HomeMy WebLinkAbout2015/01/13 City Council Resolution 2015-011RESOLUTION NO. 2015 -011
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK
AUTHORIZING AND APPROVING AN AGREEMENT WITH TELSTAR
INSTRUMENTS FOR PRESSURE REDUCING VALVE CONTROLS FOR THE
WATER TRANSMISSION MAIN — PROJECT NO. 2004 -08
WHEREAS, the City of Rohnert Park (City) is completing its Water Transmission Main
Project which provides a cross -town transmission facility to deliver water at Sonoma County
Water pressure to a planned, elevated storage tank in eastern Rohnert Park; and
WHEREAS, the City has maximized the value provided by this new facility by installing
two new interties between the new transmission main and the existing water distribution system;
and
WHEREAS, the new interties include two new pressure reducing valve stations to adjust
the Sonoma County Water Agency's transmission system pressure to the same level as the City's
normal water system distribution pressure; and
WHEREAS, the two new pressure reducing valve stations can be monitored by the City's
Supervisory Control and Data Acquisition System (SCADA) system allowing City staff to
monitor and make remote adjustments to the system which reduces the overall cost of operation;
and
WHEREAS, the work required to install control system components and program the
SCADA system is unique and specialized work that cannot be performed by the general
contractor constructing the Water Transmission Main Project; and
WHEREAS, Telstar Instruments (Contractor) has maintained and modified the City's
SCADA system in the past and has appropriate and unique qualifications to perform the unique
and specialized work associated with connecting the new pressure reducing values to the City's
control system; and
WHEREAS, the City has obtained a proposal from Contractor for this work and the
proposal is for less than $100,000; and
WHEREAS, the City of Rohnert Park Municipal Code Title 3 Chapter 3.04 provides that
the City's purchasing functions shall be governed by the City's purchasing policy; and
WHEREAS, consistent with City of Rohnert Park Purchasing Policy Section 7.2, the City
Council hereby finds that the Contractor meets the requirements for Sole Source purchasing as
they perform a "complex and unique function" in terms of instrumentation and control system
work because, by virtue of their extensive experience with the City's system, they understand the
work required and are therefore in the best position to match the construction and programming
of the new components with the City's existing SCADA system, scope the project appropriately,
and execute the work efficiently.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert
Park that the above recitals are true and correct and material to this Resolution.
BE IT FURTHER RESOLVED that the City Council does hereby authorize and
approve the agreement with Telstar Instruments for the Pressure Reducing Valve Controls for the
Water Transmission Main — Project No. 2004 -08; compatibility and other factors considered, to
wit:
Contractor
Telstar Instruments
Concord, CA
Total Not to Exceed
$66,500.00
BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed
to take all actions to effectuate this agreement for and on behalf of the City of Rohnert Park,
including execution, if necessary, in substantially similar form to the agreement attached hereto as
Exhibit "A," subject to minor modifications by the City Manager or City Attorney.
DULY AND REGULARLY ADOPTED this 13th day of January, 2015.
ATTEST:
JoAnne M. Buergler, City Olerk
Attachment: Exhibit A
CITY OF ROHNERT PARK
Amy O. Ahanotu, Mayor
CALLINAN: A e MACKENZIE: l001P STAFFORD: M C- BELFORTE: '\ AHANOTU:
0) vN\
2015 -011
2_DrN95T01T1W.1%
CONTRACT
TELSTAR INSTRUMENTS
PRESSURE REDUCING VALVE CONTROLS FOR THE
WATER TRANSMISSION MAIN — PROJECT NO. 2004-08
THIS AGREEMENT made and entered into this 13th day of January, 2015, by and between
Telstar Instruments, hereinafter called "Contractor ", and the City of Rohnert Park, hereinafter called
It .
