Loading...
HomeMy WebLinkAboutResolutions - 1999.11.18 - 25825REPORT (Misc. #99268) November 18, 1999 BY: FINANCE COMMITTEE - SUE ANN DOUGLAS, CHAIRPERSON IN RE: MR #99268 - ENVIRONMENTAL INFRASTRUCTURE FUND REIMBURSEMENT FOR PROJECT IN THE CHARTER TOWNSHIP OF INDEPENDENCE TO THE OAKLAND COUNTY BOARD OF COMMISSIONERS Chairperson, Ladies and Gentlemen: The Finance Committee, having reviewed the above referenced resolution on November 4, 1999, hereby recommends that the resolution be approved with the following amendment to the third WHEREAS paragraph: WHEREAS the Charter Township of Independence is requesting reimbursement for the first draw (30% of the cost) to purchase a SCADA (Supervisory Control and Data Acquisition) system to monitor all the township's sanitary lift stations, well houses and storage tanks; and Chairperson, on behalf of the Finance Committee, I move the acceptance of the foregoing Report. FINANCE COMMITTEE FINANCE COMMITTEE VOTE: Motion carried unanimously on a roll call vote. TOWNSHIP OFFICES 1248) 625-5111 FAX: 12449) 625-2515 GALE A. STUART Supervisor JOAN E. UcCRAFIT Clerk JAMS R. WENGER Treasurer TOWNSHIP TRUSTEES JEFFREY MCGEE LARRY ROSSO DANIEL F. TRAVIS NEIL E. WALLACE •A CHARTER TOWNSHIP OF INDEPENDENCE 90 NORTH MAIN STREET POREEM5 L MINN. MICHIGAN 48347-0069 AUTHORIZING ENVIRONMENTAL INFRASTRUCTURE FUND EXPENSE REIMBURSEMENT REQUEST WHEREAS, upon the recommendation of the Oakland County Executive, the Oakland County Board of Commissioners has established an Environmental Infrastructure Fund Program to assist Oakland County cities, villages and townships in addressing clean water and storm water needs; and WHEREAS, Oakland County's Environmental Infrastructure Fund Program authorizes Oakland County cities, villages and townships to apply for reimbursement of eligible expenses incurred in connection with environmental remediations or improvements relating to ground and/or surface water, water supply, sewer and/or drainage systems and/or water pollution control efforts incurred as part of a city, village or township road project; and WHEREAS, the Township of Independence, Oakland County, Michigan has incurred expenses in connecton with environmental remediation or improvement project(s) believed to be eligible for reimbursement under Oakland County's Environmental Infrastructure Fund Program. NOW THEREFORE BE IT RESOLVED that this Independence Township Board authorizes and directs its Department of Public Works Director and Finance Director, as agents for the Charter Township of Independence, in the manner and to the extent provided for under Oakland County Board of Commissioner Miscellaneous Resolution 99093, to request reimbursement as directed by the Township Board of eligible environmental remediation or improvement project expenses under Oakland County's Enviromental Infrastructure Fund Program. I, Joan E. McCrary, Clerk of the Charter Township of Independence, hereby certify that the above is a correct and true copy of a resolution unanimously passed at a regular Board meeting of August 3, 1999. 7-1oan E. McCrary Township Clerk DEPARTMENT of PUBLIC WORKS 6050 Flemings Lake Road P.O. Box 69 Clarkston, MI 48347 Water/Sewer (248) 625-8222 CHARTER TOWNSHIP OF INDEPENDENCE 90 NORTH MAIN STREET PO BOX 69 CLARKSTON, MICHIGAN 48347 October 19, 1999 LAKE VIEW CEMETERY 6150 While Lake Road P.O. Box 69 Clarkston, MI 48347 (248) 625-4146 Mr. Thomas Ott, Manager Oakland County Fiscal Services Division 1200 N. Telegraph Road Pontiac, MI 48341 RE: Environmental Infrastructure Fund Reimbursement Request Dear Mr. Ott: The Charter Township of Independence is requesting reimbursement through Oakland County's Environmental Infrastructure Fund Program. To replace our current SCADA System, which is a Motorola Intellution Fix 32 that was installed approximately ten years ago. Motorola does not offer an upgrade to make the Fix 32 Y2K compliant. Therefore, we need to replace the entire system, which monitors and operates: 11 sanitary sewer lift stations; 2 storage tanks; 2 booster stations; 11 well houses. Attached copies: 1. Specifications for the new SCADA System Opto 22, with a copy of our recommendation to the Board to award the bid to Great Lakes Instrumentation, for $142,000; 2. Copy of our Purchase Request with invoice requesting first draw of 30%; 3. Copy of the Resolution, adopted by the Township Board. The Charter Township of Independence understands that the review and processing of this reimbursement request will be governed by the provisions of MR99093 and certifies that all expenses submitted for reimbursement were incurred in connection with a qualifying environmental remediation or improvement project. If you have any questions concerning this matter, please contact Linda Richardson at (248) 625 - 8222. Thank you for your assistance. Sincerely, Geo* Anderson, Direcfor Department of Public Works GA:11r , t SPECIFICATIONS GENERAL All information to Bidders and Supplemental Information to Bidders shall specifically apply to these specifications unless specifically stated otherwise. The project shall consist of the Contractor engineering and installing a complete and ready to use Microprocessor Based SCADA Control System (MBSCS) system as specified herein for the sewer and water department of the Owner. The overall scheme is to utilize remote control/telemetry units that communicate back to a Central Station via radio. The Central Station PC shall utilize a Microsoft NT based Human Machine Interface software (HMI) capable of sharing data with other applications and databases via DDE and RDBMS such as Alpha Numeric Paging of alarms; complete process trending; and advanced security and alarming functions. The following sections shall describe, to the best detail possible, the intent of the system sought by the owner. SCOPE These specifications define the minimum requirements for performance, fabrication, integration, testing, and shipment of the MBSCS system. The Contractor shall provide a complete system that functions in accordance with and fulfills all of the requirements set forth in this Specification. Any omission of details in these specifications shall not relieve the Contractor of furnishing a complete, operating system. The Contractor shall perform the work and provide the equipment as described in these specifications which includes all required engineering, hardware, inter-connecting cabling, software, testing and debugging, documentation, and support services. The contractor shall assume responsibility for complete engineering and system integration. The Contractor shall be responsible for contacting the Director of Public Works or his duly appointed representative for all necessary design interaction required to complete the system. The Contractor shall utilize a field proven equipment and implementation schemes. The Contractor shall provide fabrication drawings for the 110, controllers, ect. within their required cabinets with a complete bill of material for each. These drawings will be approved by the Director of Public Works or his duly appointed representative prior to cabinet assembly. Page 1 f , r The Contractor shall permit inspection of the system equipment by the Director of Public Works or his duly appointed representative(s) at various stages of manufacturing and assembly as necessary. The following will be provided by the Owner: (1) Data, as required, for the contractor to design and assemble the system. This will include quantity, type, and distribution of 110. (2) Equipment storage at job site. (3) Coordinated labor for installing at the job site. (4) All required field instrumentation such as fiowmeters, pressure/ level