HomeMy WebLinkAboutCity of Tamarac Resolution R-2017-035Temp. Reso. 12937
April 26, 2017
Page 1 of 4
CITY OF TAMARAC, FLORIDA
e
RESOLUTION NO. R-2017
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD
OF RFP NO. 17-08R TO AND APPROVING AN
AGREEMENT WITH TETRATECH, INC. FOR DISASTER
DEBRIS MONITORING SERVICES; AUTHORIZING
PROPER CITY OFFICIALS TO EXECUTE CONTRACT
RENEWALS; PROVIDING FOR CONFLICTS; PROVIDING
FOR SEVERABILITY; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City of Tamarac is vulnerable to a variety of natural disasters
including hurricanes and tornadoes; and
WHEREAS, the impact of a major disaster would exceed the ability of City
emergency response resources; and
WHEREAS, in the event of a major disaster supplemental resources would be
required in order to rapidly restore the City to pre -disaster conditions; and
WHEREAS, disaster debris monitoring following a debris generating event, such
as a hurricane, is necessary to assure debris removal contractors operate in compliance
with contracts and in accordance with state and federal reimbursement programs,
including but not limited to FEMA, FHWA, and NCRS; and
WHEREAS, independent disaster debris monitoring is a critical component in
successful debris removal operations; and
WHEREAS, disaster debris monitoring is essential to the justification and
documentation of any application for state and federal reimbursement programs; and
WHEREAS, a disaster debris monitoring services agreement with a private
sector service provider places a vast array of specialized equipment, personnel and
Temp. Reso. 12937
April 26, 2017
Page 2 of 4
material at the City's disposal in the event of a disaster; and
WHEREAS, the City of Tamarac utilized a competitive procurement process in
accordance with procedures established for this type of contract under the requirements
of Title 2, Code of Federal Regulations Part 200.317 to 200.326, "Procurement
Standards"; and
WHEREAS, on January 26, 2017 the City published RFP No. 17-08R for
Disaster Debris Monitoring Services, incorporated herein by reference and on file in the
office of the City Clerk; and
WHEREAS, on February 23, 2017, the City received and opened one (1)
submittal, and an Evaluation Committee, facilitated by the Purchasing and Contracts
Manager and comprised of the Assistant Public Services Director, Assistant Director /
Controller, Financial Services, Public Services Operations Manager, and Public
Services Budget and Contracts Manager, reviewed and evaluated the submittal; and
WHEREAS, the Evaluation Committee evaluated the submittal per RFP 17-08R
and subsequently evaluated the submittal, a copy of the Evaluation Tabulation is hereto
attached as Exhibit 1; and
WHEREAS, based upon the Evaluation Scores the top ranked firm is Tetratech,
Inc.; and
WHEREAS, the Director of Public Services, Director of Financial Services and
the Purchasing and Contracts Manager recommend the City of Tamarac execute an
Agreement with Tetratech, Inc.; and
WHEREAS, the City Commission of the City of Tamarac deems it to be in the
best interest of the citizens and residents of the City of Tamarac to execute an
Agreement with Tetratech, Inc. for Disaster Debris Monitoring Services.
Temp. Reso. 12937
April 26, 2017
Page 3 of 4
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 upon adoption hereof, and all exhibits referenced and attached hereto are
incorporated herein and made a specific part of this resolution.
SECTION 2: The City Commission HEREBY awards RFP No. 17-08R to
Tetratech, Inc., and approves an Agreement between the City of Tamarac and
Tetratech, Inc. ("The Agreement") and the appropriate City officials are hereby
authorized to execute the Agreement, hereto attached as "Exhibit 2", to provide Disaster
Debris Monitoring Services.
SECTION 3: The appropriate City Officials are HEREBY authorized to
extend or renew the Agreement with Tetratech, Inc. for Disaster Debris Monitoring
Services.
SECTION 4: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 5: 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.
Temp. Reso. 12937
April 26, 2017
Page 4 of 4
SECTION 6- This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this° day of �'�� 2017.
I-, I /
HAR Y DRESSLER
MAYOR
ATTEST:
t� PATRICIA TEUFEL, CMC
CITY CLERK
RECORD OF COMMISSION VOTE:
MAYOR DRESSLER G
DIST 1-. COMM. BOLTON
DIST 2: COMM. GOMEZ --j
DIST 3: COMM. FISHMAN
DIST 4: VICE MAYOR PLACKO
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
'�- SAMUEL S. GOREN
' CITY ATTORNEY
G
L
TR 12937 - Exhibit 1
March DISASTER DEBRIS MONITORING SERVICES RFP 17-08R
Committee Evaluation Totals
NO uonTllCt of interest
X
Adhered to the Instructions
X
Cost (Price)
$ 452,140.00
Data Manager
X
All Positions Cost
X
Quality of Response
(M
x 10 points)
Asst. Director of Pub. Svcs/PW
9
Public Services/ PW Operations Manager
10
Public Services/ PW Budget & Contracts Manager
9
Financial Services Asst Dir/Controller
8
Exp. & Knowledge of Reln*burs I 6ment,
rograms, Procedures
& Guidelines
(Max
20 points)
Asst. Director of Pub. Svcs/PW
18
Public Services/ PW Operations Manager
18
Public Services/ PW Budget & Contracts Manager
19
Financial Services Asst Dir/Controller
20
Ability of the Firm to Provide qco
plete Monitoring
Services,
(Max 20 points)
Asst. Director of Pub. Svcs/PW
18
Public Services/ PW Operations Manager
18
Public Services/ PW Budget & Contracts Manager
18
Financial Services Asst Dir/Controller
18
Ability --R4006d jbAThn'61y"Minner
Asst. Director of Pub. Svcs/PW
with
16
Services
(Max ,20,poin
s
Public Services/ PW Operations Manager
18
Public Services/ PW Budget & Contracts Manager
18
Financial Services Asst Dir/Controller
15
Cost (Price)
(Max 10
points)
Asst. Director of Pub. Svcs/PW
10
Public Services / PW Operations Manager
10
Public Services / PW Budget & Contracts Manager
10
Financial Services Asst Dir/Controller
10
Perforhiarli6e on Similar
Recent Contracts
(Max 20
points)
Asst. Director of Pub. Svcs/PW
18
Public Services/ PW Operations Manager
18
Public Services/ PW Budget & Contracts Manager
18
Financial Services Asst Dir/Controller
20
I
TOTAL POINTS
Director
tor
Asst. Dir of Pub. Svcs/PW
89
Public Services / PW Operations Manager
92
Public Services / PW Budget & Contracts Manager
92
Financial Services Asst Dir/Controller
91
1
364
TOTAL
RANKING
Asst. Director of Pub. Svcs/PW
1
Public Services / PW Operations Manager
Public Services / PW Budget & Contracts Manager
Financial Services Asst Dir/Controller
1
TAMARAC
City of TaInarac
AGREEMENT
Purchasing & Contracts Division
DISASTER DEBRIS MONITORING SERVICES
Request for Proposal No. 17-08R
TETRATECH, INC.
