnsburg Ilrois and a copy in a Deadline Office of the City's choice. The locat ons are Orlando Florida, Boston Massachusetts, Phoenix Arizona, and Saint Louis Missouri. Operations and maintenance manual updates will be kept current and reflect all changes in the system. The documentation will be provided no later than the next visit. Installation of Intellution Fix and PLC upgrades will be completed within seven working days of receipt of such upgrades from the manufacturer or the next scheduled visit which ever comes first. Deadline Inc. will provide 24 hours of scheduled training for the City Staff to review signal tracing, troubleshooting and 4ny upgrades or changes to the system. A general review or refresher course of file management and procedures will also be conducted at this time. Additional training may be scheduled should Deadline Inc. and the City deem it necessary. Minor need to knows will be handled during the MSK's. The Engineer assigned to the City will most likely be either Christopher D. Cook or Robert J. Stepanek. Given by: C ns Cook President 08/24/2001 Deadline Inc Project Engineering 801 Oak Grove Road Johnsburg,IL 60050 (815)344-3871 (815)344-3889 FAX www.deadlineinc.com Christopher D.Cook Technical FIX,Dynamics and Wonderware HMI Systems Experience Allen-Bradley,Modicon, and GE,Fanuc PLC Programming and Training PanelMate and QuickPanel Operator Interfaces C,VISUAL BASIC,PASCAL and FORTRAN PrOgranuning Languages DOS,and WINDOWS(3.11,NT,95)Systems Development Electrical Design and Panel Fabrication Deadline Inc.Johnsburg IL Office President Johnson Controls Senior Engineer/Engineering Manger Responsible for the management of CAD department and a staff of engineers tasked with Design and engineering of large scale control and SCADA system. Modular Computer Systems System Analyst Responsible for the design of direct digital contro systems for industrial customers throughout the Midwest United States. Xytel Corporation Process Engineer Responsible for the design,instrumentation and fabrication of computer controlled pilot scale plants for clients in the chemical and petro chemical industries Education: Virginia Polytechnic Institute and State UniversitJy Blacksburg VA BS Chemical Engineering Minor Electrical Engineering Albright College Reading PA Computer Science Deadline Inc Project Engineering 801 Oak Grove Road Johnsburg,IL 60050 (815)344-3871 (815)344-3889 FAX www.deadlineinc.com ROBERT J.STEPANE i Technical FIX,Dynamics and Wonderware HMI Systems Experience Allen-Bradley,Modicon,GE,and Siemens PLC 'rogramming and GMF,FMC and ABB Robotic Programming Training PanelMate and QuickPanel Operator Interfaces C,VISUAL BASIC,PASCAL and FORTRAN ogramming Languages DOS,VMS and WINDOWS(3.11,NT,95)Syst-ms Development Electrical Design and Panel Fabrication Deadline Inc. St.Louis Office Presently Senior Engineer and Director of Process Engineering Services Independent Contractor for: LVE 3/99—present Developed PLC,PanelView and DTAM application for aluminum anode casting plants. Installed system in plants in Missouri,Germany,and United Kingdom. MediaCloud 5/00—present Developed Internet based monitoring system on Linux for network management and preventive maintenance. Monitored critical alarms and notified appropriate personnel for corrective action. City of Elmhurst Ill 12/99-present Designed and programmed Intellution MMI and GE and Allen-Bradley PLC systems for water and wastewater treatment plants. Implemelted systems,and developed as-built documentation City of Elmhurst Ill 8/98— 12/99 Developed Software for Interfacing Intellution FIX Database to serial devices for a variety of applications. Used Intellution OPC Toolkit and EDA. Borden Pasta 3/99—8/99 Redesigned Wonderware MMI system interfaced to a Siemens S5 PLC. Implemented H1 network using CP1413 and CP1430 communication cards. Updated recipe control system. Ralston Purina 3/97—8/98 Designed entire control system for slurry system for new pet food plant. Defined I/O, developed entire Modicon PLC and Intellution MMI systems, setup interface to production database. Also developed Intellution MMI and Modicon PLC for Utility System and Liquid Tank Farm Automation Friskies 11/96—3/97 Assisted in startup of modernization of pet food pl. t,including batch control,recipe management and report generation using Intellutio MMI. Perrier Group of America 11/96—2/97 Designed electrical system for water purification, zonation and delivery,including wiring diagrams,panel design,power system desim and control system design. Mead Johnson 10/96—4/97 Developed Specifications for Data Collection,Da • Analyzer Software and Report Generation for Down-Time Tracking System. Imp emented system using Visual Basic,C and Microsoft Access. Brahma Beer 2/96—2/97 Developed MMI specifications,implemented Intel ution MMI system and assisted with Siemens PLC coding for South American partner .f Miller Brewing. Anheuser-Busch 2/95—4/96 Developed'C' Programs to perform Pasteurizatio