transmitters, dry contacts, relays, positive zero returns (PZR). (5) Calibration of all field devices which interface to the MB SCS system. (6) HMI computer consistent with owner's guidelines. GENERAL DESIGN REQUIREMENTS The system supplied shall be a modular, 32 bit or better microprocessor based, process control and data acquisition system that includes a comprehensive set of algorithms that provide both analog and digital control for full process and sequential logic, as well as monitoring, interlocking, alarming, data acquisition, and any other process related actions normally associated with control of an industrial/ municipal facility. The system shall be capable of, but not limited to performing certain specific tasks, such as: (1) Perform regulatory control functions. (2) Display at the Central Station PC's, control loop status, including process variable input, controller setpoint, controller output, and control mode setting and status. (3) Provide for the capability of the operator to assume manual mode control of a loop and to change controller modes, output values, and tuning setting from the Central Station PC's. (4) Trend, record, and log process variables, set-points, and controller output, etc. (5) Display and control digital output contacts for control of motor and solenoids. (6) Provide dynamic interactive color graphics of sections of the station/ site process, including relevant control loops and process measurements from which the operator may monitor or control the station/ site. (7) Provide data accumulation of selected measured variables for periodic and event triggered logging. The accumulated data will be stored for historical purposes. The system will be capable of storing information in an hourly, shift, daily, weekly, monthly, and yearly format. (8) Allow for analog and digital control strategy manipulation via the Central Station PC. The Central Station shall be programmed with proper security features which will be used to prevent unauthorized personnel from changing controller tuning parameters, alarm settings, system displays, configuration, etc. Page 2 (9) The Central Station database shall be capable of storing information for an unlimited number of1/0 points. (10) Local and remote (paging) alarm point enunciation / notification. The system shall be designed to allow a programmer to make on-line changes, additions, or deletions to the current executing process control scheme. In this sense, on-line means the programmer will have the capability to revise the current process control logic without requiring that any portions of the process be interrupted. The HMI shall provide and be programmed to allow configurable alarm or status printing at the Central station. The logs will be initiated to print by event, or on a regular based schedule, or upon operator demand from the Central Station. A separate, dedicated printer shall be designated as the logging printer. It will provide a hardcopy of all process related logs as required. All software and all process, status, and alarm information, together with other data stored in the system, shall be protected from loss by inadvertent operator action or by input power failure. Where batteries are required to meet this requirement, they shall be capable of maintaining memory for at least 24 hours. The system shall continuously monitor itself for failures of its various components. When a failure is detected, and alarm shall be activated at the Central Station. Graphical system status displays shall be available at the Central Station. These displays shall graphically summarize the number and type of units connected to the data highway and/ or remote site and indicate their operating status. Failures in any RTU shall be shown on the system status display. These types of failures shall also include loss of power, temperature, and low battery. A direct description shall indicate the type of failure detected. The Central Station and RTU's shall be flexible and easily expandable. At the time the system ships, it shall contain approximately 20% installed spare capacity for expansion. The system shall be designed to have the capability of increasing the overall system capacity in the future by at least 100% with additional hardware. Any special tools required for system operation or maintenance will be included in the bid. The RTU/ Controllers shall be specifically designed for an industrial/ municipal process control environment. The equipment shall be standard, and have been commercially available for at least 3 years prior to delivery and part of an existing product line. The Contractor shall provide, upon request, evidence of an existing system that used the same basic hardware, software, and system concepts. Per component, all hardware, firmware, and software revision levels shall be identical. Page 3 I. The Contractor, in conjunction with the Owner, will assign tag numbers to all major pieces of equipment in a location easily visible from the outside of the enclosure. Nameplates shall be made of engraved laminated plastic, color matched to the equipment, and fastened in place with stainless steel screws. GENERAL HARDWARE REQUIREMENTS CENTRAL STATION The Central Station shall consist of the following PC based equipment, supplied by the Owner, to be incorporated into the system by the Contractor: I. One (1) Pentium III based or faster PC with 12 Gig hard drive, 128 Megs of RAM, 32x CD-ROM, and sound cards, with speakers. The PC will be utilizing Microsoft NT as the operating and networking system for the system. 2. One (1) alarm printer that will be connected to the computer. 3. One (I) 17" flat screen monitor with minimum 1600x1280 resolution which will be connected to the computer. 4. I-Omega Zip removable drive backup unit with SCSI (installed by the contractor) will also be contained in the PC listed above. NOTEBOOK The notebook shall consist of the following PC based equipment, supplied by the contractor, to be incorporated into the system for use as, RTU setup / backup of system central computer / remote operation of the central, by the Contractor: I. One (I) Mobile Pentium 111400 based or faster 2. Intel 440BX chipset @128 MB 3. 256 K Installed pipeline-burst cache 4. ATI Rage LT Pro graphics chip set 5. 8MB SDRAM Graphic memory 6. IBM DCYA-2140000 13.4 GB ATA-4 hard drive 7. Swappable floppy disk drive 8. Zip drive 9. 24X CD / DVD drive 10. Built in speakers / microphone with output jack 11. 15.3" TFT display with 1024/768 resolution. 12. Lithium ion battery 13. 3 year parts / labor warranty. The Central Station shall consist of the following equipment and services to be supplied by the contractor as part of this project: Page 4 , I. The Contractor shall engineer, furnish, and install a complete I10 monitoring and control systems complete with the necessary interfacing controllers, I/0 racks, cabinets, and networking requirements to efficiently communicate via radio with all to the Owner's remote SCADA sites included in this Contract. 2. The equipment, in Item 1, shall be interfaced with the one (1) owner supplied PC to provide for monitoring and control of the remote sights. 3. The system shall have full flexibility in specifying or changing the numbers, descriptions, ranges, scale factors, or grouping of various displays at the Central Station PC. 4. The central PC shall utilize the following types of graphical displays: (1) Control system process overview and monitoring displays. (2) Group displays. (3) Individual loop displays. (4) Process and system malfunction alarm displays. (5) Paging alarm displays (6) Trend displays. (7) Process graphics displays. (8) Diagnostics displays. (9) Totalization and runtime displays. (10) On the fly or create as needed or required displays. (11) Each display shall be identified by a number and/or a title. It shall also have and time date icons and will be used as a template to help expedite the development of all graphical screens. 