WITNESSETH:
WHEREAS, City desires to contract for services to design/build pressure reducing valve
controls for the water transmission main; and
WHEREAS, Contractor hereby warrants to the City that Contractor is able to provide such
services described in Section 1 of this Agreement; and
WHEREAS, the City has awarded a contract to Contractor for performing the work described
in this Agreement in accordance with the quotation of said Contractor.
NOW, THEREFORE, IT IS AGREED, as follows:
1. Scope of Work: The Contractor shall perform all the work and furnish all the labor,
materials, and equipment services as required to complete all of the work for design/build pressure
reducing valve controls for the water transmission main as are more particularly described u1 the Scope
of Work.
2. Time of Performance: The Contractor shall begin work immediately after official
notice by Public Works and Community Services Director, or designee, to proceed with the work and
shall diligently prosecute the same to completion within the scheduled days of that Notice.
3. Payments: Payments will be made by City to the Contractor for said work performed at
the times and in the manner provided in the scope of work and at the unit prices stated in Contractor's
schedule of fees attached as Exhibit B.
The award of the contract is for the quoted amount of sixty thousand, four hundred and
fourteen dollars ($60,414.00), allowing for six thousand and eighty -six dollars ($6,086.00) contingency
for unforeseen project needs, total amount not to exceed sixty -six thousand, five hundred dollars
($66,500.00).
4. Component Parts: This contract shall consist of the following documents, each of
which are incorporated herein and made a part hereof by reference thereto:
a) Agreement
b) Scope of Work (Exhibit A) See Telstar Instruments Quote
C) Fee Proposal (Exhibit B)
d) Insurance Requirements (Exhibit C)
5. Wage Scale: Pursuant to Section 1773 of the Labor Code of the State of California, the
City has obtained from the Director of the Department of Industrial Relations the general prevailing
rate of per diem wages and the general prevailing rate for holidays and overtime work for each craft,
classification, or type of workman required to execute the contract. A copy of said prevailing rate of
per diem wages is on file in the office of the City Clerk, to which reference is hereby made for further
particulars. Said prevailing rate of per diem wages will be made available to any interested party upon
request, and a copy thereof shall be posted at the job site. The provisions of Article 2, Chapter 1, Part
7, Division 2 (commencing with Section 1770) of the Labor Code and particularly Section 1775
thereof, shall be complied with.
6. Hours of Labor: The Contractor shall forfeit, as penalty to said City, Twenty -five
Dollars ($25.00) for each workman employed in the execution of the contract by him or by any
subcontractor, for each calendar day during which any workman is required or permitted to labor more
than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week, in violation
of the provisions of Article 3, Chapter 1, Part 7, Division 2 (commencing with Section 1810) of the
Labor Code of the State of California.
7. Apprentices: In accordance with the provisions of Section 1777.5 of the Labor Code,
and in accordance with the rules and procedures of the California Apprenticeship Council, properly
indentured apprentices shall be employed in the prosecution of the work. The ratio of apprentices to
journeymen who shall be employed in the respective crafts or trades may be the ratio stipulated in the
apprenticeship standards under which the appropriate joint apprenticeship committee operates. In no
event shall the ratio be less than one apprentice for each five journeymen unless a certificate of
exemption has been issued by the Division of Apprenticeship Standards. Willful failure by the
Contractor to comply with said Section 1777.5 shall result in his being denied the right to bid on a
public works contract for a period of six months from the date the determination is made.
Information relative to number of apprentices, identifications, wages, and hours of employment
and standards of working conditions shall be obtained from the Director of the Department of
Industrial Relations, who is the Administrative Officer of the California Apprenticeship Council.
8. Amendment to Scope of Work. City shall have the right to amend the Scope of
Work within the Agreement by written notification to the Contractor. In such event, the
compensation and time of performance shall be subject to renegotiation upon written demand of
either party to the Agreement. Contractor shall not commence any work exceeding the Scope of
Work without prior written authorization from the City. Failure of the Contractor to secure City's
written authorization for extra or changed work shall constitute a waiver of any and all right to
adjustment in the contract price or time due, whether by way of compensation, restitution, quantum
meruit, etc. for work done without the appropriate City authorization.
