Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
DLT&V Systems Engineering Inc; 2010-01-29;
AGREEMENT FOR SCADA MASTER PLAN SERVICES DLT&V Systems Engineering, Inc. THIS AGREEMENT is made and entered into as of the -l- day of 20 to , by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and DLT&V, a corporation, ("Contractor"). RECITALS A. City requires the professional services of a professional systems engineering firm that is experienced in writing SCADA master plans. B. Contractor has the necessary experience in providing professional services and advice related to writing SCADA master plans. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence-and best judgment while exercising its professional-skill and expertise. 3. TERM The term of this Agreement will be effective for a period of 100 working days, from the date first above written, in an amount not to exceed FIFTY-EIGHT THOUSAND SEVENTY dollars ($58,070.00) per Agreement year. Extensions will be based upon a satisfactory review of Contractors performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version #05.06.08 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be FIFTY-EIGHT THOUSAND SEVENTY dollars ($58,070.00). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any^of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City Attorney Approved Version #05.06.08 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor wHf-obtain and mairrtain^for the^Juration of the Agreement and any an* all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VH". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. City Attorney Approved Version #05.06.08 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain_or jnaintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. City Attorney Approved Version #05.06.08 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: Name: Ken Burtech Title: Supervisor For Contractor: Name Title Department: Utilities. Wastewater City of Carlsbad Address: 5950 El Camino Real Carlsbad. CA 92008 Address Phone No.- </6 5vP Phone No.: 760-438-2722. x7137 E-mail: Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. City Attorney Approved Version #05.06.08 16. CONFLICT OF INTEREST City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the City an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version #05.06.08 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product anchput it in order for proper fiting and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor City Attorney Approved Version #05.06.08 on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, whictrshatt not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version #05.06.08 8 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR DLT&V Systems Engineering, Inc. CITY OF CARLSBAD, a municipal corporation of the-State of California (print name/title) */y/x? anager or Designs B/to''',, *'"' '- ' LORRAINE M City Clerk (print name/title) Notary Public State of Arizona Maricopa County Lori Ann (e-mail address) If required by City, proper notarial acknowledgment of execution by contractor" must be attached. If a Corporation. Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney _ Deputy City Attorne City Attorney Approved Version #05.06.08 . CORPORATION CERTIFIED RESOLUTION I, Melinda M. Tam, Secretary of DLT&V Systems Engineering, Inc., a corporation organized and existing under the laws of the State of Arizona (the "Company"), do hereby certify that the following is a true resolution duly adopted by a written consent of the Board of Director of the Company on October 20, 2009, and that such resolution has not been modified, rescinded or revoked, and is at present in full force and effect. RESOLVED: That Brian D. Downing, President of DLT&V Systems Engineering, Inc, Melinda M. Tam, Secretary and Treasurer, of DLT&V Systems Engineering, Inc., and Samuel D. Vandivort III, Vice-President of DLT&V Systems Engineering, Inc., officers of the Company, are empowered and authorized, on behalf of the Company, to execute and deliver contracts and amendments thereto, and all documents required by the City of Carlsbad, a municipal corporation. IN WITNESS WHEREOF, the undersigned has affixed his/her signature this day of 1 ruvJU nK_ U\ , 2010. The Company has no corporate seal. (V— Meljnda M. Tam secretary STATE OF ARIZONA ) ) ss. County of Maricopa ) SUBSCRIBED AND SWORN TO before me this ofV*v~ day of , 20JO, by tWJLWAyy't^yVv. Secretary of the Company. Notary Public MY COMMISSION EXPIRES: EXHIBIT "A" SCOPE OF SERVICES Wastewater SCADA Master Plan Scope of Work • Phase One - Evaluation of Existing Wastewater SCADA System o Request and Organize Wastewater SCADA System information provided by the City o Schedule/Attend Kit-Off Meeting with the City o Site Visits-of fourteen (14) Sewer Lift Stations and Central Control Room documenting the following: * Station Control System (i.e. PLC's, Power Supplies, etc.) »> Telemetry (i.e. Hardware, Wireless, Cellular, etc.) * Electrical System •> Instruments * Control Philosophy o Review Existing Wastewater SCADA System with City Personnel o Interview City Personnel to Identify Requirements for SCADA System enhancements. o Coordinate site tours of other District/City systems to give the City a better idea of other technologies utilized in the industry. o $14,500.00 payment at completion of phase one • Phase Two - 75% Submittal Wastewater SCADA System Master Plan o Review all documentation gathered during Phase 1 o Schedule/Attend one {1-^regress and-one (1) Review workshops o Submit Meeting Minutes from Workshops for City Approval o Develop Master Plan Report, which will also