HomeMy WebLinkAboutDocumentation_Regular_Tab 24_12/14/2023 Agenda Item #24.
Regular Council
STAFF MEMO
Y
Meeting: Regular Council - Dec 14 2023
Staff Contact: Marjorie Craig, Utilities Director Department: Utilities
Consider Approval of Agreement with Revere for Water Treatment Plant SCADA Radio Network
Replacement Piggybacking on Contract with City of Sunrise for a Total Price of$80,990
SUMMARY: A
The Village of Tequesta Utilities Department recommends approval of an agreement with Revere
Control Systems, Inc. to replace the existing failing 900MHZ SCADA radio system located at the
water treatment plant and at the water-related remote sites. The old system is obsolete, the radios
can no longer be repaired, and we risk complete radio system failure.
The water plant has 14 remote well sites and 2 pressure monitoring locations. They are located offsite
throughout the village. These sites communicate with the water plant's control room through a
SCADA radio network. This network consists of 12 radios, each with their corresponding antenna and
infrastructure. Advantage Communications Inc. performed a full system audit in September, 2023.
They found several system vulnerabilities. The major ones being the following:
1. The current radio tech (CalAmp Viper 900 MHz) has been out of production for 5 years.
2. Six out of the 12 antennas need to be replaced including the master.
3. The master antenna was originally installed under the building roofline. It is recommended to
install the new one on a bracket to elevate it.
The SCADA radio network also experiences seasonal interference due to environmental influences
such as structures, trees, high winds, etc. Due to the quantity of equipment that currently needs to be
replaced and the seasonal interference we experience, we believe now is the right time to switch the
system from the 900 MHz frequency we currently use to the 220MHz frequency bandwidth. This new
frequency will eliminate most of the environmental interference.
It is imperative that we address the vulnerabilities of the SCADA radio as soon as possible. We are
unable to buy new CalAmp radios at this time. Without the radios or antennas, we will be forced to
operate the well sites manually. This would require someone physically driving to the well sites and
operating the wells manually. This would not be feasible to do in a storm situation. Another risks of
operating without SCADA radio are mechanical failures, RO membrane damage, and transmission
line damage. Most systems at the plant are automated. If certain set points deviate, we experience
power loss, or have mechanical failure, the system automatically shuts down. Including shutting off
the wells involved at the moment. Without the SCADA radio communication between the plant system
and well system the well pump motors would not know to shut down when needed. Hence potentially
causing damage to the system.
Page 533 of 593
Agenda Item #24.
This item was not budgeted but it is a critical component of the SCADA system allowing radio
communication between components. The old radio frequency system risks continued radio failure
and they can no longer be repaired. They have been repaired many times in the past.
This project is a capital replacement project and should be capitalized. The funding of $80,990 is
recommended to come out of reserves as it was not anticipated and therefore not budgeted.
This document and any attachments may be reproduced upon request in an alternative format by
completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-
768-0443.
BUDGET INFORMATION:
BUDGET AMOUNT $0 AMOUNT AVAILABLE $0 EXPENDITURE AMOUNT:
$80,990
FUNDING SOURCES: Water Fund IS THIS A PIGGYBACK:
0 Yes ❑ N/A
DID YOU OBTAIN 3 QUOTES?
❑x Yes ❑ N/A
QUOTE 1 - BUSINESS NAME N/A QUOTE AMOUNT N/A
QUOTE 2 - BUSINESS NAME N/A QUOTE AMOUNT N/A
QUOTE 3 - BUSINESS NAME N/A QUOTE AMOUNT N/A
COMMENTS/EXPLANATION ON SELECTION Piggyback on City of Sunrise Agreement
F*MkL 6: 111!
The Utilities Department recommends approval of the agenda item.
(01) 2023.12.UD.Revere SCADA Services Agreement (RCS Signed) dated
(02) EXHBIT A- Teauesta FL Water SCADA Radio Network Replacement 11-21-2023
(03) 2023.12.UD.Revere Sunrise Contract No. C 18-32-06-HR exp 4-30-2022
(04) 2023.12.UD.Revere Sunrise Second Amendment C 18-32-06-HR (Executed)
Page 534 of 593
Agenda Item #24.
VILLAGE OF TEQUESTA
AGREEMENT FOR SUPERVISORY CONTROL AND DATA ACQUISITION
(SCADA) SERVICES
THIS AGREEMENT FOR supervisory control and data acquisition (SCADA)
services is entered into and effective this 14th day of December , 2023 (the "Effective
Date"), by and between the VILLAGE OF TEQUESTA, a Florida n]LITIicipal corporation with
offices located at 345 Tequesta Drive, Tequesta, Florida 33469, organized and existing in
accordance with the laws of the State of Florida, hereinafter the "Village"; and Revere Control
Systems, Inc., an Alabama corporation authorized to do business «within the State of Florida with
offices located at 2240 Rocky Ridge Road, Birmingham, AL 35216, hereinafter the "Contractor"
and collectively with the Village, the "Parties".
WITNESSETH
The Village and the Contractor, in consideration of the mutual covenants contained herein
and for other good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged by both Parties, hereby agree as follows:
1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement
whereby,- the Contractor shall provide supervisory control and data acquisition(SCADA) services
pursuant to all applicable.statutory, licelising, and Village code requirements. The Parties agree to
enter into this Agreement and piggyback for the services at the unit prices described in the City of
Sunrise Contract No. C 18-32-06-HR agreement, which is hereby fully incorporated into this
Agreement and attached hereto as Exhibit "A".
2. CONWENSATION: In consideration for the above Scope of Services, pacing
shall be pursuant to the prices provided in the City of Sunrise Contract No. C 18-32-06-HR
agreement found in Exhibit"A". In consideration for the above Scope of Set-vices and pursuant
to any Exhibits, if applicable, the Village shall pay the Contractor a total amount not to exceed
eighty-eight thousand Mro-hundred and forty dollars($88,240.00). The goods or services requested
shall be delivered/performed at a time, manner, and location as deter«nined acceptable to the
'Tillage the "Performance Date".