City of Tamarac
Purchasing & Contracts Division
7525 NW 88th Avenue
Room 108
(954) 597-3570
Tamarac, FL 33321
of Tamarac
AGREEMENT
Purchasing & Contracts Division
BETWEEN THE CITY OF TAMARAC
AND
TETRATECH, INC.
THIS AGREEMENT is made and entered into this day of
20 by and between the City of Tamarac, a municipal corporation with
principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City")
and TetraTech, Inc., a Delaware corporation duly registered as a Florida Foreign
Corporation with principal offices located at 3475 E. Foothill Boulevard,
Pasadena, California 91107 (the "Contractor") to provide Disaster Debris
Monitoring Services to the City of Tamarac, Florida.
Now therefore, in consideration of the mutual covenants hereinafter set forth, the
City and Contractor agree as follows:
1) The Contract Documents
The contract documents shall consist of this Agreement, Request for Proposal
Document No. 17-08R, titled "Debris Monitoring Services" dated January 26, 2017, and
including all conditions therein, (Instructions, General Terms and Conditions, Statement
of Work, Scope of Services, Special Conditions and/or Special Provisions, Technical
Specifications, Appendix 1 "Schedule of Unit Prices" (attached hereto), Exhibits A, B
and C (attached hereto), drawings, all addenda, the Contractor's bid/proposal included
herein dated February 2017, Contractor's Best and Final Offer dated March 27, 2017,
and all modifications issued after execution of this Agreement. These contract
documents form the Agreement, and all are as fully a part of the Agreement as if
attached to this Agreement or repeated therein. In the event that there is a conflict
between Request for Proposal No. 17-08R, "Debris Monitoring Services" dated January
26, 2017, as issued by the City, and the Contractor's Proposal dated February 2017 as
amended by Contractor's Best and Final Offer dated March 27, 2017, Request for
Proposal Document No. 17-08R, "Debris Monitoring Services" as issued by the City
shall take precedence over the Contractor's Proposal dated February 2017 as amended
by Contractor's Best and Final Offer dated March 27, 2017. Furthermore, in the event of
a conflict between this document and any other contract documents, this Agreement
shall prevail.
2) Contract Term
The successful contractor shall be awarded a contract for three (3) years with the
option to renew the contract for two (2) additional three (3) year periods. Options for
renewal will only be exercised upon mutual written agreement. Unit prices will remain
firm for the first year and may be adjusted according to the Consumer Price Index (CPI)
for each subsequent year.
of Tamarac
3) The Work
Purchasing & Contracts Division
3.1. The Contractor shall perform all work for the City required by the contract
documents as set forth below as applicable to the services required under
this Agreement:
3.1.1 Contractor shall furnish all labor, materials, and equipment
necessary to provide, disaster debris monitoring services consistent
with the Statement of Work included in Request for Proposal 17-
08R, titled "Disaster Debris Monitoring Services".
3.1.2 Contractor shall provide professional / consultation services in the
area of disaster debris monitoring services as more specifically set
forth in Request for Proposal 17-08R, titled "Disaster Debris
Monitoring Services".
3.1.3 Contractor shall supervise the work force to ensure that all workers
conduct themselves and perform their work in a safe and
professional manner. Contractor shall comply with all OSHA safety
rules and regulations in the operation of equipment and in the
performance of the work. Contractor shall at all times have a
competent field supervisor on the job site to enforce these policies
and procedures at the Contractor's expense.
3.1.4 Contractor shall provide for response time and mobilization
consistent with Request for Proposal 17-08R, titled "Disaster Debris
Monitoring Services".
3.1.5 Contractor shall comply with any and all Federal, State, and local
laws and regulations now in effect, or hereinafter enacted during
the term of this Agreement, which are applicable to the Contractor,
its employees, agents or sub -contractors, if any, with respect to the
work and services described herein.
3.1.6 Contractor shall follow all of the requirements of 2 C.F.R. §200.321
in the execution of this Contract, and shall require and enforce
similar compliance with all sub -contractors for contracts awarded by
non -Federal Entities under Federal Awards which are incorporated
herein by reference as if enumerated herein in their entirety.
3.1.7 FHWA-ER Program and 2 CFR Part 200 Contract Requirements:
3.1.7.1 The City intends to seek reimbursement from FHWA for the
eligible debris removal performed on federal aid roads.
Consequently, the City mandates compliance from the successful
Contractor regarding the following:
3.1.7.2 FHWA Form 1273, titled Standard Federal -aid Provisions.
FHWA Form 1273 will be included in the final contract.
of Tamarac
Purchasing & Contracts Division
3.1.7.3 Buy America Requirements
3.1.7.4 49 CFR Part 26, Disadvantage Business Enterprise
Program
3.1.7.5 American with Disabilities Act of 1990 (ADA)
3.1.7.6 Convict Labor Prohibition
3.1.7.7 All invoices must conform to the billing methodology
specified in the contract. Failure to properly invoice will result in
non-payment of invoices.
3.1.7.7.1 Disaster related purchases (those made with a
special "disaster purchase order form" shall never be co -
mingled with regular invoices.
3.1.7.7.2 All disaster invoices shall include the location
where delivered or where used, if appropriate.
3.1.7.8 All contractor's project invoices will be audited prior to
payment to ensure compliance with Federal documentation
requirements:
3.1.7.8.1 Time cards.
3.1.7.8.2 Daily work reports for every employee, by each
separate FEMA category of work
3.1.7.8.3 Daily equipment use, by each separate FEMA
category of work.