include, but not limited to the following: »> Existing communication drawings * Evaluate the existing wastewater HMI screens and provide recommendation for improvement •:» Standard P&ID format »> Standard Instruments Bill of Materials (i.e. Manufacturer, Models) * Standard Control Panel Bill of Materials (i.e. PLC, UPS, Power Supplies, etc.) <• Standard Control Descriptions format »:» Electrical Power System Upgrade Recommendation to increase energy efficiency City Attorney Approved Version #05.06.08 10 * Control System Upgrades * SCADA System Upgrades *J« Provide recommendations for effectively sharing data between the City's multiple systems (i.e. SCADA, CMMA, GIS, ADS, etc.) * Engineering Cost Estimate of Options Recommended * Proposed Schedule/Phasing for Completion of Work *:• $14,500.00 payment upon receipt of the draft SCADA master plan • Phase Three - 100% Submittal Wastewater SCADA System Master Plan o Revise Master Plan Report based on City comment provided during the 75% Submittal Workshop, o Schedule/Attend One (1) Review Workshop o Submit Meeting Minutes from Workshop for City Approval o $14,500.00 payment upon receipt of revised master plan • Phase Four - Final Submittal Wastewater SCADA System Master Plan o Revise Master Plan Report based on City comment provided during the 100% Submittal Workshop, o Meet for a Lessons Learned Meeting »> Discuss time table for implementation of Master Plan * The final payment of $14,570.00 upon receipt and acceptance of SCADA Master Plan Submittals - Hard copies and electronic files on CD (including all source, files) will be provided with a compiled PDF of each rendition of the Master Plan package. o (5) Sets of the 75%-Submittal Master Plan o (5) Sets of the 100% Submittal Master Plan o (5) Sets of the Final Submittal Master Plan City Attorney Approved Version #05.06.08 11 EXHIBIT "A" SCOPE OF SERVICES Wastewater SCADA Master Plan Scope of Work • Phase One - Evaluation of Existing Wastewater SCADA System o Request and Organize Wastewater SCADA System information provided by the City o Schedule/Attend Kit-Off Meeting with the City o Site Visits of fourteen (14) Sewer Lift Stations and Central Control Room documenting the following: * Station Control System (i.e. PLC's, Power Supplies, etc.) * Telemetry (i.e. Hardware, Wireless, Cellular, etc.) * Electrical System * Instruments * Control Philosophy o Review Existing Wastewater SCADA System with City Personnel o Interview City Personnel to Identify Requirements for SCADA System enhancements. o Coordinate site tours of other District/City systems to give the City a better idea of other technologies utilized in the industry. o $14,500.00 payment at completion of phase one • Phase Two - 75% Submittal Wastewater SCADA System Master Plan o Review all documentation gathered during Phase 1 o Schedule/Attend one (1) Progress and one (1) Review workshops o Submit Meeting Minutes from Workshops for City Approval o Develop Master Plan Report, which will also include, but not limited to the following: * Existing communication drawings *> Evaluate the existing wastewater HMI screens and provide recommendation for improvement * Standard P&ID format * Standard Instruments Bill of Materials (i.e. Manufacturer, Models) * Standard Control Panel Bill of Materials (i.e. PLC, UPS, Power Supplies, etc.) »t» Standard Control Descriptions format * Electrical Power System Upgrade Recommendation to increase energy efficiency City Attorney Approved Version #05.06.08 10 * Control System Upgrades * SCADA System Upgrades <» Provide recommendations for effectively sharing data between the City's multiple systems (i.e. SCADA, CMMA, CIS, ADS, etc.) * Engineering Cost Estimate of Options Recommended *> Proposed Schedule/Phasing for Completion of Work * $14,500.00 payment upon receipt of the draft SCADA master plan • Phase Three - 100% Submittal Wastewater SCADA System Master Plan o Revise Master Plan Report based on City comment provided during the 75% Submittal Workshop. o Schedule/Attend One (1) Review Workshop o Submit Meeting Minutes from Workshop for City Approval o $14,500.00 payment upon receipt of revised master plan • Phase Four - Final Submittal Wastewater SCADA System Master Plan o Revise Master Plan Report based on City comment provided during the 100% Submittal Workshop. o Meet for a Lessons Learned Meeting <• Discuss time table for implementation of Master Plan «:« The final payment of $14,570.00 upon receipt and acceptance of SCADA Master Plan Submittals - Hard copies and electronic files on CD (including all source files) will be provided with a compiled PDF of each rendition of the Master Plan package. o (5) Sets of the 75% Submittal Master Plan o (5) Sets of the 100% Submittal Master Plan o (5) Sets of the Final Submittal Master Plan City Attorney Approved Version #05.06.08 11 DLT&V SYSTEMS ENGINEERING Cost Proposal for the SCADA Master Plan For Carlsbad RFP Number RFP# 10-003 Company Legal Name DLT&V Systems Engineering, Inc. DLT&V Address 4167 Avenida De La Plata, Ste. 118 Oceanside, CA 92056 DLT&V Contact Person Tracy Adams, P.E , xi(DN DLT&V Phone Number 760.560.0670 Date Submitted December 18, 2009 TIDN INTEGRATION Problem solved. jt DLT&V ^^^•BBBBBV avnTcrue cTKiniKiFPBiftjnBYSTEMS ENGINEERING IRVINE OFFICE 1 6 TECHNOLOGY DRIVE « SUITE 1 OO IRVINE, CALIFORNIA 026 1 B VOICE 94g.S73.a773 * FAX 94e.273.877S DESIGN CONSTRUCTION INTEGRATION OCEANBIDE OFFICE 4107 AVENIOA DE LA PLATA • SUITE 1 IBOCEANSIDE, CALIFORNIA B2OSOVOICE 7ao.sea.oe7s « FAX 7eo.saa.oe7s December 18,2009 Mr. Clayton Dobbs City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008 Re: City of Carlsbad Wastewater SCADA Master Plan Dear Mr. Dobbs: Please find attached DLT&V's cost proposal for the City of Carlsbad Wastewater SCADA Master Plan. DLT&V acknowledges the receipt of Exhibit A - Scope of Work as a separate document from the Request For Proposal (RFP). We are very excited about this project, and we are eager to get started as soon as the City has made a decision. Thank you for reviewing our proposal, and please call if you have any questions. We look forward to the opportunity to meet your needs and exceed your expectations. Sincerely, Mr. Jeff Greinke, P.E. Director of Engineering - California DLT&V Systems Engineering, Inc. ENOINEERINB IRVINE OFFICE 16 TECHNOLOOY DRIVE • SUITE 1ODIRVINE, CALIFORNIA • *• I • VOICE OdO.273.O773 * FAX OaO.273.e77S DESIGN CONSTRUCTION INTEGRATION OCEANBIDE OFFICE 41 07 AVENIDA DE LA PLATA • SUITE 1 !