3. TEFUNI: TERTMINATION; NOTICE: Pursuant to the Cite of Sunrise Contract
No. C 18-32-06-HR, the original contract term expired on May IS', 2022. The City of Sunrise
Page l of 8
Page 535 of 593
Agenda Item #24.
renewed the contract through Amendment #1 and Amendment #2 to the contract, extending the
term until April 301h, 2024. This Agreement may be terminated by either party upon 30 days
written notice to the other party. Notice shall be considered sufficient when sent by certified mail
or hand-delivered to the Parties during regular business hours at the following addresses:
village Contractor
Village of Tequesta Revere Control Systems
345 Tequesta Drive Attn: President
Tcquesta, FL 33469 2240 Rocky Ridge Road
Attn., Utilities Birmingham AL 35216
4. CHANGE ORDERS: Seller is aware that price and time are of the essence in this
contract and that prompt and timely performance of all such obligations is strictly required. If
conditions change that would require an increase in price, scope, or time for performance Seller
must notify the Village in writing detailing the conditions that have changed and requesting a
change order to the contract within 30 days prior to the performance date"Change Order Deadline",
Change orders submitted after the change order deadlinc will not be considered. Seller shall not
proceed with any change to its obligations under a change order request unless documented in a
Change Order executed by both Parties. If Seller requests a change order prior to the change order
deadline Village at its discretion may accept the change order as is or with modifications,deny the
change order, re-advertise and re-solicit providers for the required goods or services or terminate
this contract. If the Village elects to re-advertise and re-solicit the need for goods or services the
Village will have 30 days"'Solicitation Period" in which to accept the contemplated change order
or ten ninate this contract. At any time after execution of this Agreement but prior to Seller's
delivery of the Goods,the Village reserves the right at its discretion to change, modify, revise add,
or remove any part of its order for the Goods as described by this Agreement and any Exhibits, if
applicable. If any such change to the Village's order causes an increase or decrease in the cost of
the Goods or causes a change in the time required for delivery of the Goods, the Village shall make
an equitable adjustment in the contract price, the delivery schedule, or both. Any change to the
Village's order for the Goods and any subsequent equitable adjustment to the terms of this
Agreement shall be effectuated through a written Amendment to this Agreement as executed by
both Parties pursuant to Section 15. of this Agreement.
Page 2 of 8
Page 536 of 593
Agenda Item #24.
51 INSURANCK, The Contractor shall provide proof of workman's compensation insurance
and other required liability insurance in the amounts as specified undcr Exhibit A and shall name
the Village as an"additional insured''on the liability portion of each insurance policy.
6�, INDEMNIFICATION: The Contractor shall at all times indemnify, defend and
hold harmless the Village, its agents,,servants,and employees,from and against any claim,demand,
or cause of action of whatsoever kind or nature, arising out of error, omission, negligent act,
conduct,or misconduct of the Contractor, its agents,servants,or employees in the performance of
services under this Agreement. Nothing contained in this provision shall be construed or
interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond
the waiver provided in Section 768.28,, Florida Statutes.
7., PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133,
Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof,
the Contractor certifies that it, its affiliates, suppliers, subcontractors, and consultants who will
perform hereunder, have not been placed on the convicted vendor list maintained by the State of
Florida Department of Management Services within thirty-six(36)months immediately preceding
the date hereof. This notice is required by Scction 287.133(3)(a),Florida Statutes.
8. DISCRIMINATORY VENDOR'S: In accordance with Section 287,134,
Florida Statutes,an entity or affiliate who has been placed on the Discriminatory Vendor List,kept
by the Florida Department of Management Scrvices, may not submit a bid on a contract to provide
goods or services to a public entity; may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit bids on leases of real
property to a public entity; may not be awarded or perforrn work as a contractor, supplier,
subcontractor or consultant under a contract with any public entity;and may not transact busincss
with any public entity. By entering into this agreement or performing any work in furtherance
hereof, the Contractor certifies that it, its affiliates,suppliers,subcontractors, and consultants who
will perform hereunder,have not been placed on the discriminatory vendor lists maintained by the
State of Florida Depathr ent of Management Services list.
Page 3 of
Page 537 of 593
Agenda Item #24.
9. INDEPENDENT CONTRACTOR- It is specifically understood that the
Contractor is an independent contractor and not an employee of the Village. Both the Village and
the Contractor agree that this Agreement is not a contract for employment and that no relationship
of employee-employer or principal-agent is or shall be created hereby,nor shall hereafter exist by
reason of the performance of the services herein provided,
104 INSPECTOR GENERAL: Pursuant to Sections 2421-2-432 of the Palm
Beach County Code of Ordinances, the Office of the Inspector General has jurisdiction to
investigate municipal matters, review and audit municipal contracts, and other transactions, and
make reports and recommendations to municipal governing bodies based on such audits, reviews,,
or investigations. All parties doing business with the Village shall fully cooperate with the
inspector general in the exercise of the inspector general's functions, authority, and power. The
inspector general has the power to take sworn statements,, require the production of records. and
to audit,, monitor, investigate and inspect the activities of the Village, as well as contractors and
lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, waste,
mismanagement, misconduct, and abuses.
11* ENERIFY ELIGIBILITY-, The Contractor warrants and represents that it is in
compliance with Section 448.095, Florida Statutes, as may be amended. No later than January 1,
2021) the Contractor shall: (1) register with and use the E-Verify System (E-Verify.,gov) to
clectronically verify the employment eligibility of all newly hired workers, and (2) verify that all
of the Contractor's subconsultants performing the duties and obligations of this Agreement are
registered with and use the E-Verify System to electronically verify the cmployment eligibility of
all newly hired workers. The Contractor shall obtain from each of its sub-consultants an affidavit
stating that the sub-consultant does not employ,contract with,or subcontract with an Unauthorized
Alien,as that term is defined in Section 448.095(l)(k),,Florida Statutes,as may be amended, The
Contractor shall maintain a copy of any such affidavit from a sub-consultant for, at a minlinikM,
the duration of the subcontract and any extension thereof. This provision shall not supersede any
provision of this Agreement which requires a longer retention period. The Village shall ten-ninate
this Agreement if it has a good faith belief that the Contractor has knowingly violated Section
448.09(l),Florida Statutes, as may be amended. If the Contractor has a good faith belief that the
Contractor's subconsultant has knowingly violated Section 448.09(l),Florida Statutes, as may be
amended, the Village shall notify the Contractor to terminate its contract with the sub-consultant
Page 4 of 8
Page 538 of 593
Agenda Item #24.
and the Contractor shall immediately terrninate its contract with the sub-consultant. In the event
of such contract termination,the Contractor shall be liable for any additional costs incurred by the
Village as a result of the termination.