9. Labor Discrimination: Attention is directed to Section 1735 of the Labor Code, which
reads as follows:
"A contractor shall not discriminate in the employment of persons upon public works
on any basis listed in subdivision (a) of Section 12940 of the Government Code, as those bases are
defined in Sections 12926 and 12926.1 of the Government Code, except as otherwise provided in
Section 12940 of the Government Code. Every contractor for public works who violates this section
is subject to all the penalties imposed for a violation of this chapter. "
10. Workmen's Compensation Insurance: In accordance with the provisions of Article 5,
Chapter 1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4
(commencing with Section 3700) of the Labor Code of the State of California, the Contractor is
required to secure the payment of compensation to his employees and shall for that purpose obtain and
keep in effect adequate Workmen's Compensation Insurance.
The undersigned Contractor is aware of the provisions of Section 3700 of the Labor Code
which requires every employer to be insured against liability for workmen's compensation or to
undertake self - insurance in accordance with the provisions of that Code, and will comply with such
provisions before commencing the performance of the work of this contract.
11. Indemni : To the fullest extent permitted by law, Contractor shall indemnify, hold
harmless, release and defend City, its officers, elected officials, employees, agents, volunteers, and
consultants from and against any and all actions, claims, demands, damages, disability, losses,
expenses including, but not limited to, attorney's fees and other defense costs and liabilities of any
nature that may be asserted by any person or entity including Contractor, in whole or in part, arising
out of Contractor's activities hereunder, including the activities of other persons employed or utilized
by Contractor in the performance of this Agreement excepting liabilities due to the sole negligence of
the City. This indemnification obligation is not limited in any way by any limitation on the amount or
type of damages or compensation payable by or for Contractor under Worker's Compensation,
disability or other employee benefit acts or the terms, applicability or limitations of any insurance held
or provided by Contractor and shall continue to bind the parties after termination/completion of this
Agreement.
12. Insurance: Without limiting contractor's indemnification provided herein, Contractor
shall comply with the requirements set forth in Exhibit C to this agreement.
13. Attorney's Fees: In the event either party hereto shall commence any legal action or
procedure, including an action for declaratory relief, against the other, by reason of the alleged failure
of the other to perform or keep any term, covenant, or condition of this contract by it to be performed
or kept, the party prevailing in said action or proceeding shall be entitled to recover, in addition to its
court costs, a reasonable attorneys fee to be fixed by the court, and such recovery shall include court
costs and attorney's fees on appeal, if any.
14. Substitution of Securities for Withheld Amounts: Pursuant to California Public
Contracts Code Section 22300, securities may be substituted for any moneys withheld by a public
agency to ensure performance under a contract. At the request and sole expense of the Contractor,
securities equivalent to the amount withheld shall be deposited with the public agency, or with a state
or federally chartered bank as the escrow agent, who shall pay such moneys to the Contractor upon
satisfactory completion of the contract.
Securities eligible for substitution under this section shall include those listed in the California
Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit.
The Contractor shall be the beneficial owner of any securities substituted for moneys withheld
and shall receive any interest thereon.
Any escrow agreement entered into pursuant to this section shall contain as a minimum the
following provisions:
a. The amount of securities to be deposited;
b. The terms and conditions of conversion to cash in case of the default of the Contractor;
and
C. The termination of the escrow upon completion of the contract.
IN WITNESS WHEREOF, the City of Rohnert Park has caused these presents to be executed
by its officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year
first above written.
CITY OF R01 NERT PARK TELSTAR INSTRUMENTS
By: By: _
City Manager Title:
Date: Date:
Per Resolution No. 2015- adopted by
the Rohnert Park City Council at its meeting of
January 13, 2015
APPROVED AS TO FORM:
By:
City Attorney
By:
City Clerk
EXHIBIT A
SCOPE OF WORK
PROJECT MANAGER: All questions to be directed to the City's Project Manager, Mary Grace
Pawson, Development Services, 130 Avram Avenue, Rohnert Park, 707 -588 -2234.