110 & Processor Cabinets System process control will be executed via microprocessors located in the remote 110 cabinets. Further processing capability shall be available at each 110 point in groups no greater than 32 points of 1./0. Control functions for the remote sites will depend on a centrally based device or communication link. In the event that any processor fails, or malfunctions, or a power failure occurs, output signals controlled by the processor(s) will go to a program configurable safe state. Equipment that has been stopped by this action will be configurable to not restart automatically when the processors have been repaired, replaced, or reenergized. Operator action will be required to restart the equipment. In the event of a power supply failure or incoming power system failure, the processor shall retain all control configuration memory for a period of time. Contractor shall state this time period in the bid. Digital input circuits shall be designed such that an inadvertent grounding of the interrogation source, or return field wiring will produce an open circuit. The Contractor shall state their belief if external fusing of the digital inputs is necessary to meet this requirement. Page 5 , GENERAL SOFTWARE REQUIREMENTS The contractor shall provide all programs necessary to support the system features and operation as detailed in this specification, including interrupt handling, data transfer, scheduling, resource allocation, etc. The system shall operate in real time. Software provided by the contractor shall be included to cover all of the system operating requirements detailed in the specification. The software provided shall be capable of providing data acquisition, data conversion, digital conversation, digital filtering, high/low alarm limit checking, and control implementation. It shall be possible to interlink process data points to create cascade control schemes and to develop more advanced control strategies. GENERAL HMI SPECIFICATIONS Operator Station Description Software must take advantage of the graphical Windows NT 4.0 interface to make it easy to understand, configure, design and troubleshoot in a distributed client-server environment. Some key features: • A Strategy Tree that provides a graphical tree-like view of your control system configuration. • Flowchart programming environment that provides a precise, graphical view of your control process • An animated debugger to step through every point in a control program. • Subroutine builder that provides extensive code reusability by packaging flow charts for later use. • Self-documenting of programming, configuration and tags. • Long tagnames to be shared with all applications and is open and accessible to third- party applications using a built-in software developers kit (SDK). • Utilizing communications enabling technologies in Windows to provide open access to the control system database for third party and custom development. • Alpha numeric paging of alarms / status changes. FLOWCHARTING Easy to understand graphics and symbols, flowchart-based language which lets programmers write programs visually. Page 6 CONFIGURATOR Provide an intuitive user interface that graphically documents the control strategy. Instruction insertion and editing accomplished through the use of standard pull-downs, dialogs, and controls as are now a familiar part of all Windows-based software packages. Action blocks contain one or more things to test for, connections show the sequence of operations and continue blocks allow jumps to other areas in the control strategies. COMMAND SET AND SUBROUTINES Provide a command set which handles a variety of data types, including integer, floating point, ASCII String, and arrays of each. An ability to create and archive subroutines which can then be called up and executed by multiple programs, as specified by the programmer. STRATEGY TREE The entire system configuration is graphically presented in the Strategy Tree. The Strategy Tree is a hierarchical tree-like representation control system. Each object configured as part of the control strategy has an associated icon, Controllers, I10 points, variables and even the logic itself are represented. DEBUGGER An animated, real-time debugger to check out system configuration or follow the flow of control logic. CONTROL DEVELOPMENT SUITE • Control, a graphical flowchart based development environment • Server, a robust data server that connects the controller network with the PC-based network • Display allows you to construct your operator interface by designing graphical objects. Displays can combine pictures, symbols, bitmaps and 3-D graphics form an extensive library. Display functions can include controller-driven animation and operator-driven commands. Operators can also utilize real-time data for trend plotting. GENERAL ELECTRICAL REQUIREMENTS Electrical access to all cabinets for power wiring, data highway cabling, and field I/0 wiring shall be up through the bottom of the enclosures. Page 7 The Contractor shall provide all wiring internal to their system, including that required for interposing relays, if provided. The Contractor shall provide all required and internal power wiring. All 110 and microprocessor control units shall be furnished with power supplies at the component utilization voltage required. Any additional equipment required to convert power to the required voltage shall be provided by the Contractor. All power supplies shall be 110 percent capacity designed to maintain continuous service from the Owner's sources while subject to the source regulation specified. Power source furnished for the system will be as follows or equivalent for the central location: (1) Uninterruptible AC source, minimum one hour backup, single phase, two wire, grounded, 120 VAC nominal, plus or minus 10% probable fluctuation, 60 HZ, plus or minus 1.0, voltage sine wave function with harmonic distortion not to exceed 5%, very to system faults or inverter failure. (2) Unregulated commercial grade AC source, single phase, two wire grounded, 60 HZ, 120 volts nominal, plus or minus 10% normal fluctuation, approximately one minute duration dips to 80% of nominal voltage infrequently. The Contractor shall state source voltage and frequency variation that will still allow for proper operation of the control system. All power supplies shall be designed to eliminate any potentially detrimental effects due to source voltage harmonic distortion, ripple, or high voltage spikes. The Contractor shall state maximum variations permitted that will still allow proper operation of the control system. All transformers, inverters, regulators, rectifiers, etc., required to convert the source voltage to that required by the system shall be furnished by the Contractor. The Contractor shall supply suitable ground bus bars in all equipment cabinets. Separate isolated ground systems shall be provided for both signal ground and equipment ground. All electrical enclosures shall be grounded in accordance with NFPA No. 70-1981 and IEEE No-142 recommended practices for grounding of industrial commercial power systems. All equipment shall be protected against surges in the control and sensor wiring. The system shall have adequate shielding to prevent failure or misoperation due to radio frequency interference (RFI). RFI sources in the area will include hand held receivers, Page 8 airplane flyover, and