129 SCRUTINIZED COMPANIES: For Contracts under SIM, the Contractor
certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to
Section 215.4725, Florida Statifles and that it is not engaged in a boycott of Israel. The Village
may terminate this Agreement at the Village's option if the Contractor is found to have submitted
a false ccrtification as provided under Section 287.135(5), Florida Statute,-v,, if the Contractor has
been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section
215.4725, Florida Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over
$1 M1, the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan
List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the
Scrutinized Companies that Boycott Israel List created pursuant to Section 21 S.4725, Florida
Statutes. The Contractor further certifies that it is not engaged in a boycott of Israel, and that it
does not have business operations in Cuba or Syria, as similarly provided in Section 287,135,
Florida Statutes. The Village may terrninatc this Agreement at the Village's option if the
Contractor is found to have submitted a false certification as provided under Section 287.135(5),
Florida Statutes or if the Contractor has been placed on one of the aforementioned lists created
pursuant to Section 215.4725, Florida Starittes. Additionally, the Village may terminate this
Agreement at the village's option if the Contractor is engaged in a boycott of Israel or has been
engaged in business operations in Cuba or Syria, as defined In Section 287.135, Florida Statutes.
13. ATTORNEY'S FEES: In the cvent, a dispute arises concerning this Agreement,
the prevailing party shall be awarded attorney's fees, including fees on appeal.
14, FORCE MAJEURE: The Contractor shall not be considered In default by reason
of any failure in performance under this Agreement if such failure arises out of causes reasonably
beyond the control of the Contractor or its subcontractors and without their fault or negligence.
Such causes include, but are not limited to: acts of God; acts of war', natural or public health
emergencies; labor disputes; freight embargoes; and abnormally severe and unusual weather
conditions,,
15. CHOICE OF LAW; VENUE: This Agreement shall be governed and construed
Page 5 of 8
Page 539 of 593
Agenda Item #24.
In accordance with the laws of the State of Florida, and venue shall be in Palm Beach County
should any dispute arise with regard to this Agreement.
16, AMENDMENTS AND ASSIGNMENTS: This Agreement,all Exhibits attached
hereto, and required insurance certificates constitute the entire Agreement between both Parties;
no modifications shall be made to this Agreement unless in writing, agreed to by both Parties, and
attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the
provision of services called for in this Agreement without prior v�Titten consent of the Village,
17. PUBLIC RECORDS: In accordance with Section 1 ]9.0701, Florida Statutes, the
Contractor must keep and maintain this Agreement and any other records associated therewith and
that are associated with the performance of the work described in the Scope of Services. Upon
request from the Village's custodian of public records, the Contractor must provide the Village
with copies of requested records, or allow such records to be inspected or copied, within a
reasonable time in accordance with access and cost requirements of Chapter H 9, Florida
Statutes. A Contractor who fails to provide the public records to the Village,or fails to make them
available for inspection or copying,within a reasonable time may be subject to attorney's fees and
costs pursuant to Section 119.070 1, Florida Statutes, and other penalties under Section 119.10,
Florida Statute-v. Further, the Contractor shall ensure that any exempt or confidential records
associated with this Agreement or associated with the provision of services contemplated herein
are not disclosed except as authorized by law for the duration of the Agreement tenn,and following
completion of the Agreement if the Contractor does not transfer the records to the Village. Finally,
upon completion of the Agreement, the Contractor shall transfer., at no cost to the Village, all
public records in possession of the Contractor, or keep and maintain public records required by the
Village. If the Contractor transfers all public records to the Village upon completion of the
Agreement, 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 Agreement, the Contractor shall meet all
applicable requirements for retaining public records. Records that are stored electronically must
be provided to the Village,upon request from the Villages custodian of public records, in a format
that is compatible with the Village's information technology systems.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
Page 6 of 8
Page 540 of 593
Agenda Item #24.
CONT RAC TOW S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS CONTRACT, PLEASE CONTACT THE VILLAGE CLEM
RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685� OR AT
1MCWiW,ams(Wtequesta.orp,, OR AT 345 TEO ICE STA DRIVE5 TEQUESTA4
FLORIDA 33469.
18. CIE A]DINGS: The headings contained in this Agree me tit are provided for
convenience only and shall not be considered in construing3, interpreting, or enforcing this
Agreement.
I . SEVERABILITY: The invalidl ty Or unenforceability of any provision of this
Agreement shall not affect the validity or enforce.ability or any otlier provision of this
Agreement and tbis Agreement shall be constmcd and onfoirced in all respects as if the Invalid
or unenforceable prow iSiOrl is not contained herein.
20. WAIVER:-No waiver by the Village of any provision of thl-s Agreement shall be
deemed to be a waiver of any other provisions hereof or of any subsequent breach by the
Contractor of the same, or any other provision or the enforcement hereof. The Village"s
c o n s e tit to o r app rova I of any ac t requ tring the Vil lagc's con s ent 0 r app rova I o f a ray act b y the
C ontrac for s h a]1 no t be de em ed to rendcr unncccs s wry the obta ire ning of the ViLlage"s consent to
or approval of any subsequent consent or approval of, whether or not similar to the act so
consented or appro-ved.
I. ENTIRE AGREENTENT: This eight-page Agreement constitutes the entire
agreement between the parties, no modification shall be made to this Agreement unless such
'
modffli ca tion Is in writ ing, agreed to by both parti c s, and attic hed hereto as an add endum to th is
Agrreement.
22. AUT HOR IT'Y TO OBLIGATE: Eac h pers on .sign ing th i s agreem en( on behal f of
e ither Party i rid i vidu al ly warrants that he o r she has the fu 111 egal power to ex ecitte th i s agre e inert
on beh al f of the Party for whorn he or she is signing and b ind and o bliga(e s uch party w i th respec t
to a I I provi s i ons con to ined 1 n th i s agr eemen t.
I N W I T N E S S W H E RE 0 F, th e parties hereto have ex ecuted th is Agreemen t on the
date and year first above written.
Page 7 of 8
Page 541 of 593
Agenda Item #24.
WITNESSES,- REVERE CONTROL SYSTEM, INC
MCC,
61
4 � 1
SEAL
198QC0pza?C
Seal)
r't1x411&E OF TE UE,. T
ATTEST: 011v Young,Mayor
(Seal)
Lori McWilliams. MMC
Village lcr
i
Page 8 of 8
Page 542 of 593
Age 1AA R E Water SCADA Radio Network Replacement
Village of Tequesta, Florida
EXHIBIT A
November 21, 2023
Ms.Marjorie Craig,PE
Director,Utilities Department
Village of Tequesta
345 Tequesta Drive
Tequesta,Florida 33469
Reference: Water SCADA Radio Network Replacement
Village of Tequesta Based on Piggyback Contract for the City of Sunrise
Dear Ms. Craig:
Revere Control Systems, Inc. is pleased to submit a proposal to replace the Village of Tequesta's Water SCADA Radio
Network based on a Piggyback Contract with the City of Sunrise,Florida. This work will be implemented by Advantage
Communications,Inc. (ACI) as a subcontractor to Revere Control Systems,Inc.
Advantage Communications,Inc.will provide the following services and equipment:
• RF Consulting / FCC Radio Station Licensing for up to fifteen (15) RTUs and Master Radio Stations. Frequency
coordination fees and FCC Construction Notification filing valid for ten (10) years.
