HomeMy WebLinkAboutResolution No. R23-09RESOLUTION NO. R23-09
A RESOLUTION OF THE CITY COUNCIL AUTHORIZING THE MAYOR TO
ACCEPT THE PROPOSAL FROM IN CONTROL, INC. FOR CITY OF LAUREL
WASTEWATER TREATMENT PLANT UPGRADES AND EXECUTE ALL
RELATED DOCUMENTS.
BE IT RESOLVED, by the City Council of the City of Laurel, Montana:
Section 1: Approval. The Proposal (Proposal # QP22121201-06) from In Control, Inc.
(hereinafter "the WWTP Upgrade Proposal"), as well as all other respective agreements related
to the performance of the services to be provided by In Control, Inc., copies attached hereto
and incorporated herein, are hereby approved.
Section 2: Execution. The Mayor is hereby given authority to accept the WWTP
Upgrade Proposal, as well as execute all necessary agreements for the provision of services by
In Control, Inc., as reflected in the documents attached hereto and incorporated herein.
Introduced at a regular meeting of the City Council on the 14th day of February 2023
by Council Member Wheeler.
PASSED and APPROVED by the City Council of the City of Laurel, Montana on the
14th day of February 2023.
APPROVED by the Mayor on the 14th day of February 2023.
CITY OF LAURE
Dave Waggoner, M
ATTEST:
OF Q
AeZ,4A ..............
St er, Clerk -Treasurer • . ►
:SEA 2
COUN��.�°�•
R23-09 Authorize Proposal for WWTP Upgrades
APPROVED AS TO FORM:
aAd( Lpe-�
Michele L. Braukmann, Civil City Attorney
R23-09 Authorize Proposal for WWTP Upgrades
cvntrnl
PROPOSAL # QP22121201-06
To: City of Laurel
Attn: Kurt Markegard - Public Works Director
Thomas Henry - Chief Operator
Re: City of Laurel WWTP Upgrades
In Control, Inc.
5301 E River Rd, Suite 108
Fridley, MN 55421
Date: January 5, 2023
From: Cade Beeton
Valid: 30 days
Page: 1 of 5
In Control, Inc. is pleased to provide our proposal for materials and services as part of the project referenced
above. This proposal is based upon the pre -engineering survey performed by In Control Inc. in September
2022. It is the intent of In Control to incorporate our proven standards and programing as much as possible on
an upgraded control system to provide effective and efficient operation of the City of Laurel WWTP for
decades to come.
This proposal is broken up into two separate phases with a deduct if both phases are accepted up front.
Accepting Phase 1 and Phase 2 up front will eliminate running two separate SCADA systems simultaneously
and significantly reduce costs from programming changes and licensing for the existing Wonderware SCADA
system.
Phase i includes replacing the existing operator interface terminals (OITs) with Allen Bradley PanelView Offs
for the Headworks Building Panel, Digester Building Panel, and Control Building panel. Phase 1 also includes
replacing the obsolete GE Genius Bus protocol, GE Fanuc 90-30 programmable logic controllers (PLCs) and the
other obsolete equipment in the existing control panels listed in the items below. Phase 1 includes reusing
and updating the existing Wonderware SCADA system and licensing on a new SCADA computer running
Windows 10. Windows 7 is no longer in support and is a security liability. We will attempt to interface with
the existing big -screen TV; if there is a compatibility issue we will work with the city to replace it.
Phase 2 includes replacing the existing operator interface terminals (OITs) with Allen Bradley PanelView OITs
for (2) Blower Building panels, (1) Solids building panel, and (1) Anaerobic Basin Remote 10 Panel. Phase 2
also includes replacing the existing Wonderware SCADA system with Rockwell's FactoryTalkView SE Station to
match the SCADA system in the Laurel Water Treatment facility. A key benefit in upgrading to the Allen Bradley
equipment is that they will provide an entire plant control node offering an industrial grade backup of the
main SCADA computer and also reduce the variety of spare parts required to keep on hand.
City's Electrical contractor to furnish, install and terminate fiber optic cable from Control Building to
Headworks Building and Digestor Building.
SILVER
System Integrator
A R=WELL•UTOMAT MPUT1[M
*OatchGuard ONE I Partner
QP2212 1201-06 City of Laurel WWTP Upgrades PAGE 2 of 5
Proposed Materials and Services
Item 1- Professional Engineering Services as the System Integrator
A. One project manager will be assigned as a primary point of contact through project completion
B. A project team consisting of up to (3) engineers will be assigned to the project
C. Engineering review meetings will be conducted on a timely basis as required
D. Industry best practices, proven control approaches and standardized objects will be implemented in
the design, configuration, and development of the entire system
E. PLC, OIT, and SCADA Programming is included and will be tested prior to start up
F. The entire design including control panel drawing updates, motor control schematics, and
instrumentation schematics will be completed internally with functional testing prior to start up
G. Electronic drawings will be drafted and submitted for approval. As Built drawings will be provided
electronically upon shipment of control panels. Final drawings and 0&M documents will be provided
electronically after substantial completion
Item 2 - Phase 1
In Control will furnish and install PLC racks, OITs, network equipment, and end -of -life components. Field
instruments will be furnished loose for installation by others.