SCOPE OF WORK: Provide design/build services for the Rohnert Park Expressway 16"
Transmission Main Project. (See Telstar Instruments scope of work and proposal attached)
RESPONSIBILITY OF CONTRACTOR: To provide a quality product. To perform work in
compliance with the City of Rohnert Park, and to adhere to the specifications set forth in the
contract.
CHANGES: The City may at any time, by giving fifteen (15) days written notice, delete or add to
the scope of the work as set forth in the specifications. If such changes cause an increase or
decrease in the amount due under the Contract, an equitable adjustment shall be made and the
Contract amended in writing accordingly. Changes in the scope of five percent (5 %) or less per bid
item, shall not be cause for adjustment.
DAMAGE TO EXISTING PROPERTY: The contractor will be held responsible for any damage to
existing real property, work, materials or equipment because of his operations and shall repair or
replace any damaged real property, work, or materials or equipment to the satisfaction of, and at no
additional cost to, the City.
The Contractor shall observe all pertinent safety practices and comply with any applicable safety
regulations.
DEFECTIVE WORK: If the City representative finds that repairs or changes are required in
connection with this Contract, which in the opinion of the City representative are rendered
necessary as the result of the use of materials, equipment or workmanship which are inferior,
defective or not in accordance with the terms of the Contract, the Contractor shall, within five (5)
days upon receipt of notice from the City representative, place in satisfactory condition in every
particular all of such work, correct all defects therein and make good all damages.
SUPERVISION: The Contractor shall arrange for satisfactory supervision of all contract work.
The Contractor or Contractor's supervisors shall be available at all times when the contract work is
in progress and during the day to receive instructions from the City representative.
Contractor will provide a phone number where Contractor or Contractor's representative can be
reached on weekends and evenings. Contractor agrees to return any phone call within one (1) hour
of receipt. Repeated failure to return said calls within the specified period will result in a one
percent (1 %) penalty on the current invoice. Chronic failure to abide with this requirement will be
grounds for cancellation of the contract.
INSPECTION: The Contractor shall accompany the City's representative on non - scheduled
inspection tours of the specific areas when requested by the City representative.
EXHIBIT B
SCHEDULE OF FEES
Provide design/build services for the Rohnert Park Expressway 16" Transmission Main Project
TOTAL NOT TO EXCEED $66,500.00
SEE TELSTAR INSTRUMENTS QUOTE ATTACHED AS PART OF
EXHIBIT A - SCOPE OF WORK
AND
Emil BIT B - FEE SCHEDULE
EXHIBIT C
(Insurance Requirements)
The following parties or entities shall be listed as additional insured by endorsement: The City of
Rol-inert Park, its officers, elected officials, employees, agents and volunteers. Contractors shall
procure and maintain for the duration of the contract insurance against claims for injuries to persons
or damages to property which may arise from or in connection with the performance of the work
hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of
such insurance shall be included in the Contractor's bid. The Notice to Proceed with the work will
not be issued, and the Contractor shall not commence work, until such insurance has been approved
by the City. Such insurance shall remain in full force and effect at all times during the prosecution
of the Work and until the final completion and acceptance thereof. In addition, the Commercial
General Liability Insurance shall be maintained for a minimum of five (5) years" after final
completion and acceptance of the Work. It shall be the Contractor's responsibility to ensure that
proof of insurance is sent to the City during this time. The Notice to Proceed does not relieve the
Contractor of the duty to obtain such insurance as required herein.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (Occurrence Form
CG 0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile
Liability, Code 1 "any auto" or the exact equivalent. If Contractor owns no vehicles,
this requirement may be satisfied by a non -owned auto endorsement to the general
liability policy described above. If Contractor or Contractor's employee(s) will use
personal autos in any way on this project, Contractor shall provide evidence of
personal auto liability coverage for each such person.