•OCEANSIDE, CALIFORNIA VZOSeVOICE 7eo.sea.oa79 * FAX 7ao.sso.oe7S Appendix I - Proposal Cost City of Carlsbad Wastewater SCADA Master Plan RFP# 10-003 Wastewater SCADA Master Plan Master Plan Tasks Master Plan Services: $58,070 $58,070 1~1 Lump Sum FeeGrand Total: $58,070 r-lu ^ . lc_' bil Hourly, Time and Material Fee Confidential Proposal Cost # 1 2 3 4 5 6 7 8 9 10 12 11 12 13 14 15 16 17 18 19 Sub-Task Depart Manager Project Manager Engineer Designer CAD Drafter Clerical Phase 1 - Evaluation of Existing Wastewater SCADA Master Plan Task 1 - Reauest and Organize Information From the City Task 2 - lOck-off Meeting Task 3 - Site Visits (14 SLS and Central) Task 4 - Review Existing WW SCADA System With City Personnel Task 5 - Interview the City to Identify the Requirements of the New SCADA System Fees Sub Total: Expenses: Total Fees & Expenses: 2.0 2.0 2.0 4.0 16.0 4.0 8.0 34.0 8.0 4.0 24.0 4.0 8.0 48.0 Phase 2 - 75% Submittal Wastewater SCADA Master Plan Task 1 - Review All Documentation Gathered During Phase 1 Task 2 - Workshop #1 (To Clarify Questions Based On Site Evaluation Of The System) Task 3 - Develop SLS Standard P&ID Format Task 4 - Develop SLS Standard Bill of Materials (Instruments and Control Panels) Task 5 - Develop SLS Standard Control Strategy Format Task 6 - Evaluate existing WW HMI Screens and develop recommendations Task 7 - Prepare 75% WW SCADA Master Plan Task 8 - Issue 75% WW SCADA Master Plan To the City Task 9 - Workshop #2 (Discuss 75% Plan + the City Comments) Fees Sub Total: Expenses: Total Fees & Expenses: 12.0 12.0 8.0 4.0 4.0 8.0 6.0 8.0 32.0 2.0 3.0 75.0 8.0 4.0 16.0 16.0 16.0 24.0 40.0 3.0 127.0 1.0 1.0 4.0 16.0 24.0 44.0 8.0 8.0 2.0 1.0 3.0 Phase 3 - 100% Submittal Wastewater SCADA Master Plan Task 1 - Prepare Engineer's Cost Estimate Task 2 - Prepare 100% WW SCADA Master Plan Task 3 - Issue 100% WW SCADA Master Plan to the City Task 4 - Workshop #3 (Discuss 100% Plan + the City Comments) Fees Sub Total: Expenses: Total Fees & Expenses: 1.0 2.0 3.0 4.0 8.0 2.0 3.0 17.0 12.0 16.0 3.0 31.0 2.0 2.0 4.0 4.0 2.0 1.0 3.0 Phase 4 - Final Submittal Wastewater SCADA Master Plan Task 1 - Prepare Final WW SCADA Master Plan Task 2 - Issue Final Submittal of WW SCADA Master Plan to the City Fees Sub Total: Expenses: Total Fees & Expenses: Fees Total: Expenses Total: Total Fees & Expenses: Std Hourly Rates: Total Fees: 1.0 1.0 18.0 $180.00 $3,240 4.0 2.0 6.0 132.0 $141.00 $18,612 8.0 8.0 214.0 $141.00 $30,174 46.0 $92.00 $4,232 12.0 $60.00 $720 Tota G 1.0 1.0 2.0 9.0 $69.00 $621 Tot. Mrs. 11.0 10.0 40.0 8.0 16.0 85.0 16.0 8.0 32.0 40.0 46.0 32.0 86.0 3.0 6.0 269.0 17.0 34.0 3.0 6.0 60.0 14.0 3.0 17.0 431.0 $57,599 Expenses: $471 .rand Total: $58,070 Section Subtot. $11,991 $198 $12,189 $35,377 $87 $35,464 $7,939 $105 $8,044 $2,292 $81 $2,373 $57,599 $471 $58,070 SCADA Master Plan.xls Confidential Appendix I - Proposal Cost Page 1 of 1 DLT&V SYSTEMS ENGINEERING Proposal for the SCADA Master Plan For Carlsbad RFP Number RFP# 10-003 Company Legal Name DLT&V Systems Engineering, Inc. DLT&V Address 4167 Avenida De La Plata, Ste. 118 Oceanside, CA 92056 DLT&V Contact Person Tracy Adams, P.E. DLT&V Phone Number 760.560.0670 Date Submitted December 18, 2009 DESIGN CONSTRUCTION INTEGRATION Problem solved. j£ DLT&V ^^^••••••v BVOYFUB BTKiniihirrBiKiraBYSTEMB ENOINEERINO IRVINE OFFICE1 a TECHNOLOGY DRIVE » SUITE 1 DO IRVINE, CALIFORNIA B26 1 B VOICE 949.Z73.B773 « FAX 949.a73.B77S DESIGN CONSTRUCTION INTEGRATION QCEANSIDE OFFICE 4167 AVENIDA DC LA PLATA • SUITE 1 IB OCEANSIDE, CALIFORNIA O2OS6 VOICE 76O.5SO.O675 • FAX 76O.SSO.a67S December 18,2009 Mr. Clayton Dobbs City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008 Re: City of Carlsbad Wastewater SCADA Master Plan Dear Mr. Dobbs: Please find attached DLT&V's proposal for the City of Carlsbad Wastewater SCADA Master Plan. DLT&V acknowledges the receipt of Exhibit A - Scope of Work as a separate document from the Request For Proposal (RFP). We are very excited about this project, and we are eager to get started as soon as the City has made a decision. Thank you for reviewing our proposal, and please call if you have any questions. We look forward to the opportunity to meet your needs and exceed your expectations. Mr.JeffGreinke,P.E. Director of Engineering - California DLT&V Systems Engineering, Inc. Wastewater SCADA Master Plan LT&V SYSTEMS ENGINEERING 1.0 Contractor's Qualifications A. Company Information Company Name: DLT&V Systems Engineering, Inc. Address: 4167 Avenida De La Plata, Suite 118, Oceanside, CA 92056 Telephone Number: 760.560.0670 Fax Number: 760.560.0675 Project Manager: Tracy Adams, P.E. o Title: Senior Engineering Project Manager o Telephone Number: 760.560.0670 o Email: tadams@dltvse.com B. Organization of Firm The Organization of DLT&V Systems