amateur radio. Contractor shall state distance requirements of normal radio equipment from the system equipment. All communication electronics shall be protected against surges induced on the data highway. Communication link overvoltage protection is required to protect all equipment against overvoltage of any communications link. The system must be IEEE No. 472 (Surge Withstand Capacity Test). All field wiring of sensors transmitters, etc., performed by Owner, shall be terminated by Contractor on their furnished terminal strips in the I10 cabinets. Wiring form the I10 cards to these terminal strips is the responsibility of the Contractor. The Owner will assist in the layout and arrangement of these terminal strips to ensure proper interface with the field wiring. All terminal strips and blocks shall be suitable for terminating #12- #16 stranded AWG copper wire and shall be of high density design rail mounted and approximately .25 inches (6 mm) in height. The Contractor shall provide a suitable wireway for all field wiring entering the I10 cabinets. Wireways shall be Panduit or equal and shall not be filled any more than 60% capacity. A maximum of two (2) conductors per terminal shall be permitted. This includes all wiring plus terminal allowance for external wire normally required. All internal wiring shall be permanently tagged with sleeve type markers. Markers shall be black letters on white sleeves. All 110 VAC power series shall be #14 AWG stranded, 600 volt PVC insulated copper wire or equivalent. Color coding shall be black for the phase leg, white for the neutral leg, and green for the instrument case ground. All powered instruments shall have their cases grounded. The Contractor shall provide with their bid data, the maximum and minimum allowable room temperature and humidity for the operation of the system components. CENTRAL STATION DATABASE LAYOUT The Contractor shall perform all loading, setup, and programming of the necessary 110 driver at all Central Station Networked Sites and controllers to view and control the remote sites. The Contractor shall supply all drivers and other necessary software and hardware to complete this task successfully. Page 9 Each remote site and its specified I10 tags shall be programmed into a Microsoft NT based HMI database complete with alarming, trending, and DDE. A uniform and consistent tag name scheme shall be approved by the Owner. All analog, digital inputs and outputs, alarming and trending parameters to be incorporated by Contractor shall be supplied by the Owner. All necessary totalizers, program blocks, calculation blocks, etc., shall be completed by the Contractor as needed to provide the Owner with a complete and ready to use database that will be able to link to the Microsoft NT based portion of the HMI graphics package. The Owner requires one (1) Central Control Room PC based station, Owner supplied, to be set up at their main office. All programming for system security shall be performed by the Contractor and approved by the Owner. The data collected at the Central Station PC's shall be manipulated and seamlessly loaded into an Owner approved DDE, ODBC, and RDBMS compliant database or spreadsheet to create comprehensive reports that can utilize graphics. The database and spreadsheets shall be completed by the Contractor through tight interaction with the Owner in order to ensure accurate and desired reporting capability. CONTRACTORS QUALIFICATIONS Qualifications are required, by the Contractor, to determine that they have prior experience in performing a complete integration of a MBSCS similar to the scope and complexity as the one specified in these documents. Database and spreadsheet experience are also necessary to ensure success of this project, and shall also be required of the Contractor. Contractors are to submit a list of references along with documents that showcase their prior experience and expertise with the above equipment and their integration as part of the bid required in the bid section of these specifications. The Contractor shall acknowledge, in the bid section, that they have read and understand these requirements and that they have included a list of references and other qualification documentation material along with their bid to substantiate it. The Owner reserves the right to disqualify any or all Contractors that they do not feel can substantiate their bid as outlined in these specifications. Page 10 TRAINING The Contractor shall include allowances for complete training of the Owner's personnel in the operation and maintenance of the system. To further enhance the training effort, it is required where possible, that the Owner's personnel be included in development of all phases of the SCADA system. Training programs shall be conducted at the Owner's location. Documentation used for training shall be applicable to and detailed for the Owner's system. The following personnel will require training in varying degrees: (1) Sewer Department Foreman (2) Water Distribution Foreman. (3) Water Service Department Foreman. (4) Water Treatment Foreman. (5) Electrical Department Personnel. (6) Superintendent of Water and Sewer. (7) Director of Public Works. TESTING AND INSPECTION The Owner shall have the right to inspect the system equipment during the manufacturing and assembly period prior to system testing. The system shall be fully tested prior to shipment. This will include verification of hardware integrity and system software program functionality. The components will be tested as a complete system with cables connected to link the entire system together as it will be installed at the job site. Alternative suggestions by selected Contractor will be taken under advisement. The testing program will be a combined effort of the Owner's designated personnel and Contractor personnel. The Owner's personnel will assist the Contractor in troubleshooting hardware problems and in the implementation of the software. All test stands and all measuring equipment shall be provided by the Contractor and utilized as necessary. Prior to the Owner's personnel arriving at the remote sites for system testing, the contractor shall verify that all inputs and outputs wired to the test stands read into the software to the appropriate associated input or output address point. Prior to Owner's personnel arriving at the remote sites for system testing, the Contractor will function test the entire system to ensure that all components are operational and communicating properly with other components of the system, such as central station controllers to I10 racks, 110 cards to microprocessors, etc. Page 11 All Central Station testing of links between the MMI database and graphics, trending parameters, totalizers, calculation blocks, alpha numeric paging, etc., shall be completely tested and certified by the Contractor for use by the Owner. The Owner will NOT accept any incomplete portions of the project. As much as possible of the testing shall be completed at the Owner's premises and the cost shall be included in the project. SPARE PARTS The contractor shall supply adequate spare parts to repair a single RTU sight or the central sight in the event of a unforeseen system failure. This will include all necessary equipment from the field I10 to the tip of the antenna, or in the case of the central all necessary equipment from the keyboard to the tip of the antenna. (the included notebook will cover the central computer) SHIPPING The Owner shall be advised of the scheduled shipping date at least two weeks in advance. The contractor shall be responsible for ensuring that no hardware associated with the system is subject to any