A. Headworks Building
1. Allen Bradley CompactLogix PLC CPU and 1/0 Modules
2. 12" PanelView Plus 7 Performance OIT
3. 8 -Port Fiber/Copper Ethernet Switch
4. Fiber Patch Panel, Patch Cable, Adapter Plate
5. Replacement end -of -life components as needed, including Intrinsic Safety Barriers
B. Digester Building
1. Allen Bradley CompactLogix PLC CPU and 1/0 Modules
2. 12" PanelView Plus 7 Performance OIT
3. 8 -Port Fiber/Copper Ethernet Switch
4. Fiber Patch Panel, Patch Cable, Adapter Plate
5. Replacement end -of -life components as needed
6. Sump Pump controllers with float switches for backup control and replacement Intrinsic Safety
Barriers
IN77 M7 Aoe
QP22121201-06 City of Laurel WWTP Upgrades PAGE 3 of 5
C. Control Building
1. Allen Bradley CompactLogix PLC CPU and 1/0 Modules
2. 12" PanelView Plus 7 Performance OIT
3. Sensaphone 8 -Channel Hardware Dialer
4. Redundant Barnett Cellular Dialer - (recurring cellular charges are responsibility of the city)
5. Fiber Patch Panel, Patch Cable, Adapter Plate
6. Replacement end -of -life components as needed
D. SCADA Computer
1. Dell Precision 3460 Tower PC, Solid State
2. Microsoft Office Professional
3. Keyboard and Mouse
4. (2) 24" Dell Ultrasharp Monitors
5. Stereo Soundbar
6. True Online UPS and power strip with surge protected outlets
7. WatchGuard Firewall with one year of Total Security Suite
E. SCADA Software
1. The existing Wonderware installation will be updated to include screens, setpoints, and levels for
the Headworks, Digester, and Control buildings. This will require an upgrade to the latest version
and support from Wonderware.
F. Spare Parts
1. A spare PLC CPU and an 1/0 module of each type used will be provided
2. A spare 24 VDC power supply will be provided
Item 3 - Phase 2
In Control will furnish and install hardware and software for Phase 2.
A. SCADA Software
1. A new FactoryTalkView SE Station, Unlimited Display, Perpetual License application will be created
to replace the Wonderware installation.
B. OIT Replacement — Maple Systems OITs will be replaced with 12" PanelView Plus 7 Performance OITs in
the following locations:
1. (2) Blower Building
2. (1) Solids Building
3. (1) Anaerobic Basin Remote 1/0 Panel
Item 4 - Deduct
In the event that Phase 1 and 2 are purchased simultaneously, the Wonderware software upgrade under
Phase 1 will no longer be necessary. The deduct removes the Wonderware update and integration.
QP22121201-06 City of Laurel WWTP Upgrades PAGE 4 of 5
Proposal Summary
NET TOTAL PRICING:
The following prices apply to the proposed materials and services:
Phase 1: $ 223,187
Phase 2: $ 160,927
Net Total: $ 3841114
Deduct: $ 63,755
Net Total with Deduct: $ 320,359
Sales and Use Taxes: Excluded
Freight: Included, FOB shipping point
EXCLUSIONS:
Our proposal does not include the following:
o Bonding, Permits, Licenses, or Fees of any kind
o Removal, demolition, or disposal of existing equipment
o Field installation of equipment, enclosures, instrumentation, or other products provided
o Fasteners or mounts, wire, raceway, or fittings required for field installed products
o Termination of any field wiring such as line power, control signals, instrumentation, etc.
o Normal and customary items provided by a general or electrical contractor
o Electrical Studies, Tests, or Inspections that are not detailed in this proposal
o Network Media or Testing that are not defined in the scope of work detailed in this proposal
o Any equipment or services that are not defined in the scope of work detailed in this proposal
o Shipping costs to locations other than the primary project site
Thank you in advance for the consideration of our offer and for the opportunity to work together. Should you
have any questions regarding this proposal, please contact me directly at your convenience. I look forward to
hearing from you soon to secure and coordinate this project.
Best Regards,
Cade Beeton
Technical Sales Engineer
Mobile: 406.661.4795
Office: 763.783.9500
E -Mail: cade.beeton@incontrol.net
Bob Dietrich
Estimator
Mobile: 612.210.2944
Office: 763.783.9500 x2004
E -Mail: bob.dietrich@incontrol.net
ACCEPTANCE: To a t this propos lease return a signed copy with purchase order. Thank you!