Engineering, Inc. is a corporation. C. Qualifications DLT&V Systems Engineering, Inc. (DLT&V) is an electrical engineering and systems integration firm, with extensive experience providing assessment, design, construction services, and programming for water and wastewater electrical and control systems. Our specialized expertise hi all project phases makes us truly the low-risk solution, enhancing our quality control processes and allowing us to supply turn-key services. Our clients include municipalities, industrial and private utility companies, contractors, and civil engineering firms. We have completed over 1000 projects throughout the West, ranging from brief letter reports to large multi- million dollar design and SCADA system integration projects. Because of our specialization and expertise in control systems engineering and integration for the water/wastewater industry and our reputation as a trusted partner on municipal projects, firms such as CH2M Hill, Carollo, Tetra Tech, MWH, CDM, Black & Veateh, and HDR often utilize DLT&V for their control system planning, design and programming work. This is simply one more illustration that DLT&V is highly qualified to perform the necessary tasks for this project. Water and wastewater SCADA is not just another division at DLT&V.. .it's what we do! .. .firms such as CH2M Hill, Carollo, Tetra Tech, MWH, CDM, Black & Veateh, and HDR often utilize DLT&V for their control system design and programming work. DLT&V has become one of the most sought after electrical engineering firms in the Southwest, specializing in electrical design, construction, system integration, and support because of our dedication to our clients. We are proud to have been named to the EC&M Magazine™ list of the Top 40 Electrical Design Firms in the country in 2007,2008, and 2009, and as a finalist in the Control Engineering Magazine™ System Integrator of the Year competition in 2006 and 2007. As you will see in our personnel section, we have dedicated a highly qualified team of experts to provide leadership for the City of Carlsbad Wastewater SCADA System Master Plan. In fact, we pride ourselves on the number of professional employees who are water/wastewater plant operator certified. DLT&V even conducts in-house operator certification training because we know that having an operator perspective improves our control systems planning, design and integration capabilities. In addition to these skilled practitioners, DLT&V employs dozens of professionals in these fields to provide the necessary resources to complete your projects. Although we are one of the largest electrical engineering and integration firms in the Pagel Wastewater SCADA Master Plan ^ DLT&V ^^^^^. BYRTFMB ENBIMeeRINBBYBTEMB ENGINEERING Western United States, we are nevertheless, certified by the United States Small Business Administration as a Small Business Enterprise (SBE) for SCADA and control system services. Our team possesses the knowledge, training and hands-on experience required to meet your control system integration needs. Our core competencies include extensive experience in Electrical/Instrumentation & Control (E/I&C) design, construction observation, instrument testing and calibration, programming and integration, start-up assistance and commissioning services. Our engineers and programmers come from varied backgrounds. They learned their craft from years in the field where they worked as electricians, instrument technicians, and programmers. We are capable of handling almost any planning, electrical engineering, controls, programming, or support services task. DLT&V even conducts in- house operator certification training because we know that having an operator perspective improves our control systems planning, design and integration capabilities. invensys Wonderware, a business unit of Invensys, recently recognized DLT&V as an 'Endorsed' system integrator (ESI). The selected ESI partners have demonstrated their commitment to providing superior solutions and service to Wonderware customers, and to building a strong Wonderware practice within their businesses. These Sis have been certified for a number of years on ArchestrA technology, and are among the best in class in providing Wonderware customers with comprehensive software solutions that increase customer efficiency, reduce costs and maximize customer profits." (Wonderware Strengthens Partner Ecosystem by Endorsing Selected Systems Integrators and Awarding the Innovation Achievements, October 7,2008). Endorsement requires nomination by Wonderware's regional sales staff, invitation by Wonderware, specific vertical industry capabilities, and a rigorous application and approval process beyond the certification level. DLT&V Systems Engineering is one of only six firms in the United States, and the only firm in California to have successfully completed this process. Page 2 t Wastewater SCADA Master Plan &DLT&V ^^•^^ BYBTEMB ENGINEERING Project Team The DLT&V key team members proposed for this project have an average of over 15 years per person of experience in the Electrical, Instrumentation & Controls field! Mr. Jeff Greinke, P.E. -Department Manager and QA/QC: Mr. Greinke is a registered Professional Engineer in the state of California. He has experience in the design of water and wastewater treatment facilities, power system analysis and coordination software, and electrical design and engineering of combined cycle and cogeneration facilities and substations. Special areas of expertise include protective relay system design and coordination and computer modeling and analysis of plant electrical systems. Mr. Greinke's