detrimental temperature or humidity conditions during transit to the job site. The Contractor shall be responsible for any and all damage to, or losses of, materials, equipment occurring during delivery of the system to the job site. Should equipment be damaged during shipment, the Contractor shall repair or replace any damaged equipment or materials immediately. The Contractor shall pay all additional shipping costs incurred to assure arrival of the replacement components in the quickest time possible. DOCUMENTATION The Contractor shall provide complete documentation for the system and its constituent parts, including hardware, software, schematic diagrams, user manuals, troubleshooting procedures, etc. Where possible, the documentation shall be provided in an electronic format such as Microsoft Word. Hard copy manuals and drawings shall be bound in hardback covers and be indexed in an orderly manner and shall have detailed information about every major system component (110 cards, processor boards, communication modules, etc.) supplied with the system. These manuals will be used primarily for troubleshooting and future additions by the Owner's personnel. Page 12 120 VAC/VDC 90-140 VAC 300 VAC 4000 Volts transient -20mA to +20mA 0.000008 mA 36mA or 9 Volts 200 ohms 0.05% 4000 Volts transient Both remote and central station hardware drawings shall include as a minimum: (1) AutoCAD dwg format (2) Central PC's to Central Controllers and rack layouts. (3) Cabinet wiring diagrams and intercabling sketches. (4) System power and grounding diagrams (5) Certified dimensional drawings for all consoles and cabinets including weights. (6) Final overall system schematic and layout drawing showing all major components such as central PC's, viewing node, I/O cabinets, data highway cabling, etc. SCHEDULING The project is to be completed, on-line, and de-bugged within 180 days including shipping and assembly of equipment. Schedule will be extended as needed if delays are incurred by Contractor because of Owner's portion of the project. BID FORMAT The Contractor shall respond in their bid to all paragraphs in the specification that shall specifically ask for information. The Contractor shall submit the pricing portion of their bid in the format as outlined in the bid. Remote Telemetry Unit (RTU) /Controller Requirements WATER SIGHT REMOTES I/O Specifications No less than 8 Digital inputs • Nominal input voltage • Input Voltage Range • Channel to Channel Isolation • Optical Isolation to Logic No less then 4 Analog inputs • Input range • Resolution • Maximum survivable input • Input resistance • Accuracy • Optical Isolation to Logic Page 13 No less than 4 Digital outputs • Nominal line voltage • Maximum line voltage • Diagnostic feature • Current rating • Optical Isolation to Logic No less then 4 Analog outputs • Output range • Max. loop resistance Enclosure/power/ backup 120/240 VAC 280 VAC Four isolated manual auto switches .75 amp per channel 4000 Volts transient 4-20mAdc 1000 @ 24VDC • Nema 4X • AC power UPS protected 120 vac supply • 5 volt dc power supply +/- .01 volt • battery 12V 12amp hr, lead-acid gel cell • 12 volt charger 500 mA float charge, 2 amp max fast charge • short circuit protection • Temperature controlled 45 °F - 120°F SEWER SIGHT REMOTES I/O Specifications No less than 8 Digital inputs • • • • • • • • • Nominal input voltage Input Voltage Range Channel to Channel Isolation Optical Isolation to Logic Input range Resolution Maximum survivable input Input resistance Accuracy Optical Isolation to Logic 120 VAC/VDC 90-140 VAC 300 VAC 4000 Volts transient -20mA to +20mA 0.000008 mA 36mA or 9 Volts 200 ohms 0.05% 4000 Volts transient No less then 2 Analog inputs Page 14 No less than 0 Digital outputs, with future ability of no less than 4 • Nominal line voltage • Maximum line voltage • Diagnostic feature • Current rating 120/240 VAC 280 VAC Four isolated manual auto switches .75 amp per channel • Optical Isolation to Logic 4000 Volts transient No less then 0 Analog outputs, with future ability of no less than 4 • Output range 4-20mAdc • Max. loop resistance 1000 @ 24VDC Enclosure/power/ backup • Nema 4X • AC power UPS protected 120 vac supply • 5 volt dc power supply +/- .01 volt • battery 12V 12amp hr, lead-acid gel cell • 12 volt charger 500 mA float charge, 2 amp max fast charge • short circuit protection • Temperature controlled 45 °F - 120°F CENTRAL CONTROLLER No less than 8 Digital inputs • Nominal input voltage • Input Voltage Range • Channel to Channel Isolation • Optical Isolation to Logic No less then 4 Analog inputs • Input range • Resolution • Maximum survivable input • Input resistance • Accuracy • Optical Isolation to Logic No less than 4 Digital outputs • Nominal line voltage • Maximum line voltage • Diagnostic feature • Current rating • Optical Isolation to Logic 120 VAC/VDC 90-140 VAC 300 VAC 4000 Volts transient -20mA to +20m 0.000008 raA 36mA or 9 Volts 200 ohms 0.05% 4000 Volts transient 120/240 VAC 280 VAC Four isolated manual auto switches .75 amp per channel 4000 Volts transient Page 15 No less then 4 Analog outputs • Output range 4-20tnAdc • Max. loop resistance 1000 @ 24VDC Enclosure/power/ backup • Nema 4X • AC power UPS protected 120 vac supply • 5 volt dc power supply +/- .01 volt • battery 12V 12amp hr, lead-acid gel cell • 12 volt charger 500 niA float charge, 2 amp max fast charge • short circuit protection • Temperature controlled 45 °F - 120°F Communication Interfaces • Radio interface (1) • RS 232 (1) • Modbus ASCII or RTU protocol Programming interface • RS 232 port (1) Approvals • FCC part 15 Controller • 32-bit Motorola 68ECO20 processor • 16.67 MHz • 4 corn ports • System monitor Communication Specifications Radio Interface: Existing Motorola GM 300 • PTT, COR • input levels from 20mV to 3Vpp • input impedance >30K ohm @ 1KHz • output level 3Vpp maximum with 10Kohm load • output impedance <1Kohm 1KHz • flat audio in and flat audio out • transmit audio adjustable from 20 mV - 2V p-p • COR adjustable from 0.1 to 4.5 VDC • PTT output relay to ground <300mA max, NO or NC position • signaling @ 1200 baud FSK Page 16 RS 232 Interface: • FCC ED • Operating voltage • Current drain • Temperature range • Data interface part 15 7-16- VDC less than 50 mA -30° C +60°C EIA RS-232C Standard Power: • 13.8VDC nominal, 10.5- 16VDC • 75mA typical, 150 mA Max @ 16VDC Enclosure/power/ backup • Nema 4X • battery 12V 12amp hr, lead-acid gel cell • charger 500 mA float charge, 2 amp max fast charge • short circuit protection • AC power - 115VAC, 0.7 Amp max • Temperature controlled 45 °F - 120°F Existing Radio Specifications • 146-174 MHz • VHF Band • Channel Spacing 20/25/30 • Power output 10-25W • 8 Channel • FCC Licensed (Contractor Responsibility) NAME ELEVATED TANK CENTRAL DPW CHESTNUT HILLS CLARKSTON BLUFFS CLARKSTON GARDENS DEERWOOD I, II DEERWOOD III HIDDEN LAKES HJ1LVIEW LAKE OAKLAND WOODS PINE KNOB MANORS FELTON SPRING LAKE SOUTH WYNGATE DEER LAKE FARMS WATER SIGHTS ADDRESS 7171 DIXIE HWY 6050 FLEMING RD 5685 CHESTNUT HILL DRIVE 6501 RIDGE-VIEW DRIVE 6661 PEAR 8133 DEERWOOD ROAD 8733 MORNINGMCIST DRIVE 6097 RIDDEN LIKES BLVD 9779 KLAIS ROAD 5200 PHEASANT RUN ROAD 6740 ROYAL ST. GEORGE 4995 PELTON ROAD 6341 GOLFVIEW 7505 WYNGATE 7575 DEERHILL CITY STATE / ZIP Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Clarkston MI 48346 Page 17 SEWER SIGHTS CANTERBURY 8621 ORTONVILLE RD Clarkston MI 48346 M - 15 6405 ORTONVILLE RD Clarkston MI 48346 SPRING LAKE 6120 MAYBEE ROAD Clarkston MI 48346 4600 ENNISMORE Clarkston MI 48346 4646 MAJOR Clarkston MI 48346 4231 ME'VERS Clarkston MI 48346 5695 PARVIEW Clarkston MI 48346 6811 HIDDEN LANE Clarkston M148346 9036 