Monitoring,Controlling of Setpoints and Reporting. Assisted in startup of pasteurizer u grades. Mid America Dairy 8/94—4/95 Developed Intellution MMI for plant upgrade,inc uding recipes,reports and operator interface. Colgate 1/94—7/94 Designed and Implemented G.E.PLC code for ne soap manufacturing process. Continental Cement 7/93—4/94 Designed and Implemented system consisting of r-.undant Allen-Bradley PLC's and Intellution DMACS for compliance with EPA re. lations. Designed Btrieve Database for archival of data. Developed C programs for verifi'ation,reports and data transfer. Syntex Pharmaceuticals 12/92—11/93 Designed and Programmed Allen-Bradley PLC anIntellution MMI System for unloading of hazardous chemicals from tanker truc . Updated and Modernized existing FDA Validated Control System,including Validati in Documentation. Continental Cement 8/92—5/93 Designed and Implemented Windows Based Syste for collecting and analyzing production floor information. Included a configur.ble data transfer utitlity using DDE to exchange information with Spreadsheets,Databas-s and Word Processors Monsanto 7/92—11/92 Implemented upgrade to proprietary system contro ling manufacturing of carpet fibers. Also upgraded Intellution operator interface syste . Trade Waste 3/92—7/92 Implemented Man-Machine Interface using Intellu ion to monitor incineration of waste products. Modified Allen-Bradley PLC2 ladder lo.ic communications for data transfer to Intellution DMACS Trenton Foods 7/91 —10/91 Designed and Developed Operator Interface and ienuing system for control of automated food processing equipment using Intell ion DMACS. Friskies 5/91 —7/92 Programmed Modicon PLC and Intellution DMA SS for control and monitoring of a large pet food automated system. Bomar Systems 11/90—5/91 Programmed Windows Based System for automat-d stock quotation and analysis program using C. Bayer 8/90—11/90 Programmed GMF robot for palletizing of hazard. s materials from a conveying system. Also programmed Siemens PLC for control of con eying system presenting boxes to the robot. Cedrite 6/90—7/90 Developed Custom PID controls for an Allen-Bras ley PLC2 for tight tolerance control of railroad tie pressurization system. Gates Rubber 3/90—7/90 Designed,Developed and Implemented system co sisting of an Allen-Bradley PLC5 PLC and an Advisor PC Man Machine Interface FermiLab 12/89—3/90 Designed,Programmed and Implemented a Relian e PLC based control system to level a light measuring calorimeter used in high energy p.i isle experiments. Knight Ridder 5/88—11/89 Programmed DOS-Based System in C for data an.lysis of Stock Market Information. Developed data communications protocols and da'abase design for timely and accurate access to data. Education: Rockhurst College,Kansas City Missouri B.S.degree awarded 1985 Majors: Computer Science,Psychology Minors: Philosophy,Math,Physics University of Missouri-St.Louis M.S.Level Classes Deadline Inc l\r/\I Project Engineering 801 Oak Grove Road Johnsburg, IL 60050 (815) 344-3871 (815) 344-3889 FAX www.deadlineinc.com Stephen O. Davis,P.E. Deadline Inc. Boston Office DBA Real Time Engineering Inc. Senior Engineer and Director of East Coast Operations Recent Experience: 1980—Present Vice President of Engineering and Chief Technic.1 Officer of Real Time Engineering, Inc. (80%hands on work, 20%man.gerial) Representative projects in which I personally too a major roll: Variable Message Signs for Ted Williams Tunnel Consisted of a complete forensic study of existing system—both software d hardware—to determine best way to salvage system for Bonding Compan . I found that 80%+of the problems were software related. Completely re •to all software/firmware for system. Directed hardware effort of schematic ca•ture and production of new PC boards. Produced embedded firmware for all displ ay cards and local controller cards (80051 series). Main sign controller(ANSI C) and interface with OCC. Wrote extensive online diagnostics(VB 6.0). In .ddition produced automatic test equipment for system maintenance (MSVB and SVC++). SCADA System Cumberland Gap Tunnel: Comp ete SCADA(Supervisory Control and Data Acquisition) system for operation of tunnel. System consisted of OCC HMI (System [hardware/software] archit:cture, WINNT, Intellution FIX, MSVC++, SQL) communicating with 17 Al -n Bradley PLCs to monitor and control CO levels, fan control, switch gear an• fire alarms. Traffic Control for Chesapeake Bridge Tunnel: T o OCC control rooms, one at each end of Bridge/Tunnel, for control of all traffi lights and signs plus monitoring of navigational system for passing shims ((System [hardware/software] architecture, WIN NT, US Data Factory Link,M VC-H-). Actions at each OCC needed to be synchronized. Remote locations co rolled by Allen Bradley SLCs. System used RS-485 backbone via Phoenix RS-4:5 -Ethernet bridges. 