responsibilities include providing project quality assurance and control. Mr. Tracy Adams, P.E. - Project Manager Tracy Adams is a six-sigma greenbelt and a professionally registered engineer in the state of California with more than 20 years of engineering experience in industrial controls and power management. Tracy provided engineering services on the integration of the Twin Oaks Valley Water Treatment Plant. He provided design, quality control, factory acceptance testing, and field start-up for over 40 PLC panels. Mr. Adams experience includes application engineering for industrial control systems, designing control panels, instrument selection and startup, and network design. Mr. Carl Hoffman - Engineering Support Staff Mr. Hoffman has over 20 years of experience in high-tech industry. He possesses a strong background in control systems engineering with expertise in field Instrumentation & Controls, remote communications, and DCS/SCADA system hardware and software technology integration. Page3 Wastewater SCADA Master Plan ^ DLT&V ^^^^k. SYSTEMS ENGINEERING Past Project Record of Performance The following projects are examples of DLT&V's prior successful experience with SCADA Master Plans and Needs Assessments. Projects referenced met schedule and cost expectations, excluding client requested changes to scope. The references provided can speak to our quality work and dedication. San Luis Obispo, CA: SIX) SCADA System Upgrade Assessment Reference Contact:Mr. Gary Henderson (805) 781-7237 Project Description: DLT&V was hired to develop a SCADA System Upgrade Assessment Report, which documented the existing Water and Wastewater Systems and provided recommendations for the development of the District's Design Standards with a plan for upgrading the SCADA system to current industry standards for communications, PLC's and HMI. The report also provided direction for all new development within the District's jurisdiction. Valley Center, CA: Valley Center SCADA Master Plan & Upgrade Reference Contact:Mr. WallyGrabbe.P.i: (760)749-1603 Project Description: DLT&V authored the Valley Center Municipal Water District's SCADA Upgrade Master Plan. The implementation of the upgrade is to include 67 sites. DLT&V developed the SCADA system pilot project and was then contracted to design, integrate, and commission Phase I of the expansion. Principal features of the overall upgrade will include replacing an existing tone telemetry system with PLCs and a radio based network, upgrade to 60+ remote sites, SCADA site improvements. The new system will cover all reservoirs, pump stations, and treatment facilities, utilizing Ethernet radios, Allen-Bradley PLCs, and Wonderware InTouch HMI. The District has not yet proceeded beyond Phase I. Banning, CA: SCADA Evaluation Report Reference Contact:Mr. Perry Gerdes (951)849-3273 Project Description: DLT&V was retained by the Public Utilities Dept. of the District of Banning, California to prepare and submit a SCADA Evaluation Report for client review and comment. The report includes a comprehensive evaluation of their current 10-year old SCADA system as well as recommendations for the development of new SCADA system standards along with a phased implementation plan for upgrading the existing Water Division's SCADA system to current industry standards for its Central Computer System, wireless WAN communications, and field instrumentation and RTUs. The report also provides future direction for all new development within the District's jurisdiction. The District's goal is ultimately to have a new SCADA system designed which promotes the utilization of cost effective standard hardware and software that will reduce their dependence on single suppliers for ongoing system support. The cost opinions for DLT&V's recommendations were also included in the report along with a computerized radio path analysis. Avondale, AZ District of Avondale Water SCADA Master Plan Reference Contact:Ms. Lisa Johnson (623)333-4400 Project Description: This project consisted of providing consultant services for a preliminary design study and report for the District of Avondale Water Master SCADA Five Year Plan to accomplish full monitoring and controls of the water system for this District of over 75,000 people. The focus of the preliminary design study and report was to recommend how best to utilize the Master SCADA system, define the requirements to achieve SCADA optimization, provide budgetary cost estimates for implementation, and prepare a recommended implementation schedule. DLT&V is now has a professional services agreement with the District of Avondale to support implementation of the recommendations. Page 4 Wastewater SCADA Master Plan j£ DLT&V ^^jH^^. SYSTEMS ENGINEERING Centennial, CO ACWWA SCADA Assessment and Master Plan Reference Contact:Mr. Arnie Reil (303) 790-4830 Project Description: DLT&V was hired by the Arapahoe County Water & Wastewater Authority (ACWWA) to prepare a SCADA Master Plan to strategically integrate ACWWA's plants and guide future expansion and upgrades to the SCADA system. The main intent of the SCADA System Master Plan was to assist ACWWA in developing common standards designed to minimize variability within the SCADA system projects. In creating the report, DLT&V conducted a complete system assessment with site evaluations and radio path surveys, developed standards for materials and manufacturers, proposed control system logic for integrating the plant control systems, developed standard specifications for programming of SCADA HMI software and PLCs, and provided a sample network architecture drawing and sample HMI screen symbols, faceplates, trend