3. Workers' Compensation and Employers Liability: Workers' Compensation on a state -
approved policy form providing statutory benefits as required by law with
employers' liability insurance, with minimum limits of One Million Dollars
($1,000,000) per occurrence.
4. Course of Construction insurance coverage shall provide "all risk" coverage for the
completed value of the project. Policies shall contain the following provisions:
a. The City shall be named as loss payee, and
b. The insurer shall waive all rights of subrogation against the City.
Coverage shall not extend to any indemnity coverage for the active negligence of the
additional insured in any case where an agreement to indemnify the additional insured
would be invalid under Subsection (b) of Section 2782 of the Civil Code.
B. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
I. Commercial General Liability: $2,000,000 per occurrence for bodily injury,
personal injury and property damage and $2,000,000 general aggregate. It is
permissible to use excess /umbrella coverage to meet limit requirements provided the
umbrella policies are appropriately endorsed and meet all other requirements.
Additionally, a letter clearly identifying the primary policy or policies to which the
excess umbrella coverage applies shall be submitted attesting to the following:
"Umbrella or excess liability policies shall provide coverage at least as broad as
specified for underlying coverage's and covering those insured in the underlying
policies. Coverage shall be `Pay on behalf', with defense costs payable in addition
to policy limits. There shall be no cross liability exclusion of claims or suits by one
insured against another. "
2. Automobile Liability: $2,000,000 combined single limit per accident for bodily
injury and property damage.
3. Workers' Compensation and Employers Liability: Workers' Compensation providing
statutory benefits as required by the Labor Code of the State of California with
employers liability insurance, with minimum limits of $1,000,000 per accident or
disease.
4. Course of Construction insurance coverage shall provide "all risk" coverage for the
completed value of the project. Policies shall contain the following provisions:
a. The City shall be named as loss payee, and
b. The insurer shall waive all rights of subrogation against the City.
C. Deductibles and Self- Insured Retentions
Any deductibles or self - insured retentions must be declared to and approved by the City. At
the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -
insured retentions as respects the City, its officers, elected officials, employees, agents, and
volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1. General Liability and Automobile Liability Coverage's
a. The City, its officers, elected officials, employees, agents and volunteers are
to be covered as insured's as respects: liability arising out of activities
performed by or on behalf of the Contractor, including the insured's general
supervision of the Contractor; products and completed operations of the
Contractor, premises owned, occupied or used by the Contractor, or
automobiles owned, leased, hired or borrowed by the Contractor. The
coverage shall contain no special limitations on the scope of protection
afforded to the City, its officers, elected officials, employees, agents or
volunteers.
b. The Contractor's insurance coverage shall be primary insurance as respects
the City, its officers, elected officials, employees, agents and volunteers.
Any insurance or self - insurance maintained by the City, its officers, elected
officials, employees, agents or volunteers shall be in excess of Contractor's
insurance and shall not contribute with it.
C. Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to the City, its officers, elected officials, employees,
agents or volunteers.
d. The Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
2. Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against the City, its officers,
elected officials, employees, agents and volunteers for losses arising from work
performed by Contractor for the City.
3. All Coverage's
a. Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, cancelled by either party, reduced in
coverage or in limits except after thirty (30) days' prior written notice by
certified mail, return receipt requested, has been given to the City.
b. Coverage shall not extend to any indemnity coverage for the active
negligence of the additional insured in any case where an agreement to
indemnify the additional insured would be invalid under Subsection (b)
of Section 2782 of the Civil Code.
4. Course of Construction policies shall contain the following provisions:
a. The City shall be named as loss payee.
b. The insurer shall waive all rights of subrogation against the City.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Best's rating of no less than A:VII or as
approved by the City.