• Fifteen (15) 4RF SCADA Radios including two (2) Master Radios, two (2) spare radios and eleven (11) RTU radios
• Provision and Installation of One (1) Master Radio Station Antenna System including the following:
o High Performance Telewave ANT2201`6 220 MHz Omnidirectional Antenna
0 3 Ft Standoff Heavy Duty Wall Mount
o One (1) 25 Ft Coaxial Cable with RF Cable Port
0 6 dBd Gain 220 MHz Omni Antenna and Wall Mount 3 Ft Standoff, Heavy Duty Galvanized Steel with
5/8"Wall Anchors
o Removal of Existing 900 MHz Antenna and Mast Bracket
o Rental of 80 Ft Man Lift
• Provision and Installation of Eleven (11) RTU Radio and Antennas including the following:
o High Quality PC Tel 150 MPH wind speed survival rating,Yagi antenna
o Replacement of up to two (2) coaxial transmission lines if required based on testing results
o Replacement of existing antenna safely reachable via ladder. Rental of a man lift is outside the scope of work
and the associated costs will require a change order.
• Fourteen (14) Polyphaser Coaxial Surge Protector,Part No. IS-B50LN-C2
Revere Control Systems, Inc. will provide Project Management support for coordination and administrative tasks
associated with the Water SCADA Radio Network Replacement.
Water SCADA Radio Network Replacement $ 803990.00
Commercial Terms
• This proposal is based on the City of Sunrise Contract No. C 18-32-06-HR with Revere Control Systems,
Inc.
• Subcontractor Services (ACI) _ $72,500.00* 10%Markup = $79,750.00
• Revere Services (Project Management- 8 Hours at$155.00 per hour) _ $1,240.00
• This proposal is valid for thirty(30) days from the date of the proposal.
Respectfully Submitted,
Na*vJ&h*4o-ln/
Nan Johnson,PMP
Vice President of Municipal Systems
Revere Control Systems,Inc.
Phone: 205.271.9806
ni ohnsonna,reverecontrol.com
Revere Control Systems,Inc. // 5201 Princeton Way // Hoover,AL 35226 // 205.824.0004 // reverecontrolPe 543 of 593
Agenda Item #24.
Finance& i se 'ices
STANDARD CONTRACT NO. C 18-32-06-HR MAR 2 6 2019
BETWEEN THE CITY OF SUNRISE, FLORIDA R 13
AND REVERE CONTROL SYSTEMS, INC.
THIS CONTRACT between the City of Sunrise, a municipal corporation of the State of Florida
whose address is 10770 West Oakland Park Boulevard, Sunrise, Florida, 33351 (hereinafter
referred to as"the City")and Revere Control Systems, Inc. a Corporation authorized to do business
in the State of Florida, (hereinafter referred to as the "Contractor"), whose address is 2240 Rocky
Ridge Road, Birmingham, AL 35216 and whose Federal Identification Number is 63-0794615,
incorporates RFP No.18-07-06-HR and Contractor's Proposal as if fully set forth herein.
In consideration of the mutual terms and promises set forth below, the City and the Contractor
agree as follows-,
1. Services
The Contractor's responsibility under this Contract is for Supervisory Control and Data Acquisition
(SCADA) Services as set forth in this Contract and as further stated below in the Scope of Service
section or as attached hereto in Exhibit "A," which is attached and made a part of this Contract.
The City's representative during the performance of this Contract shall be Jerry Zitterman
telephone number (863)255-1619 or designee.
The Contractor's representative during the performance of this Contract shall be Allan Miller,
telephone number (954) 888-6050, or designee.
2. Payments
The Contractor will bill the City at the completion of each job for Services rendered toward the
completion of the work defined herein at the rates listed in Exhibit "B."The Contractor shall submit
invoices to:
City of Sunrise
Attn: Accounts Payable Dept.
10770 West Oakland Park Blvd.
Sunrise, FL 33351
Invoices received from the Contractor pursuant to this Contract will be reviewed and approved by
the City's representative, indicating that Services have been rendered in conformity with the
Contract and then will be sent to the Finance and Administrative Services Department for payment.
Following the City representative's approval, invoice payments will be made by the City in
accordance with Florida Prompt Payment Act, Florida Statutes Section 218.70.
Final Invoice: In order for both parties herein to close their books and records, the Contractor will
clearly state "final invoice" on the Contractor's final/last billing to the City. This certifies that all
Services have been properly performed and all charges and costs have been invoiced to the City.
Since this account will thereupon be closed, any and other further charges, if not properly included
on this final invoice, or which are in excess of the not to exceed amount, are waived by the
Contractor.
Revised 12/28/18 Contractor Initials- XT City Initials Page 1
Page 544 of 593
Agenda Item #24.
3. Initial Contract Period and Contract Renewal
The initial Contract period shall be for three (3) years, commencing on May 1, 2019. In addition,
contingent upon Budget approval, the City reserves the right, but not the obligation, to renew the
Contract for three (3) additional one (1) year periods, under the same terms, conditions and
specifications, by written notification to the Contractor by the Procurement Manager.
In the event the Services are scheduled to end either by Contract expiration or by termination by
the City of Sunrise, the City in its sole discretion may require the Contractor to continue the
Services until new services can be completely operational. The City Manager, or designee, may
extend the Contract for a period not to exceed six (6) months subject to the same terms and
conditions set forth in the initial Contract.The Contractor will be reimbursed for Services at the rate
in effect when this transitional period clause is invoked by the City. Any additional extensions shall
be subject to City Commission approval.
4. Access and Audits
The Contractor shall maintain adequate records related to all charges, expenses, and costs
incurred in estimating and performing the work for at least three (3) years after completion of this
Contract. The City shall have access to such books, records, and documents as required in this
section for the purpose of inspection or audit during normal business hours, at the Contractor's
place of business.
5. Truth-In-Negotiation Certificate
Signature of this Contract by the Contractor shall also act as the execution of a truth-in-negotiation
certificate certifying that the wage rates, overhead charges, and other costs used to determine the
compensation provided for in this Contract are accurate, complete and current as of the date of
the Contract and no higher than those charged the Contractor's most favored customer for the
same or substantially similar services. The said rates and costs shall be adjusted to exclude any
significant sums should the City determine that the rates and costs were increased due to
inaccurate, incomplete or noncurrent wage rates or due to inaccurate presentation of fees paid to
outside Contractors. The City shall exercise its rights under this clause within three (3) years
following final payment.