3.1.7.8.4 List of all supplies and materials used, by each
separate FEMA category of work.
3.1.7.8.5 Includes both prime and sub -contractors
3.1.7.9 All work must be properly grouped according to FEMA
damage categories as specified in the contract.
3.1.7.10 FHWA-ER and 200 C.F.R. Program contract
requirements are subject to any changes provided by FEMA or
FHWA during the term of the contract. Based on the current
guidance, FHWA will only reimburse the City for the initial
collection, hauling and tipping fee, if applicable, of eligible debris.
Debris reduction operations are not eligible for reimbursement
unless the debris is being reduced as part of a rolling pickup
operation. As a result, the FHWA-ER eligible debris that is collected
during the first pass shall be hauled to the nearest Final Disposal
Site unless otherwise directed by the City.
4
City of Tamarac
TAMARACPurchasing & CootractsDivision
3.1.8 Contractor shall comply with any and all other Federal, State, and
local laws and regulations now in effect, or hereinafter enacted
during the term of this Agreement, which are applicable to the
Contractor, its employees, agents or subcontractors, if any, with
respect to the work and services described herein.
3.1.9 MINORITY / WOMEN'S / LABOR SURPLUS FIRMS
PARTICIPATION: The City of Tamarac, in accordance with the
requirements as stated in C.F.R. 200.321 encourages the active
participation of minority businesses, women's business enterprises
and labor surplus area firms as a part of any subsequent
agreement whenever possible. If subcontracts are to be let, through
a prime contractor, that contractor is required to take the affirmative
steps listed in items (1) through (5) below.
(1) Placing qualified small and minority businesses and women's
business enterprises on solicitation lists;
(2) Assuring that small and minority businesses, and women's
business enterprises are solicited whenever they are potential
sources;
(3) Dividing total requirements, when economically feasible, into
smaller tasks or quantities to permit maximum participation by small
and minority businesses, and women's business enterprises;
(4) Establishing delivery schedules, where the requirement permits,
which encourage participation by small and minority businesses,
and women's business enterprises;
(5) Using the services and assistance, as appropriate, of such
organizations as the Small Business Administration and the
Minority Business Development Agency of the Department of
Commerce.
3.1.10 Time and Material Contracting (if required):
As may be necessary under this Agreement, whenever separate
Time and Materials contracts for any tasks not specified in this
document are required, the following requirements shall apply:
3.1.10.1 Unless otherwise specified in writing, no Time and
Materials contract shall exceed seventy (70) hours of work. Any
work done beyond seventy (70) hours is at the Contractor's risk.
3.1.10.2 All Time and Materials contracts must have a not-to-
City of Tamarac
4)
5)
L•-3l
Insurance
Purchasing & Contracts Division
exceed cost cap which the Contractor exceeds at their own risk.
3.1.10.3 All Time and Materials contracts are subject to ongoing
monitoring by either City staff and/or an independent third party
monitoring firm.
3.1.10.4 All Time and Materials contracts listing equipment shall
include FEMA Equipment Rate Sheet four (4) digit codes as
refe re n ce.
4.1. Contractor shall obtain at Contractor's expense all necessary insurance in
such form and amount as specified in the original bid or proposal
document or as required by the City's Risk and Safety Manager before
beginning work under this Agreement including, but not limited to,
Workers' Compensation, Commercial General Liability, and all other
insurance as required by the City, including Professional Liability when
appropriate. Contractor shall maintain such insurance in full force and
effect during the life of this Agreement. Contractor shall provide to the
City's Risk and Safety Manager certificates of all insurances required
under this section prior to beginning any work under this Agreement. The
Contractor will ensure that all subcontractors comply with the above
guidelines and will retain all necessary insurance in force throughout the
term of this agreement.
4.2. Contractor shall indemnify and hold the City harmless for any damages
resulting from failure of the Contractor to take out and maintain such
insurance. Contractor's Liability Insurance policies shall be endorsed to
add the City as an additional insured. Contractor shall be responsible for
payment of all deductibles and self-insurance retentions on Contractor's
Liability Insurance policies.
Schedule
5.1. Contractor shall provide for response time and mobilization consistent with
Request for Proposal 17-08R, titled "Disaster Debris Monitoring Services".
5.2. Contractor will provide for continuous services for a period specified and
mutually agreed to in a notice -to -proceed.
5.3. Should services be required for a longer time, Contractor shall prepare
and submit a proposal for extension for City approval.
Contract Pricing
Pricing for this Agreement shall be in accordance with the schedule of unit prices
attached hereto as Appendix 1.
City of Tamarac
7) Payments
Purchasing & Contracts Division
7.1 Payment will be made monthly for work that has been completed,
approved, and properly invoiced. Invoices must bear the project name,
project number, and purchase order number; and must include adequate
supporting information to substantiate invoice. Invoices and supporting
documentation shall be submitted within 30 days of occurrence. City has
up to thirty (30) days to review, approve, and pay all invoices after receipt.
All necessary Releases of Liens and Affidavits shall be processed before
the warranty period begins. All payments shall be governed by the Local
Government Prompt Payment Act, F.S., Part VI I, Chapter 218.
7.2 In the event any portion of this scope of work is to be funded by State or
Federal funds, the Contractor will comply with all requirements of the state
or federal government applicable to the use of the funds. The City will only
pay for those items deemed eligible by FEMA or FHWA, unless the City
otherwise agrees in writing.
7.3 All debris monitoring invoices will be audited for compliance with Federal
record keeping and documentation requirements prior to payment.
7.4 Payment shall be tendered in accordance with the Florida Prompt
Payment Act, Part VII, Chapter 218, and Florida Statues.
8) Indemnification
8.1. GENERAL INDEMNIFICATION: Contractor shall, in addition to any other
obligation to indemnify the City and to the fullest extent permitted by law,
protect, defend, indemnify and hold harmless the City, their agents,
elected officials and employees from and against all claims, actions,
liabilities, losses (including economic losses), costs arising out of any
actual or alleged: a). Bodily injury, sickness, disease or death, or injury to
or destruction of tangible property including the loss of use resulting
therefrom, or any other damage or loss arising out of or resulting, or
claimed to have resulted in whole or in part from any actual or alleged act
or omission of the Contractor, any sub -Contractor, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them
may be liable in the performance of the Work; or b). violation of law,
statute, ordinance, governmental administration order, rule, regulation, or
infringement of patent rights by Contractor in the performance of the Work;
or c). liens, claims or actions made by the Contractor or any sub-
contractor under workers compensation acts; disability benefit acts, other
employee benefit acts or any statutory bar. Any cost of expenses,
including attorney's fees, incurred by the City to enforce this agreement
shall be borne by the Contractor.
