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.