6. Insurance Requirements
6.1 Contractor agrees at its sole expense to maintain on a primary basis, non-
contributory basis during the life of this Contract the following insurance coverages, limits,
including endorsements described herein. The requirements contained herein, as well as
City's review or acceptance of insurance maintained by Contractor is not intended to and
shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor
under the Contract.
6.2 Commercial General Liability. Contractor agrees to maintain Commercial General
Liability at a limit of liability not less than $1,000,000.00 Each Occurrence, $2,000,000
Annual Aggregate. Contractor agrees its coverage shall not contain any restrictive
endorsement(s) excluding or limiting Product/Completed Operations, Independent
Contractors, Broad Form Property Damage, X-C-U Coverage, Contractual Liability or
Separation of Insureds.
L00000J- 1
Revised 12128/18 Contractor Initials N-r City Initials %dry-w-% Page 2
Is%
Page 545 of 593
Agenda Item #24.
6.3 Additional Insured Endorsement. Contractor agrees to endorse the City as an
Additional Insured on the Commercial General Liability with the following, or similar
endorsement providing equal or broader Additional Insured coverage, the CG 20 26 07 049
or CG 20 26 04 13, Additional Insured — Designated Person or Organization endorsement;
or the CG 20 10 07 04, or CG 20 10 04 13, Additional Insured — Owners, Lessees, or
Contractors endorsement, including the additional endorsement of GC 20 37 07 04, or GC
20 04 13, Additional Insured — Owners, Lessees, or Contractors Completed Operations.
The name of the organization endorsed as Additional Insured for all endorsements shall
read "City of Sunrise".
6.4 Business Automobile Liability. Contractor agrees to maintain Business Automobile
Liability at a limit of liability not less than $1,000,000 Each Occurrence. Coverage shall
include liability for Owned, Non-Owned & Hired automobiles. In the event Contractor does
not own automobiles, Contractor agrees to maintain coverage for Hired & Non-Owned Auto
Liability, which may be satisfied by way of endorsement to the Commercial General Liability
policy or separate Business Auto Liability policy.
6.5 Worker's Compensation Insurance & Employers Liability. Contractor agrees to
maintain Worker's Compensation Insurance & Employers Liability in accordance with
Florida Statutes Chapter 440.
6.6 Waiver of-Subrogation. Contractor agrees by entering into Contract to a Waiver of
Subrogation for each required policy herein. When required by the insurer, or should a
policy condition not permit Contractor to enter into a pre-loss agreement to waive
subrogation without an endorsement, then Contractor agrees to notify the 'insurer and
request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against
Others, or its equivalent. This Waiver of Subrogation requirement shall not apply to any
policy, which includes a condition specifically prohibiting such an endorsement, or voids
coverage should Contractor enter into such an agreement on a pre-loss basis.
6.7 Certificate(s) of Insurance. Contractor agrees to provide City a Certificate of
Insurance evidencing that all coverages, limits and endorsements required herein are
maintained and in full force and effect, and Certificates of Insurance shall provide a minimum
thirty (30) day endeavor to notify, when a manuscript notice endorsement is available by
Contractor's insurer. If the Contractor receives a non-renewal or cancellation notice from
an insurance carrier affording coverage required herein, or receives notice that coverage no
longer complies with the insurance requirements herein, Contractor agrees to notify the City
by fax or email within five (5) business days with a copy of the non-renewal or cancellation
notice, or written specifics as to which coverage is no longer in compliance. The Certificate
Holder(s) address shall read:
Original to: Copy to:
City of Sunrise City of Sunrise
Attn: Procurement Manager Attn: Risk Manager
Purchasing Office Risk Management Division
10770 West Oakland Park Blvd. 10770 W. Oakland Park Blvd.
Sunrise, Florida 33351 Sunrise, FL 33351
purchasing(absunrisefl.gov riskmana9ement@,,�§gnrisefl.qQv
Revised 12/28/18 Contractor Initials RZ City Initials Page 3
Page 546 of 593
Agenda Item #24.
Fax (954) 578-4809
6.8 Umbrella or Excess Liability Contractor may satisfy the minimum liability limits
required above for Commercial General Liability or Business Auto Liability under an
Umbrella or Excess Liability policy. There is no minimum Per Occurrence limit of liability
under the Umbrella or Excess Liability; however, the Annual Aggregate limit shall not be
less than the highest "Each Occurrence" limit for either Commercial General Liability or
Business Auto Liability. Contractor agrees to endorse City as an "Additional Insured"on the
Umbrella or Excess Liability, unless the Certificate of Insurance states the Umbrella or
Excess Liability provides coverage on a "Follow-Form" basis.
6.9 Right to Revise or Reject. City reserves the right, but not the obligation, to revise any
insurance requirement, not limited to limits, coverages and endorsements, or to reject any
insurance policies which fail to meet the criteria stated herein. Additionally, City reserves
the right, but not the obligation, to review and reject any insurer providing coverage due to
its poor financial condition or failure to operate legally.
6.10 Cyber and PrivaM Liability Insurance. Contractor agrees to maintain Cyber and
Privacy Liability Insurance at a limit of liability not less than $5,000,000 Per Claim
$5,000,000 Annual Aggregate, or a $5,000,000 Combined Single Limit. For policies written
on a "Claims-Made" basis, Respondent agrees to maintain a Retroactive Date prior to or
equal to the effective date of any resulting contract. In the event the policy is cancelled,
non-renewed, switched to an Occurrence Form, retroactive date advanced, or any other
event triggering the right to purchase a Supplemental Extended Reporting Period (SERP)
during the life of any resulting contract, Contractor agrees to purchase a SERP with a
minimum reporting period not less than two (2)years. The requirement to purchase a SERP
shall not relieve Contractor of the obligation to provide replacement coverage.
6.11 Professional Errors & Omissions (E&O) Liability Insurance. Contractor agrees to
maintain Professional E&O Liability Insurance at a limit of liability not less than $5,000,000
Per Claim $5,000,000 Annual Aggregate, or a $5,000,000 Combined Single Limit. For
policies written on a "Claims-Made" basis, Respondent agrees to maintain a Retroactive
Date prior to or equal to the effective date of any resulting contract. In the event the policy
is cancelled, non-renewed, switched to an Occurrence Form, retroactive date advanced, or
any other event triggering the right to purchase a Supplemental Extended Reporting Period
(SERP) during the life of any resulting contract, Contractor agrees to purchase a SERP with
a minimum reporting period not less than two (2) years. The requirement to purchase a
SERP shall not relieve Contractor of the obligation to provide replacement coverage.
7. Performance and Payment Bond
Not Applicable to this solicitation.