8.2. Upon completion of all Services, obligations and duties provided for in this
Agreement, or in the event of termination of this Agreement for any
City of Tamarac Purchasing & Contracts Division
reason, the terms and conditions of this Article shall survive indefinitely.
8.3. The Contractor shall pay all claims, losses, liens, settlements or judgments
of any nature whatsoever in connection with the foregoing indemnifications
including, but not limited to, reasonable attorney's fees (including appellate
attorney's fees) and costs.
8.4. City reserves the right to select its own legal counsel to conduct any defense
in any such proceeding and all costs and fees associated therewith shall be
the responsibility of Contractor under the indemnification agreement.
Nothing contained herein is intended nor shall it be construed to waive City's
rights and immunities under the common law or Florida Statute 768.28 as
amended from time to time.
9) Non -Discrimination & Equal Opportunity Employment
During the performance of the Contract, the Contractor and its subcontractors
shall not discriminate against any employee or applicant for employment because of
race, color, sex including pregnancy, religion, age, national origin, marital status,
political affiliation, familial status, sexual orientation, gender identity and expression, or
disability if qualified. The Contractor will take affirmative action to ensure that
employees and those of its subcontractors are treated during employment, without
regard to their race, color, sex including pregnancy, religion, age, national origin, marital
status, political affiliation, familial status, sexual orientation, gender identity or
expression, or disability if qualified. Such actions must include, but not be limited to, the
following: employment, promotion; demotion or transfer; recruitment or recruitment
advertising, layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor and its subcontractors
shall agree to post in conspicuous places, available to its employees and applicants for
employment, notices to be provided by the contracting officer setting forth the provisions
of this nondiscrimination clause. The Contractor further agrees that he/she will ensure
that all subcontractors, if any, will be made aware of and will comply with this
nondiscrimination clause.
10) Independent Contractor
This Agreement does not create an employee/employer relationship between the
Parties. It is the intent of the Parties that the Contractor is an independent contractor
under this Agreement and not the City's employee for any purposes, including but not
limited to, the application of the Fair Labor Standards Act minimum wage and overtime
payments, Federal Insurance Contribution Act, the Social Security Act, the Federal
Unemployment Tax Act, the provisions of the Internal Revenue Code, the State
Worker's Compensation Act, and the State Unemployment Insurance law. The
Contractor shall retain sole and absolute discretion in the judgment of the manner and
means of carrying out Contractor's activities and responsibilities hereunder provided,
further that administrative procedures applicable to services rendered under this
Agreement shall be those of Contractor, which policies of Contractor shall not conflict
with City, State, or United States policies, rules or regulations relating to the use of
of Tamarac 0 F I I I r I I Y IPurchasing & Contracts Division
Contractor's funds provided for herein. The Contractor agrees that it is a separate and
independent enterprise from the City, that it had full opportunity to find other business,
that it has made its own investment in its business, and that it will utilize a high level of
skill necessary to perform the work. This Agreement shall not be construed as creating
any joint employment relationship between the Contractor and the City and the City will
not be liable for any obligation incurred by Contractor, including but not limited to unpaid
minimum wages and/or overtime premiums.
11) Assignment and Subcontracting
Contractor shall not transfer or assign the performance required by this
Agreement without the prior consent of the City. This Agreement, or any portion thereof,
shall not be subcontracted without the prior written consent of the city.
12) Notice
Whenever either party desires or is required under this Agreement to give notice
to any other party, it must be given by written notice either delivered in person, sent by
U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger
service, as follows:
lowrl
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to City Attorney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
CONTRACTOR
TetraTech, Inc.
2301 Lucien Way, Suite 120
Maitland, FL 32751
ATTN: Jonathan Burgiel, Vice
President, Operations Manager
With a copy to the following address:
TetraTech, Inc.
2301 Lucien Way, Suite 120
Maitland, FL 32751
ATTN: Betty Kamara, Contract
Administrator
City of Tamarac
Telephone Number: (321) 441-8518
Fax No.: (321) 441-8501
Betty. KamaraCi.)tetratech.com
13) Termination
Purchasing & Contracts Division
13.1 Termination for Convenience: This Agreement may be terminated by
the City for convenience, upon seven (7) days of written notice by the City
to the Contractor for such termination in which event the Contractor shall
be paid its compensation for services performed to termination date,
including services reasonably related to termination. In the event that the
Contractor abandons this Agreement or causes it to be terminated,
Contractor shall indemnify the city against loss pertaining to this
termination.
13.2 Default by Contractor: In addition to all other remedies available to the
City, this Agreement shall be subject to cancellation by the City for cause,
should the Contractor neglect or fail to perform or observe any of the
terms, provisions, conditions, or requirements herein contained, if such
neglect or failure shall continue for a period of thirty (30) days after receipt
by Contractor of written notice of such neglect or failure.
14) Uncontrollable Forces
14.1 Notwithstanding the specific events for which services are to be provided
under this Agreement, neither the City nor Contractor shall be considered to
be in default of this Agreement if delays in or failure of performance shall be
due to Uncontrollable Forces, the effect of which, by the exercise of
reasonable diligence, the non -performing party could not avoid. The term
"Uncontrollable Forces" shall mean any event which results in the
prevention or delay of performance by a party of its obligations under this
Agreement and which is beyond the reasonable control of the
nonperforming party. It includes, but is not limited to fire, flood, earthquakes,
storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and
governmental actions.
14.2 Neither party shall, however, be excused from performance if
nonperformance is due to forces, which are preventable, removable, or
remediable, and which the nonperforming party could have, with the
exercise of reasonable diligence, prevented, removed, or remedied with
reasonable dispatch. The nonperforming party shall, within a reasonable
time of being prevented or delayed from performance by an uncontrollable
force, give written notice to the other party describing the circumstances
and uncontrollable forces preventing continued performance of the
obligations of this Agreement.