1 I Industrial Control of abrasive cutting plant(St. Gobain): HMI consisted of WIN98 and Intellution FIX using and Allen Bradley PLC for I/O and sub-system interlocks. System required a complete redesign and development of control system(hardware and software). Plant ran 24/7 necessitating hot switch over. Northern Correctional Facility (Sommers Connec`icut): Implementation of door control and access system(security system) including seizure of areas from main control center. Allan Bradley PLCs. Tape Coating Monitoring System for 3M: A"web" system used to monitor the coating of double-sided tape using infrared sensors to develop profile. Produced entire system including HMI (System [hardware/software] architecture,WINNT, Intellution FIX and MSVC++). Infrared Engineering, Inc. detectors used for measurements. Research Projects for Air Force Geophysical Laboratory (portions classified)(especially 1980 through 1991): Design/build of many generations of mobile ground support equipment—trailer based - (hardware and software)for rocket and balloon borne experiments investigating the far infrared portion of the electromagnetic spectrum. The systems were used for both pre-launch instrument verification as well as post flight analysis. A series of"housekeeping"tasks were also performed pre and post flight to determine accuracy of other instruments. The major focus was on Michelson Interferomete_s. The Michelson interferometers required Fourier Transforms to produce"readable" spectra. Also much work was done on the choice of apodizing functions to correct for the inherent windowing effects. Navigation, in this case,was based on slant range and azimuth calculations. Fortran was chosen as the language of choice for its ability to perform a Fourier Transforms in place as well as its being designed for scientific applications. As series of laboratory experiments were also performed using Hadamard interferometers to determine the possible usefulness in the given application. 1976—1980 Private consultant focusing on embedded systems. 1974— 1976 Chief Software Engineer, Laser Graphics Corporation State of the art system used to produce deep relief newspaper printing press plates. Computers used to determine picture (half tones)versus standard print area on scanner unit. Then used information to modulate a 3000-watt CO laser that ablated plastic substrates. 1972— 1976 Software and Systems Engineer, LFE, Inc. 2 Developed a web scanning system using Beta Gates for use in paper making machines. 1967 - 1972 MIT Instrumentation Laboratory Worked on development of Guidance and Naviga ion Systems for the Apollo Project. My major focus was on final system cheIkout of systems for both CSM and LEM modules. Primary tools were a hybrid omputers system consisting of Beckman analog computers and SDS digital corn•uters (FORTRAN)that simulated the inertial guidance system(orientatio s) and accelerometers (change in speed in a given axis),the environment including to avitational constants, and certain subsystems. Besides strict mathematical to ting the system included mock- ups of both the CSM and LEM. 1965 - 1967 Bendix Aviation Systems I developed avionic systems, especially automati• landing systems,using both analog and digital computer(FORTRAN) analysi.. Major Strengths: I possess a strong understanding of software,hardware, i terfacing systems,networking and communications. Major strengths are in producing . d working with real time, event driven multitasking systems. I also have the innate abili , to "view"a project as an entire entity rather just the fraction that I am responsible for. Education: BSEE Lafayette College - 1964 MSEE New York University— 1965 About 25 postmasters credits from NYU,Newar i College of Engineering and Northeastern License: Professional Engineer in Massachusetts Recommendations: Available upon request. Areas of Expertise: Software Engineering System Engineering Control Systems Hardware Architecture and Development 3 Embedded Systems Diagnostic Programming Hardware Architecture Expert Witness Primary Tools: C, C++ MSVC++6.0 MSVB 6.0 FORTRAN SQL Inellution Fix Intellution iFIX RSLinx RSLogix WIN95 /WINME/WIN NT/WIN 2000 Legacy operating systems such as RXS and RT-11 Clearance: Secret(1965— 1995), easily reactivated 4 Deadline Inc Project Engineering 801 Oak Grove Road Johnsburg, IL 60050 (815) 344-3871 (815) 344-3889 FAX www.deadlineinc.com Richard S. Pierce Senior Software Engineer Career Summary: A software expert with extensive experience in the develop ent of medical systems. Has developed numerous successful personal computer based edical software systems. In addition, has successfully developed numerous embedded -oftware systems used in the control of microprocessor based electro-mechanical devices. Excellent engineering skills with an ability to deal effectively with people of all skill levels. Overview: Richard has 25+ years of experience in the computer engin;ering field, working with everything from the earliest embedded microprocessors to some of the largest mainframe computers in the world. He is fluent in many programming languages