8. Termination for Governmental Non-Appropriations
The City is a bona fide governmental entity of the State of Florida with a fiscal year ending on
September 30 of each calendar year. If the City does not appropriate sufficient funds to purchase
the Services or quantities required under this Contract for any of the City's fiscal years subsequent
to the one in which the Contract is executed and entered into,then this Contract shall be terminated
Revised 12/28/18 Contractor Initials K.T City Initials Page 4
Page 547 of 593
Agenda Item #24.
effective upon expiration of the fiscal year in which sufficient funds to continue satisfaction of the
City's obligation under this Contract were last appropriated by the City and the City shall not, in
this sole event be obligated to make any further purchases beyond said fiscal year.
9. Termination for Cause
This Contract may be terminated by either party upon three (3) calendar days' written notice to the
other party, should such other party fail substantially to perform in accordance with the material
terms of the Contract through no fault of the party initiating the termination. In the event the
Contractor abandons this Contract or causes it to be terminated by the City, the Contractor shall
indemnify the City against any loss pertaining to this termination. In the event that the Contractor
is terminated by the City for cause and it is subsequently determined by a court of competent
jurisdiction that such termination was without cause, such termination shall thereupon be deemed
a termination for convenience under Section 10. and the provisions of Section 10. shall govern.
10. Termination for Convenience
This Contract may be terminated by the City without cause upon thirty (30) days' written notice to
the Contractor. In the event of such a termination without cause, the Contractor shall be
compensated for all Services completed and accepted by the City's representative as authorized
herein, together with reimbursable expenses incurred. In such event, the Contractor shall promptly
submit its invoice for final payment and reimbursement under the terms of this Contract to the City.
11. Indemnification
To the fullest extent permitted by law, the Contractor agrees to indemnify, defend and hold
harmless the City of Sunrise, its officers, agents, volunteers, and employees from and against nst all
claims, damages, losses, and expenses, including but not limited to attorneys' fees, court costs,
or other alternative dispute resolution costs arising out of or resulting from the performance of
Services under this Contract; provided that any such claims, damages, losses or expenses are
attributable to bodily injury, sickness, disease, death, or personal injury, or property damage; but
only to the extent caused in whole or in part by the negligent acts, errors, or omissions of the
Contractor, Contractor's subcontractor(s), or anyone directly or indirectly employed or hired by
Contractor or anyone for whose acts Contractor may be liable, REGARDLESS OF WHETHER OR
NOT CAUSED IN WHOLE OR IN PART BY THE NEGLIGENT ACTS, ERRORS,OR OMISSIONS
OF THE CITY OF SUNRISE, ITS OFFICERS, AGENTS, VOLUNTEERS, OR EMPLOYEES,
UNLESS SUCH NEGLIGENT ACTS, ERRORS, OR OMISSIONS CONSTITUTE GROSS
NEGLIGENCE OR INTENTIONAL MISCONDUCT. The City of Sunrise reserves the right, but not
the obligation,to participate in the defense without relieving Contractor of any obligation hereunder.
Contractor agrees this indemnity obligation shall survive the completion or termination of the
Contract.
12. Independent Contractor
The Contractor is an independent contractor under this Contract. Personal services provided by
the Contractor shall be by employees of the Contractor who are subject to supervision by the
Contractor, and who shall not be officers, employees, or agents of the City. Personnel policies,
tax responsibilities, purchasing policies and other similar administrative procedures applicable to
Services rendered under this Contract shall be those of the Contractor.
13. Authority to Practice
The Contractor hereby represents and warrants that it has and will tooT"e to maintain all licenses
Revised 12/28/1 BContractor I nitials N-T City Initials Page 5
Page 548 of 593
Agenda Item #24.
and approvals required to conduct its business, and that it will at all times conduct its business
activities in a reputable manner. Proof of such licenses and approvals shall be submitted to the
City's representative upon request.
14. Severabili!y
If any term or provision of this Contract or the application thereof to any person or circumstances
shall, to any extent, be held invalid or unenforceable, the remainder of this Contract, or the
application of such terms or provision to persons or circumstances other than those as to which it
is held invalid or unenforceable, shall not be affected, and every other term and provision of this
Contract shall be deemed valid and enforceable to the extent permitted by law.
15. Governing Law/JurisdictionNenue
This Contact shall be construed in accordance with and governed by the law of the State of Florida.
Venue for any action arising out of or relating to this Contract shall lie in Broward County, Florida.
Both parties hereby agree to waive a jury trial and will proceed to a trial by judge, if necessary.
Except as set forth in paragraph 9 and 11, each party will be responsible for their own attorneys'
fees and costs.
16. Successors and Assigns
The City and Contractor bind themselves, their successors, assigns and legal representatives to
the other party hereto and to successors, assigns and legal representatives of such other party in
respect to covenants, agreements and obligations contained in this Contract. The Contractor shall
not assign this Contract without written consent of the City.
17. Subcontracting
The City reserves the right to accept the use of a subcontractor, or to reject the selection of a
particular subcontractor, and to inspect all facilities of any subcontractors in order to make a
determination as to the capability of the subcontractor to perform properly under this Contract. If a
subcontractor fails to perform or make progress, as required by this Contract, and it is necessary
to replace the subcontractor to complete the service in a timely fashion, the Contractor shall
promptly do so, subject to acceptance of the new subcontractor by the City.
18. Conflict of Interest
The Contractor represents that it presently has no interest and shall acquire no interest, either
directly or indirectly, which would conflict in any manner with the performance of Services required
hereunder, as provided for in Section 112.311, Florida Statutes. The Contractor further represents
that no person having any such interest shall be employed for said performance.
19. Contingent Fees
The Contractor warrants that it has not employed or retained any company or person, other than
a bona fide employee working solely for the Contractor to solicit or secure this Contract and that it
has not paid or agreed to pay any company or person, other than a bona fide employee working
solely for the Contractor, any fee, commission, percentage, gift, or any other consideration
contingent upon or resulting from the award or making of this Contract.
20. Nondiscrimination
The Contractor warrants and represents that all of its employees are treated equally during
Revised 12/28/18 Contractor Initials City Initials Page 6
Page 549 of 593
Agenda Item #24.
employment without regard to race, color, national origin, sex, gender identify, sexual orientation,
age, disability/handicap, religion, family or income status.
21. Public Entity Crimes
As provided in Sections 287.132 and 287.133, Florida Statutes, by entering into this Contract or
performing any work or Services in furtherance hereof, the Contractor certifies that it, its affiliates,
contractors, suppliers, subcontractors and consultants who will perform hereunder, have not been
placed on the convicted vendor list maintained by the State of Florida Department of Management
Services within the 36 months immediately preceding the date hereof. This notice is required by
Section 287.133(3)(a), Florida Statutes.