F. Verification of Coverage
Contractor shall furnish the City with certificates of insurance and with original
endorsements affecting coverage required by this clause. The certificates and endorsements
for each insurance policy are to be signed by a person authorized by that insurer to bind
coverage on its behalf. The certificates and endorsements are to be on forms provided by
the City. Where by statute, the City's workers' compensation - related forms cannot be used;
equivalent forms approved by the Insurance Commissioner are to be substituted. All
certificates and endorsements are to be received and approved by the City before work
commences. The City reserves the right to require complete, certified copies of all required
insurance policies, at any time.
G. Subcontractors
Contractor shall include all subcontractors as insured's under its policies or shall furnish
separate certificates and endorsements for each subcontractor. All coverage's for
subcontractors shall be subject to all of the requirements stated herein.
Ti=i.STAP
r
A "%' 1 11 S T U M E N £WSW
Contractor License #422364
CONTROL SYSTEM INTEGRATION • INSTRUMENTATION SALES & SERVICE
SCADA • PLC /HMI • Telemetry • Calibration • Maintenance
October 6, 2014
City of Rohnert Park, CA
Sent via e-mail to: mbracewell @rpcity.org, rpedroncelli @rpcity.org
Attn: Mike Bracewell, Rick Pedroncelli
Subj: Rohnert Park Expressway — PRV Controls
Ref: 26678
Dear Mike /Rick:
Telstar is pleased to offer this proposal to provide design /build services for the Rohnert Park
Expressway 16" Transmission Main Project. The following scope of work details what we will
provide. I have broken the costs out into three parts: Labor to design the controls, Construction
Materials, and Construction Labor. I have also provided an alternate cost item,
SCOPE OF WORK
1. Metering Site
a. Materials are provided by others, including control panel, mast, antenna, solar
equipment, instrumentation, etc.
b. Labor
i. All electrical labor is by others.
ii. Telstar to provide PLC Programming for PLC. PLC is provided by others.
iii. Telstar to provide HMI Programming (patterned after Turnout 160). See
HMI Programming details below.
iv. Telstar to provide startup support (16 man hours).
2. PRV Sites, 2 each
a. Materials which are to be provided by others include:
i. control enclosure,
ii. mast (existing street light pole),
iii. flow meter.
b. Materials which are to be provided by Telstar include the following.
i. We will take the back panel that is provided with the control enclosure
(provided by others) and sub - assemble it to include PLC, 24VDC power
supply, radio, terminals, wire, intrusion switch, voltage divider, signal
converter.
1717 Solano Way, Unit 34, Concord, CA 94520 Phone 925 - 671 -2888, Fax 925 - 671 -9507
4017 Vista Park Ct., Sacramento, CA 95834 Phone 916- 646 -1999, Fax 916- 646 -1096
202 South Douty Street, Hanford, CA 93230 Phone 559 - 584 -7116, Fax 559 - 584 -8028
Page 1 of 4
T " - " E: I ' T A a R,
N S T R U M E N
ii. Telstar to provide Yagi antenna, coaxial feed line, lightning arrestor,
coaxial jumper, coax connectors, weatherseals.
c. Labor
i. Electrical labor by Telstar includes:
1. Provide and install (3 ea) #10 conductors from existing traffic
control panel to new PRV controller panel (approx. 200'- 300').
Install new 10A circuit breaker inside of existing traffic controller
panel. Please note that we assume that there is adequate space
n power available in the existing traffic controller enclosure for
Confirm with DC the new circuit breaker, and that there is adequate space inside of
Electric adequate the existing underground conduits for the new conductors. Traffic
space and capacity controls during installation to be provided by others.
for additional 2. Inside existing vaults, provide and install conduit and wiring from
10amp breaker. existing CLA-VAL flow meter to control panel.
3. Mount new controls back panel sub - assembly inside f control
enclosure (enclosure provided by others) and perfor field wiring
terminations.
