Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2017-022Temp. Reso. #12911 February 13, 2017 Page 1 of 5 Revision 1, February 22, 2017 Revision 2, March 10, 2017 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2017-� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING A CONTRACT TO CC CONTROL CORPORATION UTLIZING PRICING FROM AN AGREEMENT OBTAINED THROUGH A FORMAL COMPETITIVE PROCESS BY THE CITY OF OAKLAND PARK, RFP NUMBER 022414 FOR SCADA UPGRADES FOR 19 WATER PLANT WELLS AND 83 WASTEWATER PUMP STATIONS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A PURCHASE ORDER AGREEMENT WITH CC CONTROL CORPORATION FOR A PROJECT COST OF $837,727.00, WITH A CONTINGENCY OF 10% OR $83,772.70 FOR AN AMOUNT NOT TO EXCEED $921,499.70; AUTHORIZING AN ADDITIONAL APPROPRIATION OF $71,500; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the water supply, treatment, and distribution systems along with the Wastewater Pump Stations; and WHEREAS, the present SCADA Systems installed at the Water Plant Wells and Wastewater Pump Stations were designed by Montgomery Watson in 1999 and constructed in 2001 and 2002 by Curry Controls at a cost of over $2,000,000.00; and WHEREAS, critical components are no longer manufactured or readily available for these SCADA Systems; and 1 Temp. Reso. #12911 February 13, 2017 Page 2 of 5 Revision 1, February 22, 2017 Revision 2, March 10, 2017 WHEREAS, this project will provide for the installation of an Allen-Bradley PLC SCADA system with a piggyback contract available from the City of Oakland Park; and WHEREAS, the construction of this project using the Allen-Bradley PLC SCADA System will cost significantly less than a like -kind upgrade to the existing system; and WHEREAS, under Task Authorization No 16-12D, Eckler Engineering, Inc. provided the design for the SCADA Upgrades for the Water Plant Wells and Wastewater Pump Stations Project and will provide any bidding assistance required along with Engineering Services during construction of this Project at a cost of $92,900.00; and WHEREAS; the City of Oakland Park, RFP Number 022414 with CC Control Corporation, for the SCADA System Upgrades has favorable pricing, terms, and conditions, which was awarded on April 16, 2014, (a copy of such proposal is on file with the City Clerk), and the contract is effective until April 16, 2019 (a copy of which is attached hereto as "Exhibit A"); and WHEREAS, CC Control Corporation agrees to allow the City of Tamarac to piggyback the existing contract with the City of Oakland Park (Contract RFP Number 022414) with the same terms, conditions, specifications and pricing and has prepared a project proposal in the amount of $837,727.00 (a copy of the quotation from CC Control Corporation and the pricing provided under their response to the City of Oakland Park RFP 022414 are attached hereto as "Exhibit B" and "Exhibit C" respectively); and 1 Temp. Reso. #12911 February 13, 2017 Page 3 of 5 Revision 1, February 22, 2017 Revision 2, March 10, 2017 WHEREAS, the Director of Public Services and the Purchasing and Contracts Manager chose to utilize available contracts awarded by other governmental entities for the SCADA Upgrades for the Water Plant Wells and Wastewater Pump Stations Project, as provided by City Code Section 6-148 (f) which states that the purchasing officer may utilize contracts with other governmental agencies; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to accept and execute an Agreement with CC Control Corporation utilizing the City of Oakland Park Contract RFP Number 022414, in an amount not to exceed $837,727.