MORNINGMIST Clarkston MI 48346 CORRUNA Clarkston MI 48346 Page 18 MEMO TO: Township Board FROM: George Anderson DATE: September 16, 1999 SUBJECT: SCADA System I am seeking the Board's permission to purchase a SCADA system to monitor all of the townships sanitary lift stations, well houses and storage tanks. We advertised in the local newspaper and solicited bids, by phone. Three (3) sealed bids were received and opened at 10:15 a.m. Wednesday September 15, 1999 Great Lakes Instrumentation $142,000 C.J. Electrical, Inc. $162,877 DynaLogic Engineering $360,591 At this time, we are reviewing the bids to make sure all bidders are supplying the labor, material and services as specified, as there is quite a large span between the bids; Great Lakes Instrumentation is mainly a one man operation, he has serviced and maintained our current Motorola system for the last four or five years. Therefore, he is very familiar with our needs. I am confident he can supply the service we are looking for, at this time. C.J. Electrical, Inc. I know very little about, except it is also mainly a one man operation out of Kalamazoo. DynaLogic Engineering is a division of The Benham Company with a staff of 600 + professional engineers, architects and scientists. They have designed and implemented a wide variety of control systems for Ford Motor, Chrysler, GM, etc. I have included a copy of their "Letter of Introduction" and a clarification of their bid. I am recommending the bid be awarded to Great Lakes Instrumentation at a cost of $142,000. GA:11r Attachment Public NocieriSCADA Office (517) 662-2674 Fax (517) 662-2644 Home (517) 832-1675 Pager (517) 276-2806 Russell D. Williams Vice President P.O. Box 113 211 N. Auburn Street Auburn, Michigan 48611 LINDA RICHARDSON Independence Township Great Lakes Instruments & Controls, Inc. agrees to furnish and start up one Microprocessor Based SCADA Control System. utilizing a Microsoft NT based human machine interface (HMI), capable of sharing data with other applications and data bases, via DDE and RDBMS including alpha mnneric pagers, complete process trending, advanced security and alarming functions. GENERAL DESIGN: • Opto Control factory suite HMI, perform regulatory control, dynamic displays of process, trend. record and log process variables. • Opto Snap I10 hardware. • Existing Motorola radio communications and VHF frequency. • Johnson Data Telemetry 1200 Baud Modems between central and remotes. • Ameritech alpha numeric paging of alarming and selected process changes. • Autocaud drawing revisions. • All power and phone surge suppression at central and remotes. • Included will be a new central computer workstation 8c chair. HARDWARE: • E-Omaga zip drive to be installed in customer supplied NT Computer • One Dell Inspiron 7000 built to bit specifications • Snap LCSX 32 Bit Controller w/1 mb Ram, 4 comm ports • Fatory Floor Control Software Suite • Snap B3000 Snap Digital/Analog Brain Board • Snap B4M Snap 4 position (16 channel) digital/analog I/O rack • Snap IAC5 Snap 4 Channel AC Input Modual • Snap OAC5 Snap 4 Channel AC Output Modual • Snap AIMA Snap 2 Channel +/- 20ma Analog input module • Snap A0A23 Snap 2 Channel 4/20ma Analog output module • 24 Volt DC power supplies • 5 Volt DC power supplies • Johnson Data Telemetry 1200 Baud Modems • Motorola HLN9457 Motorola Hardware Kits • Spector Win 411/911 w/soundcard alarming / paging system. INSTALLATION: • Great Lakes Instruments & Controls (GLIC) will work with DPW personal on scheduling and integration of new system to minimize process interrupts. • GLIC will provide all engineering, hardware, inter-connecting cabling, software, testing, debugging, documentation and support services. • All equipment will withstand -10°C +60°C temperatures. DEMOLITION: • All existing equipment will be removed from sight and disposed of in compliance with locaL state and fedaal regulations. SPARE PARTS: • Spare pails will be provided to replace a complete remote sight in case of unforeseen future damages. • Spare parts will be provided to restore a complete operational central unit with the included notebook computer as a backup central computer. Total System Su_Dnlied, Inteerated, Started UP with DPW Personnel Training and One Year Warranty $142,480.00 Additional field service, if required beyond this agreement will be billed according to the following schedule (hourly rate with a 6 hour minimmn): • Twenty four (24) hours a day, four (4) hour response time S 120.00 • Single (1) day notice response time during normal hours S 95.00 • Three (3) day response in normal hours S 65.00 • Parts provided at 30% above invoiced Cost. This contract, including the attached "Terms & Conditions" than constitute the entire agreement and all prior representations or agreements not incorporated herein are superseded. The pricing quoted herein is firm 90 days from August 30. 1999. Independence Twp. Great Lakes Instruments & Controls, Inc. By: By_ Title Title Date Date Purchase Order Number Contract #ENDY090 199 I 1 Russell D. WWinic Vice President P.O. Box 118 211 N. Auburn Street Auburn, Michigan 48611 Office (517) 662-2674 Fax (517) 662-2644 Home (517) 893-3655 Pager (810) 831-0746 TERMS AND CONDITIONS LINDA RICHARDSON Independence Township TERms: Net cash due and payable within 30 days on receipt of invoice. Opening draw of 30°4 on notice to proceed. Next draw of 20% on delivery of all hardware Next draw of 20% on mid integration of the project Next draw of 20% on completion of the project. Final draw of 10% on first annual date of system acceptance. SERVICE WARRANTY: Seller warrants the work done by its representative to be free from defects in workmanship for a period of 1 year after the service is supplied. There are no warranties expressed or implied. If within 1 year any portion of our work proves to be defective, seller will, at its own expense, supply the necessary technical direction or consultation to correct the defect. This is the sole remedy of the purchaser and the sole liability of the seller, whether in warranty or otherwise. PARTS WARRANTY: If any item, used or supplied by the seller, 41,111 prove defective on material or workmanship within 3 months from date of delivery, seller shall at its option modify repair. or replace said items excluding normal wear and tear. Seller shall have no responsibility if such item has been improperly stored, installed, operated or maintained, modified or repaired by any other party(ies). In addition Seller cannot warranty items like lamps, thermocouples, glass. etc. That are subject to normal wear and breakage. This warranty is the sole remedy of the purchaser and the sole liability of the seller for any cause or reason. LIMITATION OF LIABILITY Seller's Maximum liability arising from any cause shall not exceed the contract price. Any lawsuit on this action must begin within six (6) months from the date the action occurs. DAMAGE: In no event shall the seller or its subcontractors or suppliers be liable for special, incidental, or consequential loss or damage arising out of provided services. Example: Cost of money lost by reason of plant shutdown, etc. CRAFT LABOR: Where local areas have labor practices that dictate construction, craft labor must assist our personnel, the Seller will not accept such charges unless agreed to in writing by seller's authorized representative. C. J. Electrical; Inc. 3312 Adams Street Kalamazoo, MI 49008 (616) 217-4503 LINDA RICHARDSON Independence Township PO Box 69 Clarkston, MI 48347 (248) 625-8222 C. J. Electrical, Inc. would Ince to submit the following bid for the advertised Microprocessor Based SCADA Control System, utilizing a Microsoft NT based human