4. Provide and install new antenna on existing street lig ting pole,
using existing conduits and pull boxes.
ii. Provide PLC programming for PLC. Mike, does Public
iii. Provide HMI programming (patterned after Turnout 160). See IMrks want to haVE
Programming details below. a battery back -up it
iv. Provide startup labor (16 man hours). the event of a powE
3. Alternate - Provide Solar Power at PRV Sites instead of Utility Power (2 each). outage?
a. Credit labor and materials for utility power above. —
Higher, towards
b. Provide and install pole mounted photovoltaic panels, batteries, charg
controller. We assume that the control enclosure provided by others as top of the pole.
adequate room to house the new batteries.
c. PV panels to be mounted on existing street lighting poles approx.. 13' above
ground.
d. Please be aware that solar power requires ongoing maintenance to keep the
panels clean, and the batteries require bi- annual replacement.
HMI Programming includes:
1. Update Overview screen and Screens Menu
2. Create a new Turnout screen for these three sites to include all process variable s and
set points
3. Update Flow Total screen and Current Flow Rate screen
4. Update reporting screens and trends
5. Alarm dialer configuration
Page 2 of 4
A
. L S T.Au
=�
I N S T R U M E N T S
Telstar Services include:
• Submittals & Construction Drawings for Telstar supplied equipment
• Panel Fabrication & Factory Testing
• Field Start-up
• O &M Manuals
Our price to perform this work per scope excluding tax is:
DesignLabor .................................................................................... ............................... $5,920.00
ConstructionMaterials .................................................................. ............................... $12,597.00
ConstructionLabor ......................................................................... ............................... $41,897.00
Total(3 sites) ...................................................... ............................... .....................$60,414.00
Alternate — Provide Solar Power instead of Utility Power .............. .........................credit $388.00
Mike /Rick, I hope this proposal meets your requirements. If you have any questions, please do
not hesitate to contact me at 925 - 671 -2888.
Sincerely,
Paul Berson, P.E.
Sr. Project Engineer
Page 3 of 4
A
TELSTAR.-int
N S T R U M E N
Terms and Conditions
For your convenience, we now accept all major credit cards. Unless otherwise noted, this price does not include
tax or freight. We can commence with this work at your direction. This quote is valid for thirty days. This quote is
based on information provided to Telstar and may or may not be correct or complete. Please review this proposal
for compliance with the complete and final specifications and drawings before acceptance. Our terms are due
and payable 30 days from date of invoice. Payments must be made on a minimum of a monthly basis. If payment
is not received by the 30th day, a .05% daily service charge (18 -3/4% per annum) will be charged on all accounts
past due. Rates quoted herein will automatically be increased for overhead and cost of living at a minimum of
every year, or at contract renewal, which ever is less. Attorney's fees, court costs and costs of collection will be
paid to prevailing party. Permits and bonding are excluded unless otherwise noted herein. Our standard
insurance applies unless otherwise agreed to in writing by Telstar. We accept no responsibility for consequential
damages and our standard warranty applies. Telstar does not warranty OEM equipment, the standard
manufacturers warranty applies. Any labor performed by Telstar due to equipment warranty claims, is due and
payable as an extra and /or additional charge to the quote noted herein. Please reference the above stated quote
number in all correspondence and purchase orders. This quote is based on standard straight time hours and does
not include any prevailing wage rates unless agreed in writing by Telstar. Infrared inspections only include reports
on equipment out of specification; any equipment under normal operation will not be reported or photographed.
Due to factors beyond our control, including unlawful radio interference by outside parties, unfavorable climatic
conditions, and /or terrain interference caused by construction of buildings or growth of vegetation, radio path
surveys are not covered by our warranty. Vehicle expense will be in addition to the price quoted unless
specifically included within the body of this quote. The price quoted herein is for the labor and materials
specifically listed within the body of this quote. Service calls and time and materials rates carry a 4 -hour minimum
per person. Any time over 4 hours is charged as 8 hours. Cancellation charges apply including engineering, labor,
materials, quote and estimating time, markup, % of profit, return goods fees, etc. at the time of written
cancellation notice to Telstar.
Page 4 of 4