includi g C/C++, many variants of Basic, Fortran, Pascal, DBase, Macro languages, Assem•lers of all varieties, and many more too obscure to list here. In addition, Rich has had successf I experience working with network languages and protocols such as HTML, ASP, PHP, HTTP. Medical systems in which has been a key design figure incl de the Certamatic®Recertification System, the TRAK-M® Equipment Management and Trackin! System, The Multitask Operating System For Use With Automated Compounders, and numer•us electro-mechanical pharmacy based compounding devices. PROFESSIONAL EXPERIENCE Presently: Senior Software Engineer for Embedded System and Director of New Software Development for Deadline Inc. 1998 — 2000 TRIAD Med cal, Inc., MEDIQ Inc., Phoenix, AZ Position: Information Systems Director/Senior Software Engineer 1985 — 2000 R.S.Pierce &Associates, Ltd., Lake Zurich, IL Position: Owner and operator of contract computer services company. Performed software system development activities for: Ameritech Information Systems, Baxter Healthcare, Clintec Nutrition Company, Intel, PCI Medical, Prime Computer, Healthtech, State Rail Authority (Australia), Ferranti (Australia), United States Post Office, and others. Page 1 of 3 PROFESSIONAL EXPERIENCE (Continued) 1981 — 1985 Zenith Radio Corp., Glenview, IL Position: Technician and programmer 1979 — 1981 University of Illinois, Urbana, IL Position: PLATO computer operator and classroom mo itor 1980 — 1981 Control Data Corp., Urbana, IL Position: PLATO programmer 1980 University of Illinois, Urbana, IL Position: Administrative systems programmer/analyst 1979 AL Communications, Urbana, IL Position: Technician 1978 Microcomp, Bensonville, IL Position: Technician and programmer 1977 Computerland of Arling on Heights, Arlington Heights, IL Position: Technician for computer store 1976 Educational : Information Systems, Urbana, IL Position: Technician working on PLATO workstation hare ware 1974—1975 University of Illinois, Urbana, IL Position: PLATO programmer (math lessons) Page 2 of 3 • Education Summary 1979 - Roosevelt College (Arlington Heights & Chicago, L) 1977 - 1978-William Raney Harper College (Palatine, I ) 1976 - 1979 - University of Illinois (Urbana, IL) Skills Inventory Computer Programming - Able to program in language- including C/C++, Assembler Languages, Visual Basic, SQL, RPG/400, CU400, Macre languages, and others. Experienced with DOS, Windows, NT, UNIX, OS/400, a d other operating systems. Systems Design &Analysis - Able to perform all phase of systems design including feasibility study, design documentation, prepare test pro'ocols, and verify the implementation of systems. Electrical Engineering - Able to design, build, and debu! electronic devices of all types. Page 3 of 3 Deadline Inc Project Engineering 801 Oak Grove Road Johnsburg, IL 60050 (815) 344-3871 (815) 344-3889 FAX www.deadlineinc.com Charles Cook PhD. presently: Deadline Inc. Orlando Office Senior Technica Officer and Director of Engineering for Integrated Circuits and Special Communication- xperience Analogue Integrated Technologies Senior Staff Suite 104, 775 Kirkman Drive, Orlando, Florida 32819 April 2000 to April 2001 ©Systems engineering single chip CMOS ( 300 MHz to 450 Hz) receivers. ©CMOS circuit design using PSPICE/OrCAD. Lockheed Martin, Missiles and Fire Control Sen or Staff Technical Operations 5600 Sandlake Road,Orlando, Florida 32819 May 1998 to March 2000 ©Millimeter Wave Multi-chip module design. ©Designed a 2 Watt 28 GHz( LMDS)transmitter for a digital communications link. ©Designed a low noise 28 GHz receiver multi-chip module. ©Developing 35 GHz RADAR transmitter and receiver modul-s for airborne military applications. ©Designed thin film ( Fused Silica&Alumna)filters, attenua •rs, couplers and hybrids. MIA-COM, Millimeterwave IC Products Principa Engineer 22300 Comsat Drive,Clarksburg, Md. 20871 October 996 to February 1998 ©Millimeter Wave GaAs MMIC design. ©Member of a team responsible for developing the LH5 (Low Noise p-HEMT) Foundry Manual. ©Responsible for developing passive component models. ©Authored the manual chapter on passive components. ©Investigated non-linear model extraction. ©Contributed to the active device manual chapter ©Designed power amplifiers for 26&28 GHz( P1db = +22 dBm ). ©Designed low noise amplifiers for 15, 18 &23 GHz applications. ©Developed software for MMIC layout and simulation using EEsofs Series IV Libra design environment.This task included C programming of custom linear& nonlinear models. MIA-COM, Government Products Principal Engineer 10713 Gilroy Road, Hunt Valley, MD. October 1993 to October 1996 ©Lead Microwave Receiver Design Engineer. $ • • °Technical, cost and schedule proposal development for wid- band microwave receivers which included the following tasks. 0Frequency plan development °Gain, noise and intercept Analysis ePreselector design &specification ®Module performance specification ®Definition of digital control interfaces for microwave hardware. 