machine interface (HMI), capable of sharing data with other applications and data bases, via DDE and RDBMS including alpha numeric pagers, complete process trending, advanced security and alarming functions. DESIGN: • Opto 22 hardware, software and other components to complete an entire SCADA control system. Price to include all engineering, labor, training and materials necessary. HARDWARE: • One Dell Inspiron notebook computer built to bit specifications • Opto 22 Snap I/O hardware and software. (LCSX 32 Bit Controller as the building structure). • 24 Volt DC power supplies • 5 Volt DC power supplies • Uhf Data Telemetry 1200 Baud Modems • Motorola Hardware Kits • Spector Win 411/911 w/soundoard alarming / paging system. • 1-0maga zip drive to be installed in customer supplied NT Computer • All equipment will withstand -10 °C —60°C temperatures. DISPOSAL OF EXSISTING EQUIPMENT: • All existing equipment will be removed from sight and disposed of in compliance with local, state and federal regulations. SPARE PARTS: • Spare parts will be provided so any unforeseen system malfunction will be brought back to an operational condition. Total System With One Year Warranty $162,877.00 Price quoted will be honored for 90 days after September 13, 1999. Respectfully submitted by: C. J. Electrical, Inc. Ii DynaLogic Engineering, Inc. 1250 Pontiac Trail • Walled Lake, Ml 48390 • 248-669-3275 • Fax 248-669-1150 September 15, 1999 INDEPENDENCE TOWNSHIP 6050 Fleming Road Independence Township, Michigan 48346 Attention: George Anderson Phone: 248 625-8222 Fax: 248 625-4393 Subject: Independence Township SCADA Upgrade Clarification 141 DynaLogic Proposal #9252 Dear Mr. Anderson: In discussion following the bid opening clarification of the items composing our proposal was considered desirable. This will allow comparison of the associated cost for the project and prospective bidders. DynaLogic Engineering's quotation breaks down as follows: Materials: RTU Related panels 3117.967.15 Computer Related Software $ 20,529.50 Material Total: $138,496.65 Eneineerine: Design & Prommming S 69,787.00 SCADA based Graphics & Control 30 Screens Similar to Existing S 16,300.00 SCADA Graphics Built to resemble each installations Mechanical Layout S 22,500.00 Field Installation and Checkout S 68,887.00 DynaLogic Engineering Reporting Software $ 29,393.60 Training and Training Manuals 3 15.026.75 Total Engineering: S22209435 Total Project: $360,591.00 Independence Township DynaLogic Engineering Proposal #9252 SCADA and RTIJ Controls Upgrade, Clarification 41 09/16/99 This gives a more clear picture of the associated costs. The SCADA graphics representing your structures and the DynaLogic Reporting Software are perceived customer requirements from the walk through. These items were not specifically described in the specifications as a project requirement. I believe this will help to explain differences in our scope of work and the associated costs. Sincerely, DYNALOGIC ENGINEERING L. William Schultz Sales Engineer Cc: Daniel Bielski, President Doug Shaw, Factory Automation Business Unit Manager Gary Raczka. Process Business Unit Manager Ken Lively, Program Manager File 2 DynaLogic Engineering, Inc. 1250 Pontiac Trail • Walled Lake, Ml 48390 • 248-669-3275 • Fax 248-669-1150 September 15, 1999 IDEPENDENCE TOWNSHIP 6050 Fleming PO Box 69 Clarkston, Michigan 48347 Attention: George Anderson Dear Mr. Anderson; Thank you for your interest in DynaLogic Engineering. DynaLogic Engineering is interested in performing your SCADA System Improvements. Please accept this binder as a company profile/ brochure and experience list. INTRODUCTION DYNALOGIC ENGINEERING. INC. was originally incorporated as Digital Engineering, Inc in 1981, and specialized in Energy Management Systems using PLC's (Programmable Lo gic Controllers). The company interests have since expanded into a wide array of process and facilities controls services. DynaLoc Engineering became a division of The Benham Company's family of services in 1989. The Benham network of companies — offering the diversity of a staff of 600 — engineers, architects and scientists — provides such services as real estate site planning, environmental impact studies, building design, process design. systems integation, and complete construction for all-encompassing TurnKey automated facilities. DynaLogic Engineering acquired VTM Industries in April of 1998. VTM's experienced staff added new leadership for DynaLogic in additional automotive and non-automotive markets such as Water and Wastewater. In December of 1998 DynaLogic Engineering relocated all employees in the Metro Detroit area to a new facility and headquarters in Walled Lake, Michigan. DynaLogic Engineering operates in conjunction with offices in Atlanta, Georgia, St Louis Missouri. and St Paul Minnesota. DynaLogic Engineering provides complete control systems engineering, design, CAD drawings, system programming, graphic design and programming, field technical support, training, maintenance contracts and electrical field installation of industrial and commercial process control systems for automotive, steel mills, central utilities complexes, food processing plants and bottling plants. DynaLogic Engineering can design, build and install control systems for paint shops, phosphates. e-coats. elpos, spray booths, process air supplies, building air supplies, sludge systems, paint kitchens, ovens, forced coolers, hot water/steam systems, miscellaneous booths, car washes, exhaust systems, central computer rooms, energy management systems, conveyors, Bliss mills, crane controls, part tracking systems, hydro cyclone systems, high temperature furnaces, precious metal recovery systems, raw water conditioning, biological waste treatment and industrial waste treatment systems. as well as other applications. DynaLogic Engineering Services Are: • Engineering' Control, Communications, and Network Design / Specifications • CAD Design Drawing - Presently AutoCad Re. 14 • Process Automation • CI? (Clean-in-Place) Control > Batch/Continuous Blending Systems > Potable Water Processes > Wastewater Processes • Material Handling Systems > Beverage Filling & Packaging Lines > Empty Case Handling > Automotive Conveyor Systems • Energy Management/ Utility Management • Machine Monitoring • Plant-Wide Systems Integration • Network — Based Real — Time Production Information > Machine Monitoring > Paintshop Process Monitoring > Water Plant Process Monitoring > Wastewater Plant Process Monitoring • Corporate CLM Design & Implementation • Control System Programming - Allen Bradley, Modicon, Square D, General Electric, Mitsubishi, Texas Inst., Toyopuc, "C" programming, basic, etc. • Documentation -- Allen Bradley, Taylor, ICONI, Updoc, Tele-Denken & General Electric. • Facility Monitoring and Controls with Host Interfaces/ Graphic design and programming - Genesis, Wonderware, Intellutioni Fix/DN1ACS, G.M. Edge, Panel View, Xycorn, ControlView, Screenware, EDT, etc. • OEM Supplier of Control Equipment - Honeywell, Allen Bradley, Modicon, Square D, G.E. Cutter Hammer, Barber Coleman, etc. • Panel Design. Fabrication & Testing. Approval agency listings available. > UL Listed Panels > Ontario Hydro Approved Panels 2 • Electrical Installation and supervision • Field Start-up Services and Technical Support • Control System Training COMMITMENT D!,,TiaLogic Engineering is built on a team concept and we consider every employee to be a vital member of our team. The continued success and gowth of our company depends on each employee contributing his or her talents and creativity. In order to continue our growth and success, our primary goal is "Total Customer