22. Modifications of Work
If the City requires miscellaneous additional work, Services or materials not delineated in the
Contractor's Proposal but within the general Scope of Service, the Contractor shall submit a
detailed written proposal to the authorized City representative. If the proposal is approved, the
Contractor shall receive authorization to proceed by receipt of a purchase order incorporating the
Contractor's proposal.
The City reserves the right to make changes in the Scope of Service, including alterations,
reductions therein or additions thereto. Upon receipt by the Contractor of the City's notification of
a contemplated change, the Contractor shall, in writing: (1) provide a detailed estimate for the
increase or decrease in cost due to the contemplated change, (2) notify the City of any estimated
change in the completion date, and (3) advise the City if the contemplated change shall affect the
Contractor's ability to meet the completion dates or schedules of this Contract. The parties agree
to negotiate in good faith changes in the Scope of Service that may occur.
If the City so instructs in writing, the Contractor shall suspend work on that portion of the Scope of
Service affected by a contemplated change, pending the City's decision to proceed with the
change. If the City elects to make the change, the City shall initiate a Contract Amendment and
the Contractor shall not commence work on any such change until such written amendment is
signed by the Contractor and approved and executed by the City's representative and Procurement
Manager.
23. Notice
All written notices required in this Contract shall be sent by hand delivery, overnight mail, or
certified mail, return receipt requested, and if sent to the City, shall be mailed to:
Procurement Manager
City of Sunrise
10770 West Oakland Park Blvd.
Sunrise, FL 33351
cc: City Attorney
City of Sunrise
10770 West Oakland Park Blvd.
Sunrise, FL 33351
If sent to the Contractor, shall be mailed to:
Revised 12/28/18 Contractor Initials-- tAT City Initials Page 7
Page 550 of 593
Agenda Item #24.
Revere Control Systems
Attn: President
2240 Rocky Ridge Road
Birmingham AL 35216
24. No Damages for Delay
The Contractor shall not be entitled to any claim for damages including, but not limited to, loss of
profits, loss of use, home office overhead expenses,equipment rental and similar costs, on account
of delays in the progress of the Services from any cause whatsoever including an act or neglect of
the City, adverse weather conditions, and act of God, strike, war or national disaster or emergency,
unusual delay in deliveries, unusual delay in procuring permits, differing site conditions,
unavoidable casualties or other causes beyond the Contractor's control, or by delay authorized by
the City, or by other causes which the Contractor determines may justify delay. The Contractor's
sole recovery and sole remedy for any such delay shall be a reasonable extension of time and a
revision to the schedule as determined by the City. However, additional costs to the Contractor or
delays in the Contractor's performance caused by improperly timed activities shall not be the basis
for granting a time extension. If the Contractor wishes to make a claim for an increase in time of
performance, written notice of such claim shall be made to the City within ten (10) working days
after the occurrence of the event, or the first appearance of the condition giving rise to such claim.
The City's representative shall determine whether or not the Contractor is entitled to a time
extension for the delay. The failure of the Contractor to give such notice shall constitute a waiver
of any claim under this section.
25. Public Records Law
The Contractor shall comply with all applicable requirements contained in the Florida Public
Records Law(Chapter 119, Florida Statutes), including but not limited to any applicable provisions
in Section 119.0701, Florida Statutes. To the extent that the Contractor and this Contract are
subject to the requirements in Section 119.0701, Florida Statutes, the Contractor shall: (a) keep
and maintain public records required by the City to perform the Services provided hereunder; tb)
upon request from the City's custodian of public records, provide the City with a copy of the
requested records or allow public records to be inspected or copied within a reasonable time at a
cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise
provided by law; {c) 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 term of this Contract and following completion of this Contract if the Contractor does
not transfer the records to the City; and {d) upon completion of the Contract, transfer, at no cost,
to the City all public records in the 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 Contract, 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 Contract, 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. If the Contractor fails to comply
with the requirements in this Section 25, the City may enforce these provisions in accordance with
the terms of this Contract. If the Contractor fails to provide the public records to the City within a
reasonable time, it may be subject to penalties under Section 119.10, Florida Statutes.
Revised 12/28/18Contractor I nitials az City Initials Page 8
Page 551 of 593
Agenda Item #24.
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, THE
CONTRACTOR SHOULD CONTACT THE CITY'S CUSTODIAN OF PUBLIC
RECORDS: THE CITY CLERK, FELICIA M. BRAVO, BY TELEPHONE (954/746-
3333), E-MAIL (gITYCLERK@SUNRISEFL,G 9 OR MAIL (CITY OF SUNRISE,
OFFICE OF THE CITY CLERK, 10770 WEST OAKLAND PARK BOULEVARD,
SUNRISE, FLORIDA 33351).
26. Entirety of Contract
The City and the Contractor agree that this Contract sets forth the entire Contract between the
parties, and that there are no promises or understandings other than those stated herein. None of
the provisions, terms and conditions contained in this Contract may be added to, modified,
superseded or otherwise altered, except by written instrument executed by the parties hereto with
the same formality as this Contract. Any alteration of the terms and conditions of this Contract
must be contained in the Deviation Page after approval by the City Attorney and executed by the
Contractor and City to be binding.
27. Discriminatory Vendor List
Pursuant to Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the
discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any
goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a
public entity for the construction or repair of a public building or public work; may not submit bids,
proposals, or replies on leases of real property to a public entity; may not be awarded or perform
work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity;
and may not transact business with any public entity. By execution of this Contract, Contractor
represents that it has not been placed on the discriminatory vendor list as provided in Section
287.134, Florida Statutes.
28. Scrutinized Companies
Pursuant to Section 287.135, Florida Statutes, Contractor certifies that it is not on the Scrutinized
Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes and that
it is not engaged in a boycott of Israel.
Pursuant to Section 287.135, in the event the Contract is for one million dollars or more, Contractor
certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List created pursuant to Section
215.473, Florida Statutes; and Contractor further certifies that it is not engaged in business
operations in Cuba or Syria.
Pursuant to Section 2$7.135, Florida Statutes, City may, at the option of the City Commission,
terminate this Contract if Contractor is found to have submitted a false certification as provided
under subsection 287.135(5), Florida Statutes; has been placed on the Scrutinized Companies
that Boycott Israel List, or is engaged in a boycott of Israel; has been placed on the Scrutinized
Revised 12t28/18 Contractor Initials till City Initials Page 9
Page 552 of 593
Agenda Item #24.
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List; or has been engaged in business operations in Cuba or Syria.
29. Order of Precedence
In the event the terms of this Contract conflict with the City's RFP or Contractor's Proposal, the
conflict shall be resolved by giving the documents the following order of priority: this Contract, the
City's RFP, and Contractor's Proposal.