0Development of new functions and interfaces for cu rent products. ®These microwave receivers were 1 to 18 GHz surveillance eceivers designed for very low Bit Error Rate(BER) reception of all forms of digital modulati.n, including high rate 256-QAM. The receivers incorporated internal microprocessor control. Ph.D. Research, Johns Hopkins University 1987 - 1999 Baltimore MD 0Proposed and developed a new type of monolithic active fill-r based on transferred electron devices. °Designed 10 different MMIC chips using Triquint Semicond ctor's HA GaAs MESFET process. eDeveloped MMIC Simulation and Layout software for EEso Version 3.5 Academy& Libra programs. eDeveloped MMIC design rule checking routines for the ICE I-DRC program. eDeveloped C/C++ programming and OS/2 GUI programming skills. E-Systems, Melpar Division Engineering 'upervisor 7700 Arlington Blvd.,Falls Church, Va. 1977 to 1987 °Engineering supervisor for a 13 member microwave hardw-re design group. °Systems engineering, proposal development&bidding for Itra light high altitude surveillance systems for the US Govt. °Supervised the design of HF through Microwave LNA's, swi ching and RF distribution networks. °Supervised modification of Pulse Position Modulation Dem•dulators. °Supervised the design of ultra light switching power supplie.. Education GaAs MESFET MMIC design PhD Johns Hopkins University Developed a new typ of surface oriented transferred 1999 Baltimore MD electron device. Demonstrated a new 'lass of microwave active filter using this device. MS Virginia Polytechnic Institute Evening classes in: 1987 Northern Virginia Campus Communication Theo , DSP, Electromagnetics BS Virginia Polytechnic Institute Electrical Engineering program with a focus on microwaves 1977 Blacksburg, Va. and communication s stems. US Citizen Part 13' Deadline Inc . Project Engineering 801 Oak Grove Road Johnsburg, IL 60050 (815) 344-3871 (815) 344-3889 FAX Proposal: Engineering Services for Water •epartment Control Systems Maintenance 72 Hours of Site Trips October 2001- December '001 $ 4,680.00 224 Hours of Site Trips January 2002—Decembe 2002 $ 14,560.00 40 Floating Man Hours for Contract Term $ 2,600.00 24 Hours of Training $ 1,560.00 Total Contract Price $ 23,400.00 4. CITY OF ELGIN REQUEST FOR PROPOSAL ENGINEERING SERVTES FOR WATER DEPARTMENT CONTROL SYSTEM MAINTENANCE ISSUED: August 9 , 2001 1 CITY OF ELGIN REQUEST FOR PROPOSAL ENGINEERING SERVICES FOR WATER DEPARTMENT CONTROL SYSTEM MAINTENANCE General Proposals are requested from System Inegrators and Engineers to furnish certain professional services in connection with the Water Department Control System at Riverside and Airlite Plants and assocfLated remote sites . The Plant Control System provides Supevisory Control And Data Acquisition (SCADA) functions and/or capabilities for the Riverside Water Treatment Plant (WTP) , Airlite WTP, and ten remote telemetry sites . The SCADA servers, operator interfaces PC's, and Office PC' s are networked using DEC Hub 90 series network hardware . The various in-plant PC' s and PLC' s communicate over 10Mbps thin-wire, twisted pair and fiber optic Ethernet network using standard Window NT and FIX DMACS drivers and TCP/IP protocol . Communication between the Riverside WTP and the Airlite WTP is through licensed Microwave Data System 950D digital radios and CISCO 2500 series routers . A backup communication path exists using a standard analog telephone line and US Robotics 56K external modems using X2 technology. Asynchronous serial communication to the remote telemetry sites is through unlicenced Microwave Data Systems spread spectrum radios , operating at 9600 bp in the frequency range of 902-928 MHZ , and the standar4 FIX DMACS MODBUS driver. The Riverside host SCADA servers are designed to operate in a redundant, (hot stand-by) , manner. Each server polls all in-plant PLC' s (PLC1 , 2A, 3A and 3B) , using fiber optic connection to the plant Ethernet netwdrk and a Ethernet LAN, polls the Riverside WTP remote telemetry sites, (PLC6 , 7, 9 , 10, and 11) , using an unlicenced spread spectrum radio link and the Modicon MCOM master communication function block. Polled data from PLC 8 is available for both SCADA servers via the plant Ethernet LAN. 2 1 . 1 Airlite host SCADA server is designed o operate as stand- alone unit . The server polls the in-plant PLC, (PLC4) , using and unshielded twisted pair, (UT ) , connection to the plant Ethernet LAN, and a standard FIX DMACS MODBUS Ethernet driver. The FIX DMACS View Nodes distributed throughout both Riverside and Airlite plants interface S to the three SCADA servers database to display system-wide process data and provide control capabilities to in-plant and remote telemetry sites . The Process Control System includes both redundant, (hot stand-by) , and stand-alone PLC' s . All system programmable controllers are Modicon QUANTUM series PLC' s . All PLC I/O hardware is also from the Modicon QUANTUM series family. The scope of the work shall include the following tasks : Task 1: System Hardware Checks: 1 . Check instrument input signals : routine spot checks shall be made of instrument input signals to the PLC' s cdntrol system as required by the City. 2 . SCADA Panel Inspection: A routine physical inspection of all PLC' s and I/O panel for deterioration and status . 