Satisfaction". This means the Dynalogic Team must always produce a superior control system. In dealing with our clients, DynaLogic employees ask themselves, "What kind of service, product and treatment would I expect if! were the client?" and try to exceed those expectations. Additionally, our goal is to meet or exceed our customer's expectations in the global marketplace through standardization and modular design. Our clients will measure our success by the reliability, flexibility and longevity of our plant floor system, system desian, and its integation with enterprise management systems. We work to help our customers achieve power through control. Specific Water and Wastewater Information DynaLogic Engineering currently employes 105 people at offices in Walled Lake, Michigan. Atlanta. Georgia. St Paul, Nlinnisota, and St. Louis, Mossiouri. The current staff includes 73 Degreed Engineers in Mechanical, Electrical, and Computer Sciences. Additionally, DynaLogic Engineering can access over 600 additional degreed engineers through The Behnam Company. DynaLogic Engineering's Walled Lake office offers three factory trained service personnel, with three company vechiles to service our existing customers. Project Information Largest Project Size and Dollar Value 53,230.821.00 as a sub contractor, and over 5 Million as 2 General Contractor for the GM Silao Plant Control Contract managing the electrical sub contractor for the new plant construction. The Benham Company has done larger Turn-Key projects. Water Plant Experience — see the attached project lists for scope of work GM Assembly Plant, Silao, Mexico — Automotive, Mexico Southeastern Oakland County Water Authority, Royal Oak, Michigan - Municipal City of Detroit Systems Control, Detroit, Michigan - Municipal City of Detroit Northeast Water Plant, Detroit, Michigan - Municipal City of Detroit Southwest Water Plant, Allen Park, Michigan - Municipal Wastewater Plant Experience — see the attached project list for scope of work GM Assembly, Silao, Mexico - Automotive GM Powertrain, Romulus, Michigan - Automotive Ford Romeo Engine Plant, Romeo, Michigan - Automotive Ocean Spray, Henderson, California — Food and Beverage Dens° Manufacturing, Battle Creek, Michigan — Tier One Automotive PLC Experience Honeywell, Allen Bradley, Modicon, Square D, G.E., Culter Hammer, etc. specific point counts vary by the jobs and are listed in the attached project lists. Process Control Software Experience • Host Interfaces- Genesis, Wonderware, Intellution/ Fix/DMACS, G.M. Edge, Panel View, Xycom, ControlView, Screenware, IDT, etc. • Control System Programming - Allen Bradley, Modicon. Square D, General Electric, Mitsubishi, Texas Inst., Toyopuc, "C" programming, basic, etc. Workstation Experience Computers — Dell Dimensions, Gateway, Compac, Xycom, Panelview, etc. Workstation Types — Servers, NEMI's NerworkinitExperience Fiber Optic, Ethernet, Serial Communications, Company Developed interfaces, modem, cellular phone. radio As you will see from this brief overview, our projects and experiences are technically oriented and our capabilities vary. That we offer a very comprehensive package that includes engineering, CAD drawings, state of the art equipment, field installation, field supervision, plant personnel training, start-up services and equipment maintenance services. If you have any questions and/or require additional information, do not hesitate to contact us. Sincerely, DynaLogic Engineering L. William Schultz Sales Engineer Intro 1_ viwtp doc 4 Index Dy-naLogic Engineering Experience > Automotive > Automotive—Canada > Automotive — Mexico > Automotive — Overseas > Automotive Teir One Supplier > Food & Beverage > Non Automotive > Industrial Control and Equipment Manufacturer Page 18 > Publishing Industry > Municipal Industry 2. Company History 3. DynaLogic Engineering Panel Drawings GM Silao Assembly Plant WWTP Panel 4. DynaLogic Engineering Sample Graphic Screens GM Silao Utilities > Raw Water/ Potable Water Process > Wastewater Process GM Silao Utilities Photographs > Raw Water/ Potable Water Process > Wastewater Process Page 5 Page 12 Page 13 Page 14 Page 14 Page 15 Page 15 Page 17 Page 17 Page 18 Page 28 3. DynaLogic Engineering Application Write Ups • Ciry of Detroit. Temporary Flow Monitoring Project CS-1192 ▪ FLS-2 RTU, City of Detroit. 0C-1 Meter Pit Summary, DWS-800 Pilot Project NAME: DATE oentev.o: 1.0 - (..1) `7) Item Description \.) tt.QCLegi PUir _ 591-556-851-000 Account Number 1% Amount 69J40.70 3(fo. 00 DATE PAID Note check cut) — - `3 ASAP RETURN TO DEPARTMENT (6 00-4- okeptvoia Ade. t..)./ i 7 PURCHASE REQUISITION Great Lakes Instruments & Controls, Inc. P.O. Box 118 Auburn, MI 48611 TOTAL (\\ Department Head 31 5m 70 p. T 1.1 4 DATE INVOICE # 9/30/1999 75 Invoice Great Lakes Instruments & Controls. Inc. P.O. Box 118 211 N. Auburn Street Auburn, MI 48611 BILL TO Independence Township DPW George Anderson 'P.O. Box 69 Clarkston MI 48347 P.O. NO. TERMS DUE DATE REP PROJECT 9/30/1999 • RDW DESCRIPTION QTY RATE AMOUNT Russell Service Engineer. New Scada System. First Draw. 30%. 42.744.00 42.744.00 Net 30 ITEM 1 Total $42,744.00 Resolution #99268 October 28, 1999 The Chairperson referred the resolution to the Finance Committee. There were no objections. FISCAL NOTE (M.R. #99268) November 18, 1999 BY: FINANCE COMMITTEE, SUE ANN DOUGLAS, CHAIRPERSON IN RE: ENVIRONMENTAL INFRASTRUCTURE FUND REIMBURSEMENT FOR PROJECT IN THE CHARTER TOWNSHIP OF INDEPENDENCE TO THE OAKLAND COUNTY BOARD OF COMMISSIONERS Chairperson, Ladies and Gentlemen: Pursuant to Rule XII-C of this Board, the Finance Committee has reviewed the above referenced resolution and finds: 1. $42,744 is available in the Environmental Infrastructure Fund to reimburse the Charter Township of Independence for this project, no additional appropriation is required. 2. Additional funds may be released, up to an accumulated total of $112,473.23 in FY2000 for this project upon submission of proper invoices. FINANCE COMMITTEE FINANCE COMMITTEE VOTE: Motion carried unanimously on a roll call vote. L. Brooks Patt son, County Executive Rate 6, Resolution 499268 November 18, 1999 Moved by Douglas supported by Millard the Finance Committee Report be accepted. A sufficient majority having voted therefor, the report was accepted. Moved by Douglas supported by Millard the resolution be adopted. Moved by Douglas supported by Millard the resolution be amended to coincide with the recommendation in the Finance Committee Report. A sufficient majority having voted therefor, the amendment carried. Discussion followed. Moved by Douglas supported by Galloway the resolution be amended in the BE IT FURTHER RESOLVED paragraph by changing the Account Number to #90-26321°-41000-398S. A sufficient majority having voted therefor, the amendment carried. Vote on resolution, as amended: AYES: Douglas, Galloway, Garfield, Gregory, Jensen, Law, McCulloch, Melton, Millard, Moffitt, Obrecht, Palmer, Patterson, Schmid, Sever, Suarez, Taub, Amos, Appel, Causey-Mitchell, Colasanti, Devine, Dingeldey. (23) NAYS: None. (0) A sufficient majority having voted therefor, the resolution, as amended, was adopted. FOREGOING RESOLUTION STATE OF MICHIGAN) COUNTY OF OAKLAND) I, G. William Caddell, Clerk of the County of Oakland, do hereby certify that the foregoing resolution is a true and accurate copy of a resolution adopted by the Oakland County Board •f Commissioners on November 18, 1999 with the original record thereof now remaining in my office. In Testimony Whereof, I have hereunto set my hand and affixed the seal of the County of Oakland at Pontiac, Michigan this 18th day,pf November, 1999. . William Caddell, County Clerk