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. All exhibits attached hereto are incorporated herein and made a specific part hereof. SECTION 2: The City Commission hereby awards the SCADA contract to CC Control Corporation, utilizing the City of Oakland Park Contract RFP Number 022414 for the water plant wells and wastewater pump stations upgrades. The appropriate City Officials are hereby authorized to execute a Purchase Order Agreement in an amount not to exceed a project cost of $837,727.00 with a 10% contingency of $83,772.70, for a total project cost of $921,499.70. Temp. Reso. #12911 February 13, 2017 Page 4 of 5 Revision 1, February 22, 2017 Revision 2, March 10, 2017 SECTION 3: The Director of Public Services is authorized to approve Work Tasks in accordance with the schedule of prices under said contract in an amount not to exceed $837,727.00 for a project cost. A contingency of 10% or $83,772.70 will be added to the project account for a total of $921,499.70. SECTION 4: The City Manager, or his designee, is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6- 147) of the City Code, and close the contract award, which includes but is not limited to making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions, and pricing of the agreement. SECTION 5: An appropriation in the amount not to exceed $71,500.00 is hereby approved and will be included in a BudgetAmendment priorto November 30, 2017, pursuant to F.S. 166.241(2). SECTION 6: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. 1 1 1 Temp. Reso. #12911 February 13, 2017 Page 5 of 5 Revision 1, February 22, 2017 Revision 2, March 10, 2017 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of Mr', ,. , 2017. ATTEST: ll" pw. Po"'1 �II PATRICIA CITY CLEV1C M1 I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM n SA EL S. GOREKJ CITY ATTORNEY fl A R DRESSLER RECORD OF COMMISSION VOTE: MAYOR DRESSLER C DIST 1: COMM. BOLTON DIST 2: COMM. GOMEZ-� DIST 3: COMM. FISHMAN DIST 4: VICE MAYOR PLACKO Y "EXHIBIT A" TR #12911 1 RESOLUTION NO. R-2014-029 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY 4 OF OAKLAND PARK, FLORIDA, DETERMINING THAT CC 5 CONTROLS CORPORATION IS THE MOST RESPONSIVE AND 6 MOST RESPONSIBLE BIDDER FOR THE INSTALLATION OF 7 AN UPGRADED SCADA SYSTEM; PROVIDING THAT THE 8 PROPER CITY OFFICIALS ARE AUTHORIZED TO EXECUTE 9 A CONTRACT FOR THE PROJECT IN WHICH IS ATTACHED 10 AS EXHIBIT "A"; PROVIDING FOR CONFLICTS; PROVIDING 11 FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. 12 13 WHEREAS, the City has sought competitive bids for the installation of an 14 upgraded SCADA system; 15 16 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 1.7 OF THE CITY OF OAKLAND PARK, FLORIDA, THAT: 18 19 SECTION 1. The foregoing "WfIEREAS" clause is true and correct and hereby 20 ratified and confirmed by the City Commission. All exhibits attached hereto are hereby 21 incorporated herein. 22 23 SECTION 2. The City Commission of the City of Oakland Park, Florida hereby 24 accepts the recommendation as submitted by the City's Consultant and City's Staff and 25 determines that CC Control Corporation is the most responsible and most responsive 26 bidder for the installation of an upgraded SCADA system; 27 28 SECTION 3. The City Commission of the City of Oakland Park, Florida hereby 29 approves and authorizes the appropriate City official to execute a contract with CC 30 Control Corporation in the amount of $231,654.00 for the installation of an upgraded 31 SCADA system; a copy of the contract is attached hereto as Exhibit "A". 32 33 SECTION 4. All Resolutions or parts of Resolutions in conflict herewith, be 34 and the same are repealed to the extent of such conflict. 35 Page 1 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 SECTION 5. If any clause, section or other part of this Resolution shall be held by any court of competent jurisdiction to be unconstitutional or invalid, such unconstitutional or invalid part shall be considered as eliminated and in no way effecting the validity of the other provisions of this Resolution. SECTION 6. This Resolution shall become effective immediately upon its passage and adoption. ADOPTED by the City Commission of the City of Oakland Park, Florida this 16th day of April, 2014. CITY OF OAKLAND PARK, FLORIDA e--� MAYOR SHARI L. MCCARTNEY J. SHANK YES T. LONERGAN YES S. GUEVREKIAN YES J.ADORNATO YES S. MCCARTNEY YES ATTEST: khNBE M. SHROUT, CM , CITY CLERK Page 2 of 2 �NsetRi;o::. 