10
of Tamarac
15) Change Orders
Purchasing & Contracts Division
15.1 The City, without invalidating this Agreement, may order additions,
deletions or revisions to the Work. A written Amendment, Change Order
or Work Change Directive shall authorize such additions, deletions or
revisions.
15.2 All Change Orders which, individually or when cumulatively added to
amounts authorized pursuant to prior Change Orders for this Project,
increase the cost of the Work to the City or which extend the time for
completion, must be formally authorized and approved by the appropriate
City authority prior to their issuance and before Work may begin.
15.2.1 No claim against the City for extra Work in furtherance of a
Change Order shall be allowed unless prior written City approval pursuant
to this section has been obtained.
15.2.2 The Contract Price and Contract Time shall be changed only
by Change Order or written Amendment.
15.2.3 The Project Manager shall prepare Proposed Change
Orders on forms provided by the City. When submitted for approval, they
shall carry the signature of the Public Works Director, the City Manager,
and the Contractor.
15.2.4 If the City and the Contractor are unable to agree as to the
extent, if any, of an adjustment in the Contract Price or an adjustment of
the Contract times that should be allowed as a result of a Work Change
Directive, a claim may be made therefore.
15.2.5 The Contractor shall not be entitled to an increase in the
Contract Price or an extension of the Contract times with respect to any
Work performed that is not required by the Contract Documents as
amended, modified and supplemented.
15.2.6. If notice of any change affecting the general scope of the
Work or the provisions of the Contract Documents is required by the
provisions of any bond to be given to a surety, the giving of any such
notice will be the Contractor's responsibility and the amount of each
applicable bond shall be adjusted accordingly.
15.2.7 Any claim for adjustment in the Contract Price or time shall
be based upon written notice delivered by the party making the claim to
the other parties and to the Engineer/Project Manager not later than fifteen
(15) calendar days after the occurrence or event giving rise to the claims
11
City of Tamarac
1 1 1
Purchasing & Contracts Division
and stating the general nature of the claim. No claim for an adjustment in
the Contract Price or an extension of the contract time will be valid if not
submitted in accordance with this Paragraph.
15.2.8 The cost or credit to the City from a change in the Work shall
be determined by one or more of the following ways:
15.2.8.1 By a Cost Analysis process to be performed on all
change orders. The cost analysis for all change orders will include
a separate determination of profit for each change order requested.
15.2.8.2 When only nominal quantities are to be changed, change
order may be determined by existing unit prices stated in the
Contract Documents or subsequently agreed upon. For
substantive changes in quantities, Contractor shall be required to
perform a cost analysis as required in the previous paragraph.
16) Agreement Subject to Funding
This agreement shall remain in full force and effect only as long as the
expenditures provided for in the Agreement have been appropriated by the
City Commission of the City of Tamarac in the annual budget for each
fiscal year of this Agreement, and is subject to termination based on lack of
funding.
17) Venue
This Agreement shall be governed by the laws of the State of Florida as now and
hereafter in force. The venue for actions arising out of this agreement is fixed in
Broward County, Florida.
18) Signatory Authority
The Contractor shall provide the City with copies of requisite documentation
evidencing that the signatory for Contractor has the authority to enter into this
Agreement.
19) Severability; Waiver of Provisions
Any provision in this Agreement that is prohibited or unenforceable in any
jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such
prohibition or unenforceability without invalidating the remaining provisions
hereof or affecting the validity or enforceability of such provisions in any other
jurisdiction. The non -enforcement of any provision by either party shall not
constitute a waiver of that provision nor shall it affect the enforceability of that
provision or of the remainder of this Agreement.
12
of Tamarac Purchasing & Contracts Division
20) Merger; Amendment
This Agreement constitutes the entire Agreement between the Contractor and
the City, and negotiations and oral understandings between the parties are
merged herein. This Agreement can be supplemented and/or amended only by
a written document executed by both the Contractor and the City.
21) No Construction Against Drafting Party
Each party to this Agreement expressly recognizes that this Agreement results
from the negotiation process in which each party was represented by counsel
and contributed to the drafting of this Agreement. Given this fact, no legal or
other presumptions against the party drafting this Agreement concerning its
construction, interpretation or otherwise accrue to the benefit of any party to the
Agreement, and each party expressly waives the right to assert such a
presumption in any proceedings or disputes connected with, arising out of, or
involving this Agreement.
22) Records / Audits
22.1 The City of Tamarac is a public agency subject to Chapter 119,
Florida Statutes. The Contractor shall comply with Florida's Public
Records Law. Specifically the Contractor shall:
22.1.1 Upon completion of the project, the Contractor must retain
and maintain all records pertaining to the services and the contract
for these services and make them available to the City for a period of
seven (7) years following receipt of final payment for the services
referenced herein. In the event litigation ensues, then Contractor
shall retain all records hereunder for a period of seven (7) years after
conclusion of the litigation, including any and all appeals. Upon
completion of this retention period, contractor shall, at no cost to the
City, transfer all public records in possession of the Contractor, or
keep and maintain public records required by the City to perform the
service. If the Contractor transfers all public records to the City upon
completion of the retention period, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the Contractor keeps
and maintains public records upon completion of the retention
period, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be
provided to the City, upon request from the City's custodian of public
records in a format that is compatible with the information technology
systems of the City. This requirement applies to the prime
13
of Tamarac
Purchasing & Contracts Division
contractor and all sub -contractor's project records. However, it is the
responsibility of the prime contractor to provide all of the records,
both for the prime contractor and sub -contractor's records.
22.1.2 Upon request from the City's custodian of public
records, provide the public agency with a copy of the requested
records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in
this chapter or as otherwise provided by law.
22.1.3 Ensure that public records that are exempt or
confidential and exempt from public records disclosure
requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the contract
if the contractor does not transfer the records to the City.
22.2 During the term of the contract, the Contractor shall maintain all
books, reports and records in accordance with generally accepted
accounting practices and standards for records directly related to
this contract. The form of all records and reports shall be subject to
the approval of the City's Auditor. The Contractor agrees to make
available to the City's Auditor, during normal business hours and in
Broward, Dade or Palm Beach Counties, all books of account,
reports and records relating to this contract.