Signature: ^ '�`� Purchase Order:
Print Name !J WA-660iy% Date:
Title: lu kw ., Proposal Number: QP22121201-06
QP22121201-06 City of Laurel WWTP Upgrades PAGE 5 of 5
Standard Terms and Conditions of Sale
These terms and conditions are in effect between the party ("Purchaser") issuing the purchase order ("Order") and In Control, Inc. ("In
Control").
1. ACCEPTANCE - Acceptance of this Order will be in writing within 30 days of Order receipt, subject to approval of the Purchaser's
credit by In Control and compliance with the acceptance criteria set forth herein. Upon acceptance, this Order will constitute the
entire agreement between In Control and Purchaser, supersede all prior negotiations and discussions, and may not be modified
or terminated except in writing signed by both Purchaser and In Control.
2. TERMINATION - Notification of termination of this Order shall be made in writing with 14 days notice. If Purchaser terminates this
Order at no fault of In Control, Purchaser shall pay for services rendered at In Control's published rates, reimbursable expenses,
and equipment ordered through the date of termination. This payment will also include a fee of 10% of the Order value to cover
the expense of terminating the contract.
3. ATTORNEY FEES - If either party commences or is made a party to an action or proceeding to enforce or interpret this Order, the
prevailing party in such action or proceeding will be entitled to recover from the other party all reasonable attorneys' fees, costs
and expenses incurred in connection with such action or proceeding or any appeal or enforcement of any judgment.
4. INDEMNIFICATION - Purchaser will indemnify and hold harmless In Control from and against any and all claims, actions,
proceedings, costs, expenses, losses and liability, including all reasonable attorneys' fees, costs and expenses, arising out of or in
connection with or relating to any goods or services not furnished by In Control pursuant to this Order, including without
limitation all product liability claims and any claims involving personal injury, death or property damage. The obligations set
forth in this Section will survive the termination or fulfillment of this Order.
5. LIMITATIONS OF LIABILITY - In no event will In Control be liable in contract, tort, strict liability, warranty or otherwise, for any
special, incidental or consequential damages, such as delay, disruption, loss of product, loss of anticipated profits or revenue,
loss of use of the equipment or system, non -operation or increased expense of operation of other equipment or systems, cost of
capital, or cost of purchase or replacement equipment systems or power. In particular, unless otherwise agreed to in writing
between the Purchaser and In Control, In Control will not accept liquidated damages.
6. FORCE MAJEURE - In no event shall In Control be responsible or liable for any failure or delay in the performance of its obligations
hereunder arising out of or caused by, directly or indirectly, forces beyond its control, including, without limitation, strikes, work
stoppages, supply chain disruptions, accidents, acts of war or terrorism, civil or military disturbances, health crises, nuclear or
natural catastrophes or acts of God, and interruptions of utilities, communications or computer services. It being understood that
In Control shall use all commercially reasonable efforts to resume performance as soon as practicable under the circumstances.
7. WARRANTY - In Control warrants that the goods and services furnished will be of good quality, free from defects in material,
design and workmanship will conform to the specifications and drawings and be suitable for their intended purpose. This
warranty will be in force for eighteen (18) months after shipment or twelve (12) months from startup, whichever is shorter. Any
remaining allotments for Purchaser or end owner/engineer-initiated changes and call-back expire with the warranty period and
are not refundable. In Control reserves the right to terminate warranty should the Purchaser's account be in arrears.
8. TRANSPORTATION - Unless otherwise specified, all deliveries from In Control will be F.O.B. factory, freight prepaid.
9. ESCALATION - This Order is conditioned upon the ability of In Control to complete the work at present prices for material and at
the existing scale of wages for labor. If In Control is, at any time during the term of the Order, unable to complete the work at the
present prices and wages, then the Order sum shall be equitably adjusted by change order to compensate In Control for
significant price increases, where a significant price increase is defined as a change of 10% or more between the date of quote and
the date of applicable work.
10. PAYMENT TERMS -The payment terms are due upon invoice receipt. Any balance remaining over 31 days beyond the invoice date
will be subject to a 2.0% monthly service fee until paid. Debit or credit card payment is accepted and subject to a 3.0% surcharge
of the payment amount. Should a payment default occur In Control reserves the right to stop all work, including but not limited to
startup of equipment. All reasonable attempts will be made between both parties to resolve the disputed portions of any invoice
within the payment terms.
Order value will be invoiced in full upon shipment unless specific terms are described in the proposal. No retainage is allowed.
11. NONWAIVER - The failure by In Control to enforce at any time, or for any period of time, any of the provisions hereof will not be a
waiver of such provisions nor the right of In Control thereafter to enforce each and every such provision.
12. REMEDIES - Remedies herein reserved to In Control will be cumulative and in addition to any other or further remedies provided
in law or equity.