4 yea to aOAKLAND PARK �,otvrrt+�' CITY OF OAKLAND PARK 3650 NE 12tb Avenue Oakland Park, FL 33334 AGREEMENT for SCADA System Upgrades and Preventive Maintenance 'Phis AGREEMENT, made this 16th day of April, 2014, by and between the City of Oakland Park, acting herein through its City Manager, hereinafter called "OWNER", and C. C Control Corp, 5760 Corporate Way, Suite 100, West Palm Beach, FL 33407 located in Palm Beach County in the State of Florida, hereinafter called "CONTRACTOR". WITNESSETH, that the parties hereto do mutually agree as follows: ARTICLE I That for, and in consideration of, the payments and agreements hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence and complete the work described as follows: The Contractor will: (1) Replace 24 Remote Terminal Units as specified in the RFP (2) Upgrade 5 Remote Terminal Units as specified in the RFP (3) Furnish software for 34 lift stations and the central station as specified in the RFP (4) Install three radios and associated components as specified in the RFP (5) Replace two antennas and associated equipment as specified in the RFP (6) Five-year maintenance agreement as specified in the RFP (7) Associated services as specified in the RFP. All terms, conditions, and provisions of the Invitation to Request for Proposal 4 022414 are incorporated herein by reference and made specific part hereof. ARTICLE H In accordance with the Proposal, the Contractor shall furnish at his own expense all labor, vehicles, materials, tools and equipment needed to perform the services required. C:\Users\lgarcia\AppData\Local\Microsoft\Windows\Temporary Intemet Files\Content.00tlook\EZZNPVBG\BFP - SCADA Upgrade - Contract (1) • 6 Apr 14.doc Friday, April 11, 2014 • 9:33 AM Page -1 ARTICLE III The term of this Agreement shall be from April, 16, 2014 for a period of five consecutive years and terminating on April, 16, 2019. If mutually agreed upon by the CITY and CONTRACTOR, this contract may be renewed for two additional three- year periods. ARTICLE IV If it is determined that it is in the best interest of either party of the Agreement to terminate this Agreement prior to the expiration date, for cause, a thirty (30) calendar day written notice shall be given by the party wishing to terminate this Agreement. ARTICLE V Contractor agrees to indemnify and save CITY, its public officials, agents, servants and employees harmless from and against any and all claims arising out of or in any way connected with the willful misconduct or negligence of the contractor, or its employees and to carry at its own expense policies of insurance described in Invitation to Request for Proposal # 022414 to protect the CITY and its interests from such actions of the contractor or sub -contractors. Contractor further agrees to reimburse CITY for any and all court costs and other expenses, including reasonable attorney's fees incurred by CITY in defending any action, at both the trial and appellate levels, including paralegal expenses associated therewith, brought against CITY for injury or damage claimed to have been suffered as a result of or in any way connected with contractor's willful misconduct or negligence or that of its employees. ARTICLE VI Nondiscrimination Equal Employment Opportunity and Americans With Disabilities Act: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by this Agreement, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, CONTRACTOR shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff, termination, rates of pay, other forms of compensation, terms and conditions of employment, training (including apprenticeship) and acccssibility. Contractor's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, gender identity, gender expression, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. C\Users\lgarcia\AppData\Local\Mlcrosoh\Windows\Temporary Internet Files\Content.Outlook\E22NPVBG\RFP - SCADA Upgrade - Contract (1) - 6 Apr 14.doc Friday, Aprll 11, 2014 - 4;33 AM Page - 2 Contractor shall not engage in or commit any discriminatory practice in violation of the Broward County Human Rights Act (Broward County Code, Chapter 162) in performing any services pursuant to this Agreement. ARTICLE VII Public Records The City of Oakland Park is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 2. Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 3. Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 4. Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in ARTICLE IV, C:\Users\lgama\APPData\Local\Microsoft\Window:\Tempoca ry Internet Files\Content.Outlook\E22NPVBG\RFP . SCADA Upgrade -Contract (1) - 6 Apt 14.doc Friday, April 11, 2014 -9:33 AM Page - 3 No Text "EXHIBIT B" TR #12911 /-. C. C. CONTROL CORP. _ 5760.CORPORATE WAY, SUITE 100 E - WEST PALM BEACH, FLORIDA 33407 PHONE: 561 293-3975 FAX: 561 293-3976 CUSTOMER: CITY OF TAMARAC ATTN: PHONE: PROJECT: RTU SYSTEM UPGRADES CITY OF TAMARAC DATE: 2/8/2017 TOTAL DESCRIPTION QUAN PAGES 3 C. C. CONTROL CORP. PROPOSES TO FURNISH THE FOLLOWING COMPLETE WITH EXCEPTIONS AS LISTED: EXCEPT_ IONS: A} QUOTE DOES NOT INCLUDE ANY TOWERS ITEM NOA REMOVE AND REPLACE ALL RTU'S AT LOCATIONS IDENTIFIED CUSTOM ALUMINUM SUBPANEL 20"H X 16"W 1 SQD 860 MULTI 9 C60110 10A 1P CB 1 EDCO HSP-121A SURGE ARRESTER 1 AB MICROLOGIX 1400 PN. 1766-L32BXB PROCESSOR 1 AB 1766-MM1 MEMORY MODULE 1 VISHAY DALE RN60C499 499 OHM 1.2W RESISTOR 2 MDS SD RADIO 1 TESSCO CUSTOM JUMPER 2FT. TNC-MIN-M 1 POLYPHASER IS-50NX-C2 COAX. SURGE PROT. 1 PULS ML50.102 12VDC 4.2A POWER SUPPLY 1 RHINO PSP24-DC12-1 DC -DC CONVERTER 1 POWER SONICS P1218OF 18AH 12VDC BATTERY 1 AB 700-HA33A1-3-4 3PDT 120VAC RELAY 1 AB 700-HN101 11PIN SOCKET 7 AB 700HA33Z24-3-4 24VDC 3PDT 24VDC RELAY 6 EDCO PC642C-036-X DUAL SIGNAL SURGE 1 PROTECTOR PHOENIX CONTACT UT 4 3044102 FEE THRU 60 TERMINAL BLOCKS PHOENIX D-UT2.5/10 3047028 END BARRIER 5 PHOENIX E/UK 1201442 END STOP 4 PHOENIX FBS5-6 3030349 5 POLE BRIDGE 5 PANDUIT UG132/0-414-6 6 PORT GROUND BAR 1 PANDUIT UGB-B-SO ISOLATION STANDOFFS 1 CUSTOM SERIAL CABLE D69 M/F SERIAL 1 EXTENSION CABLE U.L.508A LABEL 1 AB RTU PROGRAMMING LOT FIELD SERVICE TO REPLACE EXIST. SUBPANEL LOT AS BUILT DRAWINGS LOT STARTUP AND TRAINING LOT ITEM NO.3 (NOT REQUIRED FOR TAMARAC) ITEM NOA (NOT REQUIRED FOR TAMARAC) ITEM NO.5 FURNISH AND INSTALL BROADBAND SPREAD SECTRUM RADIOS MDS SD RADIO 1 MDS SD RADIO 2 FIELD SERVICE TO REPLACE EXIST. RADIOS LOT ITEM NO.6 REMOVE AND REPLACE ANTENNA, ANTENNA JUMPER AND COAXIAL AT CELL TOWER REPLACE EXIST. ANTENNA REPLACE RF COAXIAL ANTENNA JUMPER REPLACE SPREAD SPECTRUM ANTENNA AND RF COAXIAL ANTENNA JUMPER NOTEII SERVICES PROVIDE BY ADVANTAGE COMMUNICATIONS ITEM NO.7 REMOVE AND REPLACE RADIO STATION ANTENNA REPLACE EXIST. RADIO STATION ANTENNA NOTEII SERVICES PROVIDE BY ADVANTAGE COMMUNICATIONS ITEM NO.8 PERMITS, LICENSES AND FEES ALLOWANCE PERMITS, LICENSES AND FEES ALLOWANCE ITEM NO.9 COST ALLOWANCE AS DIRECTED BY THE ENGINEER COST ALLOWANCE ITEM NO.10 CONSIDERATION FOR IDEMNIFICATION CONSIDERATION FOR IDEMNIFICATION SUMMARY CITY, TOTAL SELL ITEM NO.1 102 5700.00 581400.00 ITEM NO.2 1 3200.00 3200,00 ITEMS NO.3 (NOT REQUIRED FOR TAMARAC) ITEMS NOA (NOT REQUIRED FOR TAMARAC) ITEMS NO.5 1 6227.00 6227.00 ITEM NO.6 1 5750.00 5750.00 ITEM NO.7 102 2070.00 211140.00 ITEM NO.8 1 5000.00 6000.00 ITEM N0.9 1 25060.00 25000,00 ITEM NO.10 1 10.00 10.00 --------------------- TOTAL 837727.00 TOTAL SELL: $837,727.00 PLUS TAX IF APPLICABLE FOB: JOB SITE DEL: 18-20 WEEKS AFTER APPROVED DRAWINGS TERMS: NET 30 DAYS (SUBJECT TO CREDIT APPROVAL) WARRANTY: ALL WARRANTIES SHALL EXPIRE ONE (1) YEAR FROM DATE OF START-UP FROM SELLER TO BUYER UNLESS SPECIALLY INDICATED OTHERWISE AND WILL BE NULL AND VOID UNLESS MATERIALS ARE STORED UNDER PROPER CONDITIONS DETERMINED BY C.C. CONTROL CORP. SECTION III PROPOSAL SUBMISSION FORMS PROPOSAL SUBMISSION STATEMENT RFP# 022414 SCADA Systems Upgrades The undersigned hereby declares that after examining the Proposal Documents, does hereby submit a response and warrants that: a, She/He is an officer of the organization. b. She/He is authorized to offer a proposal in frill compliance with all requirements and conditions, as set forth in the RFR C. She/He has fully read and understands the RFP and has full knowledge of the scope, nature, quantity and quality of the work to be performed, and the requirements and conditions under which the work is to be performed. Authorized Signature Printed Name & Title "EMBIT C" TR 12911 C . C-. COAL?. s-7eD U�MA� Company Name Company Address City, State, Zip Code Date S co\.