screens, and tagnaming conventions. DLT&V has now been selected to begin implementation of the plan. D. Firm's Officers and Title Name Brian Downing, P.E. Melinda Tarn, P.E. Sam Vandivort Title President, CEO Vice-President, COO Vice-President, CAO PageS T&V SYSTEMB ENGINEERINGWastewater SCADA Master Plan 2.0 Other Requirements A. Scope of Work/Approach General Approach: Quality, Schedule, and Budget DLT&V is committed to providing control solutions that balance innovation with common sense. We are dedicated to providing the best design value. That means more quality and fewer change orders. Our company "tag-line" is Problem solved. As engineers and integrators, our job every day is to solve problems for our clients. DLT&V understands not only that quality results are expected, but that they must be delivered on- or ahead of schedule and on- or under-budget. That is why maintaining appropriate schedule and cost controls is a major focus and priority of our Project Manager. As just one example of our commitment in this regard, we have successfully delivered over 100 successful projects for a single client in the last eight years, with a value of nearly $3 million, on-time and within budget. We emphasize the importance of meeting schedules with our management, design team, and site team. We make schedule agreements and commitments early in the planning phase of a project and stick to them. All project activities from conceptual design through post construction and owner operation are scheduled and monitored on scheduling software. Similarly, accurate budgeting is critical to a successful project. Our team will provide accurate cost data to the City. The budget and costs are tracked on our management information system (MIS), with the capability to provide a detailed breakdown of cost categories by project tasks with associated cost variances. This allows the team to identify areas that need attention to stay within budget at any point during a project. Project Understanding We believe the most significant factor affecting the team's ability to successfully complete this project on- schedule and within budget will be complete understanding of, and familiarity with, the City's preferences and standards. Another major aspect is to have continuous dialog with the City to get buy off to the options before including the in the report. This will reduce the amount of time the City needs for their submittal reviews. This experience and knowledge enhances our ability to work effectively and efficiently with the City in the development of this Master Plan. Once the needs of key stakeholders within the City have been identified, those needs must be communicated clearly and consistently so that consensus can be achieved on their prioritization. To this end a series of workshops will be held to gather "As-Is" information on the existing systems as well as buy-in from all the related stakeholders during the development of the Wastewater SCADA System Master Plan. The development of the Master Plan will be a collaborative effort between the City and DLT&V to meet the overall requirements set forth over the following years. Submittals - Hardcopies and electronic files on CD (including all source files) will be provided with a compiled PDF of each rendition of the Master Plan package. o (5) Sets of the 75% Submittal Master Plan o (5) Sets of the 100% Submittal Master Plan o (5) Sets of the Final Submittal Master Plan Page 6 Wastewater SCADA Master Plan &DLT&V ^TijBW. BYBTEMB ENGINEERING Phase One - Evaluation of Existing Wastewater SCAD A System o Request and Organize Wastewater SCADA System information provided by the City o Schedule/Attend Kick-Off Meeting with the City o Site Visits of fourteen (14) Sewer Lift Stations and Central Control Room documenting the following: Station Control System (i.e. PLC's, Power Supplies, etc.) Telemetry (i.e. Hardware, Wireless, Cellular, etc.) Electrical System Instruments Control Philosophy o Review Existing Wastewater SCADA System with City Personnel o Interview City Personnel to Identify Requirements for SCADA System enhancements. o Coordinate site tours of other District/City systems to give the City a better idea of other technologies utilized in the industry. • Phase Two - 75% Submittal Wastewater SCADA System Master Plan o Review all documentation gathered during Phase 1 o Schedule/Attend one (1) Progress and one (1) Review Workshops o Submit Meeting Minutes from Workshops for City Approval o Develop Master Plan Report, which will also include, but not limited to the following: Existing communication drawings Evaluate the existing wastewater HMI screens and provide recommendation for improvement Standard P&ID Lift Station format Standard Instruments Bill of Materials (i.e. Manufacturer, Models) Standard Control Panel Bill of Materials (i.e. PLC, UPS, Power Supplies, etc.) Standard Lift Station Control Descriptions format Electrical Power System Upgrade Recommendation to increase energy efficiency Control System Upgrades SCADA System Upgrades Provide recommendations for effectively sharing data between the City's multiple systems (i.e. SCADA, CMMS, GIS, ADS, etc.) Engineering Cost Estimate of Options Recommended Proposed Schedule/Phasing for Completion of Work • Phase Three -100% Submittal Wastewater SCADA System Master Plan o Revise Master Plan Report based on City comment provided during the 75% Submittal Workshop. o Schedule/Attend One (1) Review Workshop o Submit Meeting Minutes from Workshop for City Approval • Phase Four - Final Submittal Wastewater SCADA System Master Plan o Revise Master Plan Report based on City comment