3 . Spare Parts Check: Check spare parts list for ayailability and/or inventory every three months Task 2: PLC and Operator Interface Software Checks: 1 . Custom PLC programming tools Develop troubleshooting aids for the system as needed. 2 . System adjustments : Perform minor software tuning/modifications as necessary to maintain proper system performance and operation. 3 . Alarm review: Routine review print out of Ilarm logs and system 3 adjustment as required such as separation of event alarm from general alarms . 4 . System Performance Review: Check the system Scan time and review Operator log for operational problems and 6orrect the problems . 5 . Operator Interface Adjustment : Intellution Fix 32 operator interface screen and database modification. 6 . Maintenance Review: Meet with the City staff to resolve issues that may relate to control system performance or operations . Task 3: System Backups and Documentation: 1 . On-Site PLC program. The Engineer shall make PLC program revisions and backups and will be maintain d on the City' s computers, and PLC program h rd copy documentation will be kept current . 2 . OFF-Site PLC program. The Engineer shall keep update PLC program on disk or on Compact Disk (CD) and a hard copy at the Engineer' s office . 3 . Off-Site Operator Interface Files . The Engineer shall Store current operator interface configuration files in disk and hard copy. 4 . Operations and Maintenance manual updates . The Engineer shall provide an Operations and Maintenance manual and shall be kept current to reflect changes in the system. 5 . Installation of Intellution Fix and PLC upgrades . Task 4: Training: 1 . Maintenance / Operation: Review signal tracing and troubleshooting with the City staff . Routine review / refresher of the file management procedures . 4 Section II - City' s Responsibilities The City of Elgin Water Department will supply a Project Coordinator and provide all available documentation and related drawings to the Engineer. Section III - Proposal Submittal Part A: Narrative 1 . Please provide a detailed description of the Engineer' s approach and time frames to perfo71 the work described herein. 2 . The Engineer shall submit with their proposal a list of current references for other similar projects, with contact people and phone numbers . 3 . The experience and educational qulifications of the Engineer's key staff members assigned to this contract shall be included with the proposal . The overall capabilities of the Firm and its Current and past clients should be presented for review by the City staff and shall include, at a minimum one staff who has no less than five years programming experience . 4 . The selected Engineering firm shall not commence work under this contract until it has obtained all insurance required under this paragraph, and has filed with the City a certificate of insurance . The Engineer shall furnish Workman' s Compensation Inurance (STATUTORY) ; Property Damage and Public Liability Insurance in the amounts of $1 , 000, 000 respectivelY; and Comprehensive Automobile and General Bodily Injiiry Liability with limits of $1, 000, 000 respectively The CITY OF ELGIN shall be named as ADDITIONAL INSU D on the above policies . The Engineer shall car±y Engineer' s professional liability insurance with a combined single limit of not less than $1 , 000, 000 per occurrence/ $3 , 000 , 000 aggregate . Part B: Fee This part of the proposal shall be sealed and separate from Part A. It will include the Engineer' s detailed cost estimate to furnish the services detailed in its proposal. 5 1, % Part B will not be used in the evaluat on of proposals leading to the selection of the candid te, and will not be opened until evaluations have been com leted. The fee proposal will be used as the basis for negotiations leading to final contractual scope of services and contract fee. Should the evaluation process not result in a clear choice as to the top rated Consultant, the fee proposal may be used to assist the selection committee in determining final recommendation. If the City is unsuccessful in reaching a contract agreement with the top rated firm, negotiations *gill cease and the second rated firm will be invited to negotiate with the City. Section IV - ProDosal Schedule • Issue Request For Proposal (RFP) 8/09/01 • Proposal received 8/24/01 • Selection of Firms 8/29/01 • Authorize Agreement 9/12/01 • Execution of Agreement 9/26/01 • Notice to Proceed 9/27/01 • Schedule of Services : The schedule of work shall include: Three trips of four days each in 2001 Starting October through December for a total of 72 hours of scheduled service. Twelve trips in 2002 from January 2002 through December 31, 2002 . Seven trips of four days each for a total of 224 hours , and five trips of three days each for a total of 120 hours of scheduled service. In addition, the proposal shall include 40 floating hours to be used as necessary to complete any tasks estimated to take longer than the given schedule or in daze of emergency. The response time for emergency tasks shall be immediately via PC Anywhere. On site response shall be no more than 4 hours . 