— �-°�3- 3�i S �G�r��a C� �' iron carp .cow• Phone Number Em it Address Note: Business documents attesting to the authority of the above signor to cormnit the firm to this proposal must be available for review at the City's request. Bidder understands that the City may inspect any equipment and related materials prior to the start of any preparatory or application procedures to nisure full compliance with the attached specifications. The City also retains the right to conduct a confirming inspection at any time during the project and to stop the contractor from performing any activities pending the resolution of any non-conformance issues. The City of Oakland Park SCA.DA Systems Upgrades CONDITIONS FOR EMERGENCY / HURRICANE OR DISASTER It is hereby made a part of this Request for Proposal that before, during and after a public emergency, hurricane, disaster, flood or acts of God, that the City of Oakland Park, shall require a "first priority" basis for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public health and safety, as determined by the City of Oakland Park. VendoriContractor agrees to rent/sell/ lease all goods and services to the City of Oakland Park, Utilities Department as opposed to a private citizen on a first priority basis. The City of Oakland Park e-pects to pay the prices listed in the Force Maintenance Bid Schedule for all services rendered in the event of an emergency, hurricane, or disaster. Vendor/Contractor shall fiunish a "24 hour" phone number in the event of such an emergency. I hereby understand and agree to the above statement. Signature rgna ure Print Name Emergency Contact Vi--P%oL. Emergency Telephone Number: 5 (` - ISCIOA Home Telephone Number: Cellular Phone Number —'---,CA— VA cannot comply with this request Signature Print Name Title Name of Company NON -COLLUSION AFFIDAVIT By submission of this affidavit, the Proposer certifies that this price is made independently and free from collusion. Proposer shall disclose below, to the best of its knowledge, any City of Oakland Park officer or employee, or any spouse, son, daughter, stepson, stepdaughter, or parent of any such officer or employee, who is an officer or director of, or has a material interest in, the Proposer's business who is in a position to influence this procurement. Any City of Oakland Park officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if he or she directly or indirectly owns more than five percent (5%) of the total assets or capital stock of any business entity, or if he or she otherwise stands to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the City of Oakland Park Code of Ordinances. NAME Signature RELATIONSHIPS Sworn to and subscribed before me in the state and county first mentioned above on this 4'1 r day of , ru 2011J. (affix seal) Notary Public COLLEEN MCKENNA 3 ,, .; Commission tl EE 138639 ,t fc My Commission Expires October 17, 2015 OCkoUer I, --� ,r- �IJ My commission expires SWORN STATEMENT UNDER SECTION 287.133(3)(A), FLORIDA STATUTES, ON THE PUBLIC ENTITY CRIMES (To be signed in the presence Of a notary public or other officer authorized to administer oaths.) STATE OF C `OQAZ)O- COUNTY Before me, the undersigned authority, personally appeared, who, being by me first duly sworn, made the following statement: Name of Proposer C G C Qt1X'C`R_ C.a F Business address 4j'1(oD Cow VuY�,I SV��e. �D� l� 3• ..FL '33AD? I understand that a public entity crime as defined in Section 287,133 of the Florida Statutes includes a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or any such agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understand that "convicted" or "conviction" is defined by the statue to mean