provided during the 100% Submittal Workshop. o Meet for a Lessons Learned Meeting o Discuss time table for implementation of Master Plan Page 7 £ DLT&V ^Ofl SYSTEMS ENGINEERINGSYSTEMS ENGINEERING Wastewater SCADA Master Plan Proposed Method of Proceeding with the Project Our approach, on this project as on every project, will be to work in close liaison with the City staff. We have a proven track record of listening carefully, interpreting accurately, and translating the information we gain into accurate designs and documentation. We will be providing project management execution based on the fundamentals put forth by the Project Management Institute, an internationally recognized leader in Project Management standards and execution. Furthermore, as a part of our planning process, a Risk Management Plan will be developed and implemented to identify potential risks and opportunities. For each risk/opportunity classified, potential triggers will be identified and plans to mitigate the risk or exploit the opportunity will be developed. This approach is based on our current understanding of the City's needs based on information received in the multiple meetings with the City. If needed, the approach could be modified if warranted by additional clarification of the City's objectives, drawings and documentation received from the City, and/or field conditions discovered during the initial phase of existing system evaluation. A more complete itemization of tasks was provided in the scope of work section, but some of the initial tasks required to proceed through the first few phases of the project would include: 1. Meeting with City personnel to clarify the scope of work and establish clear project objectives. DLT&V will work with the City to fully document the current system and the City's vision of how they would ultimately like to use their system. This will include existing control system hardware and software, control functionality, and communication infrastructure. Any necessary proposal modifications due to scope clarification from the City will be finalized. 2. Reviewing all available documentation of the existing system and plans, specifically to include any other Master Plans developed and Draft Existing SCADA Network Diagrams, as well as copies of existing HMI/PLC/OIT programs (as appropriate). 3. Developing a plan for the SCADA System Inventory. This will include development of inventory forms tailored to obtain essential information from each site included in the inventory. There will be one inventory form for each site. The inventory forms will be stored on tabs in an Excel workbook. The inventory forms will contain PLC type, communication type, current load on power supplies, GPS coordinates of the site, and any other information pertinent to the SCADA system. 4. Site visits and inventories will be associated with specific workshops (pre- or post-). In some cases workshop outcomes will help identify information to be gathered from sites, while in other cases, the findings from site visits will be discussed in the workshops. 5. Upon completion of the inventories, DLT&V will perform an evaluation of the existing SCADA Systems. Areas to be evaluated include: A. The existing communication system between sites. B. Evaluation of existing network at master site and remote sites i) Internal network configuration ii) Network security iii) Secure access for external users (VPN) C. Evaluation of SCADA computer hardware D. Evaluation of SCADA computer and PLC software E. Evaluation of the data collection visualization, history recording, and reporting aspects of the existing SCADA system PageS £ DLT&V ^ SYSTEMS ENGINEERING^^^_ SYSTEMS ENGINEERINGWastewater SCADA Master Plan 6. Multiple workshops will be held with the City Personnel to facilitate the review of the existing system, plan for the growth of the system and develop standards for various system components. Due to the aggressive schedule of the project, DLT&V will have meetings or workshops with the City personnel in eight weeks of the project. These regular meetings, combined with consistent and proactive email and telephone communications, will ensure that the City stays informed on the progress of the project during the early phases. Furthermore, monthly progress reports are incorporated as a regular component of our project management. B. Schedule DLT&V proposes the following project schedule. Page 9 CITY OF CARLSBAD Wastewaler SCADA Master Plan ID JO 22 Task Name Phase 1-Evaluate Existing SCADA System Request and Organize Information From the City Kick-Off Meeting Site Visits Review Existing WW SCADA System with City Personnel Interview the City to Identify Requirements for New SCADA System Phase 2-75% Submittal Master Plan Review All Documentation Gathered During Phase 1 Workshop #1 (Progress Workshop) Develop WW SCADA Master Plan Issue Master Plan to the City City Review of Master Plan Workshop #2 (Review Workshop) Phase 3-100% Submittal Master Plan Update WW SCADA Master Plan Issue Master Plan to the City City Review of Master Plan Workshop #3 (Review Workshop) Phase 4-Final Submittal Master Plan Update WW SCADA Master Plan Issue Master Plan to the City Design Completed Duration 6 days 3 days 0 days 3 days Odays Odays 20 days 2 days Odays 14 days Odays 5 days Odays 15 days 9 days Odays 5 days Odays 5 days 5 days Odays Odays Start Mon 1/11/10 Mon 1/11/10 Mon 1/11/10 Mon 1/11/10 Mon 1/18/10 Tue 1/19/10 Mon 1/18/10 Wed 1/20/10 Tue 1/26/10 Mon 1/18/10 Fri 2/5/10 Mon 2/8/10 Mon 2/15/10 Mon 2/15/10 Mon 2/15/10 Fri 2/26/10 Mon 3/1/10 Mon 3/8/10 Mon 3/8/10 Mon 3/8/10 Mon 3/15/10 Mon 3/15/10 Finish August Tue 1/19/10 Wed 1/13/10 Mon 1/11/10 Wed 1/13/10 Mon 1/18/10 Tue 1/19/10 i Mon 2/15/10 Thu 1/21/10 Tue 1/26/10 Thu 2/4/10 Fri 2/5/10 Fri 2/12/10; Mon 2/15/10 Mon 3/8/10 Thu 2/25/10 Fri 2/26/10 Fri 3/5/10 Mon 3/8/10 Mon 3/15/10 Fri 3/12/1OJ Mon 3/15/10 Mon 3/15/10 Septemb October Novembe Decembe January February March Project: Schedule.mpp Date: Thu 12/17/09 Task Split Progress Milestone Summary Project Summary External Tasks External Milestone ^ Deadline Page 10 ^ DLT&V ^ SYSTEMS ENQINEERINB.