23) PUBLIC RECORDS CUSTODIAN
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT:
CITY CLERK
7525 NW 88TH AVENUE
ROOM 101
TAMARAC, FL 33321
(954) 597-3505
C ITYC LERKCa)-TAMARAC.ORG
Remainder of Page Intentionally Blank
14
City of Tamarac
Purchasing & Contracts Division
IN WITNESS WHEREOF, the parties have made and executed this Agreement
on the respective dates under each signature. CITY OF TAMARAC, signing by
and through its Mayor and City Manager, and CONTRACTOR, signing by and
through its Vice President/Operations Manager, duly authorized to execute
same.
�C'
ATTEST. c^ ' Sr�P ' <c
Pat Teufel, CMC ' >>�,i�►�`'
City Clerk
Dat
ATTEST:
See attached Corporate Certificate for
Corporate Secretary Signature
(Corporate Secretary)
Janis B. Salin
Type/Print Name of Corporate Secy
(CORPORATE SEAL)
C OF TAMARAC
Harry ressler, Mayor
Date:
Approved as to form and legal sufficiency:
ttorney
TETRATECH, INC.
Company Name
Siahbture of Vic "President Operations
Ma ger
Jonathan Burgiel
Vice President/Operations Manager
April 10, 2017
Date � kjl TEChh
pRPOR9t �2
Fa �
* FEB
1Aua
15
7�-
of Tamarac
CORPORATE ACKNOWLEDGEMENT
STATE OF Florida
SS
COUNTY OF Orange
Purchasing & Contracts Division
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State
aforesaid and in the County aforesaid to take acknowledgments, personally appeared
Jonathan Burgiel, Vice President/Operations Manager, of TetraTech Inc., a Delaware
Corporation duly registered as a Florida Foreign Corporation, to me known to be the
person(s) described in and who executed the foregoing instrument and acknowledged
before me that he/she executed the same.
WITNESS my hand and official seal this. day of
KA*0 FaM
NOTARY PUBLIC
STATE OF FL
OF�QA
Cam# FF1�M
Expires 11/18/2018
April10 2017
Signature of Notary Public
State of Florida at Large
Print, Type or Stamp
Name of Notary Public
❑X Personally known to me or
❑ Produced Identification
Type of I.D. Produced
❑ DID take an oath, or
❑ DID NOT take an
oath.
of Tamarac Purchasing & Contracts Division
APPENDIX 1
SCHEDULE OF UNIT PRICES
DISASTER DEBRIS MONITORING SERVICES
The hourly rates shall include all costs, all applicable overhead and profit in accordance
with Section C.2 of the Statement of Work of the original Request for Proposal
Document.
POSITIONS
HOURLY RATES
Field Supervisor
$ 42.00
Debris Site / Tower Monitors
$ 33.00
Field Coordinators Crew Monitors)
$ 33.00
Project Manager
$ 74.00
Operations Manager
$ 55.00
FEMA Coordinator
$ 85.00
Scheduler / Expeditors
$ 36.00
GIS Analyst
$ 45.00
Environmental Specialist
$ 49.00
Project Inspector Citizen Site Monitors
$ 25.00
Load Ticket Date Entry Clerks QA / QC
$ No Cost
Billing / Invoice Analysts
$ 45.00
Administrative Assistants
$ 32.00
Data Manager
$ 49.00
17
of Tamarac
TAMARAC
ft.c"« L*
ATTACHMENT A
HURRICANE DEBRIS COLLECTION
MAP
k,
Purchasing & Conti -acts Division
��li
J�;yak
Lu
z
I d
ILI
City of Tamarac
ATTACHMENT B
Electronic Monitoring
Purchasing & Contracts Division
The Contractor MAY exercise the option to utilize electronic debris monitoring. If
chosen, the contractor must comply with the requirements included in "Attachment B"; in
addition to all other requirements contained within this document.
A. EQUIPMENT REQUIREMENTS
1. Data Storage Media — Debris Management data will be stored and transferred
on encryption protected removable data storage media. All data media will be
provided by the Contractor. Data must include a unique user ID which identified
the user's role, limits the user's ability to collect or validate information, etc. and
employs an anti -tampering mechanism. Contractor shall provide media to each
person performing a debris mission role that results in data collection (i.e.
drivers, ticket managers, etc.)
2. Handheld Units (HHU) — The Contractor will provide weather-proof and shock
resistant handheld units (HHU) for recording debris management data in the
field. These HHU devices will be capable of writing data to, and reading data
from, the removable data storage media. HHUs shall have the capability to
determine locations by GPS and the capability to write GPS coordinates to the
removable media. The HHUs will perform two functions (1) Recording of initial
load data information, and (2) verification of vehicle certification, and recording
of debris type and quantity and (3) All filed units will be operated by stand-alone
power sources which will allow the units to perform uninterrupted for a shift.
a) HHUs capable of recording truck certification data onto driver removable
media are used at the truck certification area. Truck certification records
will include truck measurements, truck ID, Driver ID, and a digital
photograph of the truck and trailers.
b) HHUs capable of recording user ID information, including a unique user
ID, digital photograph and any additional user information required for
system operation.
c) GPS — HHU units shall have integrated GPS capability. GPS reading
(accuracy within 3 meters of the HHU) shall automatically be recorded
without any additional manual effort each time the HHU unit records and
retrieves information related to the debris mission. External GPS units
shall have connectivity to the HHU and be rugged and durable.
3. Durable Printer — The Contractor shall provide a durable printer to print load
tickets at the request of the City. Once the tower manager completes the load
data entries the information shall be transmitted to the printer. The printer will
print a minimum 2 (two) copies of the ticket. Two copies shall be given to the
driver (one copy for the driver and the other for the prime contractor). The HHU
should have program flexibility to alter the number of printed tickets. The
19
City of Tamarac
Purchasing & Contracts Division
printed ticket paper and print shall be of a quality that the print is not affected by
harsh weather conditions and does not fade over time, nor smear or deteriorate
due to moisture or UV rays. All field units will be operated by stand-alone power
sources which will allow units to perform uninterrupted for a minimum of a shift.
4. Server(s) — The Contractor shall provide computer servers for the storage and
maintenance of records. The data contained in the Contractor's database shall
be placed on the internet for controlled use, and be password protected by the
Contractor. Upon completion of the work, the contractor shall surrender the
records to the City who shall maintain the official database and records on its
government furnished secure server. Access to the City server is limited to
"Official Use Only". The City server is provided and maintained by the City.