a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. I understand that "affiliate" is defined by the statute to mean (1) a predecessor or successor of a person or a corporation convicted of a public entity crime, or (2) and entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime, or (3) those officers, directors, executives, partners, shareholders, employees, members and agents who are active in the management of an affiliate, or (4) a person or corporation who knowingly entered into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months. Please mark the appropriate paragraph below: %Neither the proposer, contractor, nor any officer, director, executive, partner, shareholder, employee member or agent who is active in the management of the proposer or contractor nor any affiliate of the proposer or contractor has been convicted of a public entity crime subsequent to July 1, 1989. There has been a conviction of a public entity crime by the proposer or contractor, or an officer, director, executive, partner, shareholder, employee, member or agent of the proposer or contractor who is active in the management of the proposer or contractor or an affiliate of the proposer or contractor. A determination has been made pursuant to Section 287.133(3) by order of the Division of Administrative Hearings that it is not in the public interest for the name of the convicted person or affiliate to appear on the convicted vendor list. The name of the convicted person or affiliate is �R • A copy of the order of the Division of Administrative Hearings is attached to this statement Proposer's Signature Sworn to and subscribed before me on this _day of ` —t—> 20! (affix sea]) t\^U' ,,��,�", pLtEEN NICKEDlNA �nS Commission EE 138 My CoiY�mission ExpiresreS Notary Public Signature October 17 2015 DOMESTIC PARTNERSHIP CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED AT TIME OF SUBMITTAL FOR CONTRACTOR TO BE DEEMED RESPONSIVE The Contractor, by virtue of the signature below, certifies that it is aware of the requirements of Section 2-197.1 of the City of Oakland Park's Code of Ordinances, "Requirement for city contractors to provide equal benefits to domestic partners", and certifies the following: (Please check only one below) ❑ 1. The Contractor currently complies with the requirements of Section 2-197,1 of the City of Oakland Park's Code of Ordinances and provides benefits to domestic partners of its employees and the partners' dependents on the same basis as it provides benefits to employees' spouses and the spouses' dependents ❑ 2. The Contractor will comply with the requirements of Section 2-197.1 of the City of Oakland Park's Code of Ordinances at time of contract award and provide benefits to domestic partners of its employees and the partners' dependents on the same basis as it provides benefits to employees' spouses and the spouses' dependents ❑ 3. The Contractor will not comply with the requirements of Section 2-197.1 of the City of Oakland Park's Code of Ordinances at time of award [I<4. The Contractor does not need to comply with the requirements of Section 2-197.1 of the City of Oakland Park's Code of Ordinances at time of award because the following exemption applies: (Please check only one below) ❑ The Contractor's price bid for the initial contract term is $100,000 or less e The Contractor employs less than twenty-five (25) employees ❑ The Contractor does not provide benefits to employees' spouses or spouse's dependents ❑ The Contractor is a religious organization, association, society, or non-profit charitable or educational institution ❑ The Contractor is a government entity ❑ The Contractor camiot comply with the requirements of Section 2-197.1 of the City of Oakland Park's Code of Ordinances because it would violate the laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation aild attach explanation of its applicability. I, ` U� S L . � `(�lG. ,y, t4_ s Hof C . G . C otvTitsCl.. ���. (Name) (Title) (Contractor) Hereby attest that I have the authority to sign this notarized certification and certify that the above -referenced information is true, c/o�mplete and correct. Signature Print Name DOMESTIC PARTNERSHIP CERTIFICATION FORM (continued) STATE OF ,lip ) COUNTY OF SWORN TO AND SUBSCRIBED BEFORE ME this f % r day of t a rt > 201_y by (-( :),, SL._(-A r c .g, , to me personally known Qj- or produced identification _ type of identification produced: My commission expires: IG i -) 1, Signature of Notary Public (SEAL) Pri nt name of Notary Public o°QY'i;, COLLEEN MCKENNA ,a Commission # EE 138639 :r a= Pam; My Commission Expires October 17, 2015 '•gnnua� EXPERIENCE/REFERENCES The following is a listing of references the contractor has supplied services to, with in the past five years, Please provide name and current contact information for references, NAME OF AGENCY CONTACT PERSON & PHONE NUMBER PERIOD OF SERVICE FROM: TO: Q C>01 s NAME OF AGENCY \� ,1\ d CONTACT PERSON& J v�V Ltis� cL PHONE PERIOD OF SERVICE FROM: O: NAME OF AGENCY �� O CONTACT PERSON & PHONE NITNIBER C(5L1- C�a� 3a� PERIOD OF SERVICE FROM: TO: References may be attached separately. Attachment "B" SCHEDULE OF PRICES SCADA System Upgrades No. Description Qtty 1. Remove and Replace all RTU's at Locations Identified in Table lwith AB 1400 Series RTU's. Vendor shall replace each of the existing RTUs with UL 508A labeled subpanels and reconnect existing signals (includes all upgrades to existing Control Panels for the AB 1400 and installation of GE MDS SD4 Communication Devices, photos at end of Attachment "B"). 24 2. Remove and Replace existing AB 1100 Series with AB1400 Series RTU at Location Identified in Table 1, Including all upgrades to existing Control Panels. 5 3. Furnish & Install VTS Trihedral Software Version 11 or latest version (redundant software for 2 computers, 5 web clients) I 4. Furnish & Install Broadband Spread Spectrum Radios, One (1) Central Office Radio and two (2) Cell Tower Radios Including all Associated Radio Components. I 5. Remove and Replace 450MHz Antenna, RF Coaxial Antenna Jumper, 900 MHz Spread Spectrum Antenna and RF Coaxial Antenna Jumper at Repeater Site (Cell Tower) I 6. Remove and Replace Master Radio Station Antenna (900 MHz Antenna located at Central Control Room) I Unit Unit Price Total EA 51-100.\ 3l0 �iSon .�z EA \,$O�S��' (::,\,C>4,b.00 EA G' ��-a-"1. M (o a- 1. D 9 EA a l0-l0!V° a%C»D,e Attachment "B" SCHEDULE OF PRICES SCADA System Upgrades 7. Provide a 5 Year Maintenance Agreement (Consists of 20 Visits, Once Quarterly for 5 Years at 8 Hours a Visit at a maximum $130.00 per hour) 5 YR 8. Mobilization / Demobilization 1 LS (7 . 9. Permits, Licenses and Fees Allowance 1 LS $5,000.00 10. Maintenance of Traffic 1 11. Cost allowance for work as directed by the Engineer and upon authorization by the Owner due to undefined conditions 1 12. Consideration for Indemnification in accordance with the Supplementary General Conditions 1 LS b . LLcbOOO ou b lca $5,000.00 LS $25,000.00 $25,000.00 LS $10.00 $10.00 TOTAL PROPOSAL FOR COMPLETE PROJECT: kvw9 TOTAL PROPOSAL'PRICE IN WRITING All work shall be included in each Proposal Item including but not limited to all equipment, machines, materials, maintenance of traffic, excavation, backfill, restoration, fencing if necessary, purchase and delivery of equipment and materials, removal and disposal of old equipment, installing Allen Bradley 1400 Series BTU's complete in place and functioning, replacement of radios, installation of GE MDS SD4 Commmunication Devices, wiring, conduits, transmitters, upgrades and rewiring of Control Panels to accept the AB 1400 and GE MDS SD4 Communication Devices, VTS Trihedral Software, Version 11 or latest version for two (2) Computers and five (5) Remote Web Clients, installation of new equipment including all appurtenances, training of City staff on software and field operations, permit fees, disposal fees, removal and delivery of Allen Bradley 1100 Series RTU's and the other RTU's to be replaced to the Public Works yard, etc. for a complete and functional removal and installation of a new SCADA system acceptable to the City of Oakland Park.