^^_ SYSTEMS ENQINEERINBWastewater SCADA Master Plan C. Contractor Certifications <• DLT&V currently has seven (7) full time registered professional engineers on staff. Two (2) of these staff members are located in the Oceanside office. •J» DLT&V was recently awarded the highest level of certification and partnership with Wonderware, and we are now one of only six (6) Wonderware 'Endorsed' systems integrator (ESI) in the United States. Page 11 ^ DLT&V ^ SYSTEMS ENGINEERING„ ^^_ SYSTEMS ENGINEERINGWastewater SCADA Master Plan Conclusion Why should you select DLT& Vfor your project? DLT&V Systems Engineering is uniquely qualified to help you maximize the efficiency and integrity of your electrical and control systems. DLT&V is an award-winning leader in E/I&C design and integration. We have start-to-finish project expertise. Our staff experience is unparalleled. Why should you select DLT&V for your project? *!* DLT&V has the staff resources needed to help make your project a success *t* DLT&V holds the necessary certifications to ensure a successful project *t» Our key team members average over 15 years of significant industrial process control experience per person, as well as, past experience with the City's wastewater system «J* Our engineers are field-trained, hands-on professionals with electrical and process control construction experience •J* Our turn-key capabilities give us a 360 degree perspective on your needs •J« We are familiar with numerous design and programming standards and are able to work with your existing standards or help you develop standards to guide your future system growth »J* Our procurement experience gives us the knowledge we need to prepare realistic opinions of construction cost for process control systems *J» As part of our process we routinely evaluate alternatives for our clients' process control needs in order to select cost effective alternatives •J« We understand what operators need to run their plants •J* We seek feedback to make sure we are meeting your requirements •J» Our primary goal is to make your project a success story for you! We look forward to meeting your needs and exceeding your expectations 3.0 Contractor's Proposed Cost of Services The Proposed Cost can be located in a separate enclosed Sealed Envelop. 4.0 Signed Insurance Affidavit A signed insurance affidavit can be found on the following sheet. Page 12 ACORD, CERTIFICATE OF LIABILITY INSURANCE „£&.£* PRODUCER Stuckey Ins 6 Assoc Agencies 5343 N. 16th Street, Suite 110 Phoenix AZ 85016 Phone: 602-264-5533 Fax:602-279-9336 MSUREO DLT&V Systems Engineering. Inc 4167 Avenida de la Plata #118 Oceanside CA 92056 DATE (MM/DD/YYYY) 12/17/09 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Traveler! Indamity Co of CT A INSURERS: XL Specialty In. Co A INSURER C: INSURER D: INSURER E: NAIC* 37885 COVERAGES TH AN Mt PC M9KLTR A A A A B E POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING Of PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH HJCIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. vuin. NSRO X TYPE OF INSURANCE GENERAL LIABILITY X IT COMMERCIAL GENERAL LIABILITY | CLAIMS MADE | X | OCCUR Contractual Liab GEW. AGGREGATE LIMIT APPLIES PER:npauwiJTissr FKoc AUTOMOBILE LIABILITY X X X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY X | OCCUR | | CLAIMS MADE X DEDUCTIBLE RETENTION $10000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECimVEOFFICER/MEMBER EXCLUDED? If ye*, describe underSPECIAL PROVISIONS below OTHER Professional Liab DESCRIPTION OF OPERATIONS / LOCATIONS / VEHK Professional Liability - C Valauable Papers $100,000 Project: Carlsbad Municipj The City of Carlsbad is ii contract as respects to Gk POLICY NUMBER 680-4500L487 BA3993M841 CUP6990Y60A UB6403Y44507 (AZ, C OB6404Y36207 <NV) DPR966507 LES / EXCLUSIONS ADDED BY ENDORSI :iaims Made - Retro I il Water District Was icluded as additional ineral Liability.* ej DATE(MMflXVYY) 06/01/09 06/01/09 06/01/09 A) 06/01/09 06/01/09 06/06/09 ^oSCSSWr 06/01/10 06/01/10 06/01/10 06/01/10 06/01/10 06/06/10 UMTTS EACH OCCURRENCE UAMAUE 1 U KtN 1 tUPREMISES (Ea occurence) MED EXP (Any one person) PERSONAL ft ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGO COMBINED SINGLE LIMIT(Ea accident) BODILY INJURY (Per person) BODILY INJURY(Per accident) PROPERTY DAMAGE(Per accident) AUTO ONLY - EA ACCIDENT OTHFRTHAN EAACC AUTO ONLY: ^ EACH OCCURRENCE AGGREGATE X YVt; S 1 A1U- OTH-TORY LIMITS ER E.L EACH ACCIDENT EJ-. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ 1000000 $ 300000 $5000 $ 1000000 $ 2000000 $2000000 $ 1000000 $ $ $ $ $ $ $ 3000000 $ 3000000 $ $ $ $ 1000000 $ 1000000 $ 1000000 Per Claim 2000000 Aggregate 2000000 WENT / SPECIAL PROVISIONS >ate 09-26-97 stewater SCADA Master Plan L insured as per written ccept 10 days for non payment CERTIFICATE HOLDER CANCELLATION CZCAR-1 City of Carlsbad Carlsbad Utilities Dept 5950 El Camino Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, fTS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESEm/IWE .-/ . y/V ACORD 25 (2001/08)©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurers), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08)