5. Back-up Equipment — In the event of equipment malfunction, loss or damage,
the Contractor shall assure a sufficient supply of replacement equipment and
personnel are available such that production is not affected. The back-up
equipment shall be readily available on -site for rapid distribution.
6. GIS — GIS mapping shall be provided by the Contractor from the most current
source(s) available. This information shall be used as a base map to visually
illustrate work zones, ticket and tower personnel locations and activities, work
progress, historically and/or environmentally sensitive areas, geospatial data
and other mission informational needs from the data gathered by the HHUs.
7. Internet Accessible Database — The Contractor will establish a web -based
database which is updated daily, if not real-time. The data shall be accessible,
by permission only, to sub -contractors, local and state officials, and others on a
"need -to -know" basis. Database access will be role -based and no direct access
to the data tables shall be allowed, unless approved by the City.
B. General Statement of Electronic Debris Monitoring System Parameters
The system must utilize an encryption protected removable data storage
device. The data storage device will store data collected in the field, such as
fields from traditional debris paper tickets as well as truck certification
information. The device must be capable of depicting images and other
identifying data. Note: For purposes of this Agreement, any reference to a
"smart card" shall be construed to allow for any type of electronic media to be
utilized.
2. The system must have a database capable so storing all data collected in the
field. The contractor shall provide the City a copy of the database with a
matching structure at the completion of the work unless otherwise specified.
3. The system must include the capability to share database records with
contractors, sub -contractors, the City, and others via the internet. Data
contained in the system must be password protected, implement role -based
access controls and must have viewing, printing and editing capabilities. Each
911
of Tamarac
Purchasing & Contracts Division
contractor, sub -contractor and customer must have permissions that allow only
them to review and print information specific to their need. The system shall
also have the capability to generate reports on all aspects of the debris mission.
4. The Contractor uses the HHU to initial the load data entry by entering the
debris type in the HHU. The driver's media card will either be swiped or
inserted into the HHU and the HHU will write the debris type, pick-up GPS
location, address of the pick-up (if applicable), time, date, truck certification,
and driver information, and the ticket manager's unique ID Code onto the
removable media. Once the data is written to the media, the Ticket Manager
will return the media to the driver. By this action, the Contractor verifies the
debris meets FEMA and FHWA eligibility requirements.
5. HHUs are used at the debris verification area of disposal site(s) by tower
manager. The vehicle driver presents the removable media, which was
previously initiated by the field monitor, to the tower manger personnel located
in the disposal site tower(s). The tower manger verifies the debris classification
is appropriate (vegetative, C&D, mixed, etc.) and manually revises, if needed,
quantity into the HHU. The HHU will automatically extract the information
recorded earlier on the smart card and add the information to the tower
manager's HHU including the date, time debris arrives, site ID, GPs readings,
load quantity, and tower manger unique ID code.
6. All information regarding each debris load will be stored in the HHUs internal
memory or on a separate, encryption enabled removable media device. The
debris load information will be uploaded to the system City and Contractor
databases. Once this information is recorded, the tower manager HHU will
clear the removable media's data for the driver to re -use.
7. The media will retain the running total of the quantity and type of debris hauled
by a particular vehicle. All debris load information with the tower manager HHU
will be retained until upload to the database has been accomplished and
confirmed by authorized personnel. Direct access to data on the HHU will be
restricted to personnel specifically authorized to do so by the City.
C. Functional Specifications and System Architecture
Ticket/Tower Managers — Personnel Registration, Administration and
Management: The System shall have the capability to manage user roles. The
majority of the system users will be either ticket or tower managers. At a
minimum, the system must have the following capabilities:
• A means to create encryption protected electronic media with unique User
ID, digital photograph, user roles and other identifying data
• Electronic registration of ticket / tower monitor
• Link designated ticket / tower personnel to a specific mission
• The ability to edit ticket / tower personnel roles (i.e. create, update, and
of Tamarac
Purchasing & Contracts Division
delete)
• Store ticket / tower personnel contact information relative to the mission
• Track and manage ticket / tower personnel role and status
• Assign and track equipment assigned to the user
• Reject invalid ticket / tower personnel credentials
• Reject invalid certification credentials
2. Truck Certification: the system shall have the capability to record truck and
trailer certification data. Truck certification is used to register authorized debris
hauling vehicles and equipment. At a minimum, the following must be included:
• A means of electronically registering authorized debris Contractor vehicles
and equipment
• Link electronic registration to digital images
• Identify mission and respective City
• Generate unique ID's for contractor vehicles and equipment
• Utilize uniform measurements (e.g. feet and inches)
• Capture vehicle volume
• Utilize industry standard equations for all volume calculations
• Capture drivers and certification team member unique identification
number
• A means to create encryption protected electronic driver removable media
with unique Truck ID, digital photograph, truck and/or trailer
measurements, vehicle volume, and other identifying data
• Must depict image and other identifying data
• Must contain counter area for total cubic yards hauled
• Must employ anti -tampering mechanism
• Capability to recertify vehicles
• Recertified vehicles must be recorded in an audit table
• Reject media which are not associated with current event and applicant
• Capture vehicle audit records
• Create a printed certification record
• Administrative reporting capabilities
3. Right -of -Way (ROW) Debris Management: ROW Transaction data ROW
transaction data must be captured, stored, validated, audited, reported, and
transmitted to mission manager, haulers, and applicants. At a minimum, the
application must exhibit the following characteristics:
• Allow creation point of origin load data on encryption protected driver
media when position is known and credentials have been authenticated
• Capture date and time and other relevant point of origin data
• Designate debris type
• Designate debris location as Federal Aid or Non -Federal Aid
• Designate first pass and subsequent passes
• Write point of origin load data using encrypted storage algorithms
22
of Tamarac
Pu musing & Contracts Division
• Associate ticket/tower personnel credentials with point of origin load data
• Acknowledge successful card writ via display status message
• Provide user configurable time option for GPS audit
• Detect current location using GPS and store data to secure memory
location
• Provide capability to add digital image if debris is other than vegetative or
C&D
4. Debris Disposal Site Management: Completed ROW, and Per -unit point of
origin transactions must be received at the approved disposal site.