6 a k The City shall have the option to rene the contract for up to two (2 ) additional one year periods based upon satisfactory performance by the select -d vendor. Any prices increases for option years 2 and 3 mus be noted in the fee proposal . Section V - Inauiries Any requests for additional informatio may be directed to Peter L. Bityou, Water Operations Engi eer at (847) 931- 6159 . Section VI - Procurement of Profession= l Services General The following process is that whi4h will be followed in the review and selection of a Con..ultant on this project. 1 . Proposal Evaluation and Final Sel,-ction Upon receipt of each consultant 's two-part proposal, "Part A" shall be evaluated with egard to the consultant ' s stated qualification- , scope of work, staffing or work load, schedule, amiliarity with the site or the work, past record, axis technical approach. With due consideration to this evaluation of the proposals, a tentative selection -hall be made by ranking the proposals considering the consultant' s understanding of and familiarity , ith work, staff qualifications, schedule, work lo.:d, office location and other relevant factors . The seal -d "Part B" of the selected consultant shall be then opened for inspection. If the estimate in Part B of the •roposal is shown by an audit or other independent analysts to be improper or subsequent negotiations are unsuc essful in bringing the fee proposal into an acceptable range, negotiation will commence with number two ran ed consultant. 2 . Negotiation Guidelines The successful Consultant shall be ad ised as to the fee negotiation meeting. The negotiation and discussion will cover the consultant ' s costs - direct costs, indirect costs, and profit or net fee - as may be con-idered by the City of 7 4 ik 4 V Elgin to be reasonable. City of Elgin .nd Consultant will also agree upon the project schedule arid any final adjustments in the project requirement 6 at this time. 3 . Standard Aareement When the fee has been agreed upon, the Director will prepare a Council Action requesting permission to enter into an Agreement for professional services . Irle will also inform the remaining short-listed consultants that the award has been made to another firm. The Contractual agreement between the ity and the successful consultant shall be in a fo m substantially as set forth in the draft of agreement at ached hereto . 4 . Compensation and Payment The Consultant shall submit to the Citr of Elgin monthly, a certified invoice. City of Elgin will review the invoice to insure that all charges are proper and supported by the Consultant ' s Project Progress Report stapled thereto before authorizing payment to the Engineer. Section VII - Submittal An original non-price proposal must be delivered, along with 2 additional copies in a sealed package, plainly marked "Proposal for Engineering Services for Water Department Control System Maintenance, (Part A) " arid an original price proposal along with 2 additional copies in a sealed package, plainly marked "Price Proposal for Engineering Services for Water Department Control System Maintenance, (Part B) " and addressed to Gail Cohen, Purchasing Director, City of Elgin, 150 Dexter Court, Elgin, Illinois, 60120 by 11 : 00 AM, Friday, August 24, 2001 . Section VIII - Withdrawal or reiection of Proposals The City of Elgin expressly reserve the right to withdraw the Request of Proposals or to reject any or all proposals in whole or in part . 8 ,.(c.FE1/4„ City of Elgin Agenda Item No. ,ii•ii,D,\," October 19, 2001 TO: Mayor and Members of the City Concil FROM: Joyce A. Parker, City Manager SUBJECT: Award of Agreement with Deadline, Inc . for Water Department Control System Maintenance PURPOSE • The purpose of this memorandum is to provide the Mayor and members of the City Council with information to ponsider authorizing an agreement for the Water Department Control System maintenance with Deadline of Johnsburg, Illinois . BACKGROUND The Plant Control System provides Supervisory Control And Data rak Acquisition (SCADA) capabilities for the R 'verside Water Treatmen Plant (WTP) , Airlite WTP, and ten remote telemetry sites . Maintaining the monitoring and control ofthe system is vital for the plant operations . The purpose of this project is to provide a comprehensive service agreement for the City of Elgin that will allow for the continued support and development of the existing Supervisory Control and Data Acquisition system (SCADA) that is 6urrently in use at the Riverside and Airlite Water Treatment Plants as well as other associated remote sites . The SCADA system provides for monitoring and control of all activities of the equipment, levels in the overhead storage tanks, start/stop cpntrol of pumps, and proportional flow pacing of the chemical feed systems . The service will consist of 15 onsite visits, three visits of three days in duration in 2001 starting October through December for a total of 72 hours of scheduled service, aI;d 12 visits in 2002 from January 2002 through December 31, 2002 , even trips of four days each for a total of 224 hours and five trips of three days each for a total of 120 hours of scheduled service . The scope of services also includes additi nal 40 man-hours service t support . These hours will be used in cas of severe interruption rm. of the operation, including, but not lirtited to, crashes of the hard drive or program corruption or whenever the City determines it needs emergency support . In addition, the firm will provide emergency assistance via dial-up communication, and in the unlikely • Agreement for Control System Maintenance October 19, 2001 ro- Page 2 event that the problem cannot be resolved via dial-up communication, the firm will be on site in four hours . These services may be renewed for up two additional one-year periods, based upon satisfactory performance of the firm and after proper funding approval is made by the City Council . The Water Department requested proposals for service from eight different engineering firms and control system integrators . Attachment A identifies three firms that returned formal proposals with price quotes separately submitted. These three proposals were individually evaluated by a selection team consisting of five Water Department personnel . The selection committee ranked ICCS, a unit of Woodard & Curran, the highest, best qualified firm, Deadline, Inc. second, and US Filters the third. Fees from all submittals were •then opened and are as follows : ICCS $51, 834 . 10 Deadline $23 , 400 . 00 rft. US Filters $54, 720 . 00 City staff invited the first and second high ranked firms to discuss the scope of services and fees . Although Deadline was ranked second by the evaluators, their fee is lower by more than half of ICCS . Three references for Deadline were contacted by City Staff and all were favorable . The agreement with Deadline, if approved, will consist of an option to renew the contract for up to two additional one-year periods, based upon satisfactory performance of the firm and after proper funding approval is made by the Mayor and City Council . The fee for the first additional year should not exceed 7% of the original price (not to exceed $20, 030) , and the fee for the second year should not exceed 7% of prior year (not to exceed $21, 432) . COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT The cost of the services to be provided by Deadline, Inc . totals $23 , 400 and will be funded through Water Department account number elk 401-4002-771 . 40-08 . Sufficient funds are available to pay for the initial year contract . Funding for future year contracts will need to be identified. • Agreement for Control System Maintenance October 19, 2001 r' Page 3 LEGAL IMPACT O /None. ALTERNATIVES None . RECOMMENDATION It is recommended that the members of the City Council authorize the execution of an Agreement with Deadline, Inc . , Johnsburg, Illinois for Water Department Control System maintenance in the amount of $23 , 400 with option to renew thei contract for up to two additional one-year periods . Respectfully submitted, alL------ Jyce 1. Paker rm. City Manag9 l TRT SI STEM 14?"1:11r 111C. ' _ tib! T �O� Ds? Ol c ?OIL Wp,2 PoVst 29,20 lea e ll'c' peter SERVICEST F0 GI°°1* CQ1SS RS tetVA lett 10 US III. es pe g i -- 11-- 1---- ili teff 001111,6 *4010 8 peter F 10 100 8 pawl 1pIlk 10 1111 100...iiiiii9011 8 Desc�41°n 3e�0 20 20 8 1p Z0 18 10 _ 111111/111Se 8 0 10 8 &oWl ncn- 14 0°0000 &F,xP° 0-14 10 8 18 10 0 0 00111 0 pro;Mai°t +1� 2011111110.0.1.011011.Wial° Illi <; :; 00 Spe 0-20 101011011101011111111111w. to * SAO scriios 10 0 .„.,„,, A„,6„ „`, ,6,..,,: - Oil 0.1.4 /”. 0-15 ......-4,:c;0104100,1011,,-S111/1.$1. .15 .ta,'.' ~`":1't° j Fix +.`d. :,.:.:'" with � �: `'''.'r'-:�:'',�?''� �_ CAS .<r; +: ' `..}e "v.':.fid, TOTAL SCORES SHEET ENGINEERING SERVICES FOR WATER DEPARTMENT CONTROL SYSTEM MAINTENANCE August 29, 2001 CONSULTANTS EVALUATORS ICCS US Filter Deadline Inc. Ed Gendvilas 90 51 55 Jeff Luker 74 7 74 Paul Miller 83 11 54 Kurt Eshelman 75 43 68 Peter Bityou 94 40 55 TOTAL SCORES SHEET ENGINEERING SERVICES FOR WATER DEPARTMENT CONTROL SYSTEM MAINTENANCE CONSULTANTS Selection-Team ICCS US Filler Deadline Inc. RATING RATING RATING TOTAL TOTAL TOTAL Ed Geudvilas 3 1 ._ 2 Jeff Luker 3 1 3 Kurt Eshelman 3 1 2 Paul Miller 3 1 .2 Peter Bityou 3 1 2 4 r 0iW risk Notes: Assign Scares based on the following formula: (3-Highest,2-Second, 1-Third)