Transactions must be received at the approved disposal site. Transactions are
not considered complete until they are processed through the receiving
applications. At a minimum, the system must provide the capability to:
• Accept site configuration data at the beginning of each work day
• Dynamically configure receiving application based onsite configuration
data
• Display certification data and photo from driver smart card so that
ticket/tower personnel can perform a field audit of truck/trailer to assure
data matches certification and placard number
• Accept loads where:
• Mission and applicant are valid
• Media authentication data is valid and unaltered
• Media contains valid load data
• Designate debris type
• Record debris volume (based on unit of measure)
• Receive volume or per unit loads
• Identify original load data
• Identify duplicate load data
• Configure number of hard copies
• Create load data record in internal storage
• Create backup copy of internal storage
• Prepare driver media for nest load
• Increment driver smart card based on total CY counter value
• Continuously calculate and present real-time disposal site statistics
• Reprint load ticket data
• Interface with durable outdoor printer
• Preserve in its original state, then transmit daily transaction data
• Associate ticket/tower personnel credentials with each receivable load
5. Field Administrative Functions: The system must have the capability to
perform administrative duties in the field. Requirements include the capability to
edit user roles, verify vehicle audit information, display real-time collection
volumes, and review ticket/tower personnel GPS audit logs. At a minimum, the
system must provide the capability to:
of Tamarac
Purchasing & Contracts Division
• Change ticket/tower personnel identification badge roles and
responsibilities
• Review media total CY counter value
• Audit vehicle certification data
• Validate/invalidate smart cards
• Reinitiate security sequence for ticket/tower personnel or media
• In tabular format, display the results of ticket/tower GPS audit files by
limiting access to the internet data or by the secure server.
6. Data Consolidation and Analysis/Report Generation: Transactional data
must be summarized, validated, presented and audited to provide an overall
status of mission performance. The system must facilitate billing, error
reporting, performance tracking and graphical data preparation. At a minimum
the Data Consolidation/Data Storage and Data:
Analysis/Report Tools must provide capability to:
• Accept transactional data sets from multiple debris location systems
• Recognize multiple mission/applicant configurations
• Grant access to authorized authenticated users or processes
• Contain a master record of:
o Roles and responsibilities
o Ticket/tower personnel credentials and other data
o Certification credentials and other data
o Mission data
o Applicant data
o Geospatial data
- Street centerlines
- City outlines
- Population and demographic
- Elevation
- Wetlands delineation
- Historic and Environmentally sensitive areas
- Debris and work zones
- Land use
- FEMA flood zones
• Graphically depict
o Load locations by contractor
o Load locations by subcontractor
o Load locations by driver
o Load locations by ticket/tower personnel
o Load locations by date range
o Load locations by zone
o Load locations by municipality
o Load locations by applicant
o Load locations by mission
o Load locations by debris type
24
City of Tamarac
Purchasing & Contracts Division
o Load locations by disposal site
o Load locations by Federal, State, and private roads
o Load locations by land use
• Thematic mapping techniques to distinguish different data by color and/or
symbol
• Identify data attributes for a single point of data
• Select one or many points of data
• Calculate operational efficiency statistics such as:
o Trip turnaround time
o Trip distance to disposal site (straight line projection sorted by 0-15
miles, 16-30 miles, 31-60 miles, and greater than 61 miles)
o Average container fill percentage
o Average tower manager load call
o Load call trend data e.g., by tower manager, contractor,
subcontractor, driver, etc.
• Dynamically configure user interface in response to point data selection to
limit user authorities
• Multiple data selections general tabular data reports
• Filter mechanisms to highlight geospatial data
• Control data access using role based security
• User interface and access to underlying system data must dynamically
configured at run time through the presentation of appropriate user
credentials
• Manage data ownership
• Provide access based on security role model
• Identify and distribute "owned" transactional datasets to limit internet
access to the website data to view only your data
• Prevent distributed data from being reprocessed for billing purposes
• Identify billing data sets based on parameters such as:
o Time/Date
o Contractor/Subcontractor
o Debris type
o Debris disposal method (haul -in, reduction, open burn, incineration,
haul out, leave in place, etc.)
o Haul distance
• Route billing data sets via defined and customizable workflow rules
• Approved billing data sets
• Communicate general event status e.g.:
o Total CY hauled (by debris type)
o Total CY by disposal site
o Total CY by contractor/subcontractor
o Total CY by work zone/sector
o Total CY by municipality
o Total CY by Federal, state and private roads
o Total CY by certified vehicle
of Tamarac
Purchasing & Contracts Division
o Number of vehicles utilized
o Number of ticket/tower personnel resources assigned
• Manage user roles, responsibilities and passwords
• Prevent modification to original data by unauthorized or unauthenticated
users
• Insert audit records into audit tables for all insertions, modifications, and
deletions to original data
7. Field Architecture: The field based system must be characterized by the
following general statements of direction with respect to construction,
operability, supportability and security. At a minimum, the system must:
• Require user authentication credentials
• Display current version at application start-up
• Synchronize with Greenwich Mean Time (GMT)for all date/time fields
• System must utilize location specific configuration data to initiate a warm
start sequence for global positioning system
• System must remain in a ready state by default
• Acknowledge successful card write via display status message
• Create identification structures which utilize encryption technologies
• Employ anti -tamper and anti -tearing methods and technologies
• Where applicable, utilize 3 DES data encryption technologies to protect
data
• Perform validation and checksum (a running production total of cubic
yards or appropriate payment capacity) stored on each debris vehicle's
removable media)
8. Back -office Architecture: At a minimum, the back -office applications must be
characterized by the following general statements of direction with respect to
construction, operability, supportability and security.
• Utilize relational database technology
• Employ geospatial analysis tools for data visualization
• Enable audit ability for:
o Data insertion
o Data modification
o Data deletion
• Prevent field and row level data deletion
• All access to data must be controlled
• Store certification and other identification data using encrypted relational
technology
• Reside in a secure internet environment
• Preserve base transactional data in its original state prior to processing or
consolidation with other data
26
of Tamarac
Purchasing & Contracts Division
9. Initial Startup Procedure For Debris Removal: Debris missions are critical to
emergency response and the Contractor should be adequately prepared to
respond.
27