30. Electronic Recordkeer)ing
Contractor certifies their services and products meet all recordkeeping requirements of the State
of Florida, including but not limited to those in Chapter 119, Florida Statutes and Rule 1 F3-
20.003(0)tg), Florida Administrative Code.
31. ADA Compliance
Contractor shall ensure that the System is fully accessible and compliant with the American with
Disabilities Act, 42 U.S.C. § 12101, Section 504 of the Rehabilitation Act of 1973, and any related
federal, state, or local laws, rules, and regulations, and that the System meets or exceeds the
World wide web Consortium/web Content Accessibility Guidelines (WCAG) 2.0 Level AA
standard or any higher standard as may be adopted by the International Organization for
Standardization. Upon request, Contractor will provide the City with any accessibility testing results
and written documentation verifying accessibility, as well as promptly respond to and resolve
accessibility complaints.
32. Compliance with Laws
Contractor and the Services must comply with all applicable federal, state, and local laws, codes,
ordinances, rules, and regulations including, without limitation, American with Disabilities Act, 42
U.S.C. § 12101, Section 504 of the Rehabilitation Act of 1973, and any related federal, state, or
local laws, rules, and regulations.
[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK AND SIGNATURES FOLLOW ON
ATTACHED PAGE]
Revised 12/28/18 Contractor Initials WX City Initials Page 10
Page 553 of 593
Agenda Item #24.
IN WITNESS WHEREOF, the Procurement Manager, authorized to execute same by City
Commission, has made and executed this Contract on behalf of the City the day and year below
written and Contractor has hereunto set its hand the day and year below written.
CITY OF SUNRISE
By:
Print- ohn Curran
Title: Acting Proc rement Manager
Date: P144 1 c3
Approved as to form and legal sufficiency for the City:
By:
Kimberly A. Kissl%P
City Attorney
CONTRACTOR
oar"
Witne Print Contractor N me Above
By: O�m ��nnsur�
Witness
Title: T�s}zvnS
Date: to I ao kS
Revised 12/28/18 Contractor Initials NT City Initials Page 91
Page 554 of 593
Agenda Item #24.
EXHIBIT "A"
SCOPE OF SERVICES
Contractor will provide complete, comprehensive turnkey services including calibration,
configuration, maintenance, enhancements, repair and replacements, diagnostics, administration
of an existing preventative maintenance program including but not limited to repair and
replacements, programming, upgrades, documentation and training for all systems and software
as defined herein.
Time, system reliability, and functionality are of the essence. The purpose of this contract is to
ensure continuous and reliable operation of the system and all components and to meet all
regulatory requirements.
1.1 SYSTEM COVERAGE
Service shall include, but shall not be limited to, the following City of Sunrise facilities:
• Springtree Water Treatment Plant SCADA
• Springtree Wastewater Treatment Plant SCADA
• Springtree Raw Water Wells
Springtree RO/ASR Well
• Sawgrass Water Treatment Plant SCADA
• Sawgrass Wastewater Treatment Plant SCADA
Sawgrass Raw Water Wells
• Sawgrass Injection Wells
• Sawgrass Concentrate Well
• City Lift Station and High Service Re-Pump Station SCADA
Southwest Water Plant
• Southwest Wastewater Plant
• Southwest Raw Water Wells
• Park City Waste Re-Pump Station
• Weston Re-pump Station
• Computerized Maintenance Management System {CMMS)
Floridan and Biscayne Aquifer Production Wells
Pump Station Components and Facilities
Gas Department Field Equipment Locations
All Other Gas and Utility Components and Facilities
Some technology components related to the above facilities include, but are not limited to:
• Server and client computers
• Windows Server 2012 and 2008 Rack Mounted servers
MS Access and SQL Server databases
• Cimplicity HMI (GE Process Control Software)
• GE 90-70 PLC, GE 90-30, GE Versamax PLC, RX3i PLC and Allen Bradley PLC and related
programming software
Revised 12/28/18 Contractor Initials 9 City Initials Page 12
Page 555 of 593
Agenda Item #24.
• Routers, network hubs, bridges and switches linked through fiber optic and twisted pair
cables
• Microwave Data Systems (MDS) spread spectrum radios and diagnostic software
• Application software
• Field instruments
• Local Panel Control
• Variable Frequency Drive Systems
• SCADA system is network integrated with City Network.
1.2 SYSTEM ADMINISTRATION SERVICES
• Network maintenance and interfacing.
• Support for operating systems; set up domains, groups, users, privileges, security and
networking, clustering, remote access services and licensing.
• Routine backup and archive procedure to recordable CD, SANS NAS or USB Drives.
• Hard drives and Redundant Array of Independent Drives (RAID) system maintenance and
anti virus definition updates.
• Monitoring of system performance.
1.3 DATABASE ADMINISTRATION SERVICES
• Software support for MS Access and MS SQL, as required.
• Database configuration, set up and development, as required.
• Information roll over procedures, as required.
1.4 SOFTWARE MAINTENANCE, UPDATE AND MODIFICATION SERVICES
• Diagnostic and troubleshooting support for existing software.
• Support to accommodate system additions, such as adding a new lift station to SCADA.
• Changes and modifications to the following:
o Cimplicity HMI (e.g., adding devices, screens, alarms, etc.)
o Teledac Win 911 modifications
o Insight radio monitoring software
o Alarm Management System
o Historical Data Analyzer
o All existing software and applications
1.5 SYSTEM UPGRADE SERVICES
• Support for upgrading any existing software to new manufacturer release versions.
1.6 PLC SOFTWARE
• PLC programming support shall be provided including any on-line/off-line
troubleshoot/diagnostic and modification. Any changes shall be documented.
Revised 12/28/18 Contractor Initials t City Initials Page 13
Page 556 of 593
Agenda Item #24.
1.7 RADIO COMMUNICATION
• Support to troubleshoot and perform diagnostics on the MDS base radio telemetry system
• Support to add and configure new devices
1.8 FIELD INSTRUMENTATION
• Troubleshooting, diagnostic, calibration and repair services
1.9 REMOTE SYSTEM SUPPORT
• Remote access for system diagnostics and correction. Network connection will not be a
continuous, full-time feature, but will be effected only upon request.
1.10 EMERGENCY SUPPORT
• Telephone assistance services with qualified personnel shall be available to assist City staff.
• Communication via e-mail shall be available.
• Professional emergency support shall be required in a timely manner.
• Technician shall be required on site within four(4) hours to eight (8) hours after notification.
Revised 12/28/18 Contractor initials City Initials Page 14
Page 557 of 593
Agenda Item #24.
EXHIBIT "B"
PRICING
Project Manager $155.00/Hour
System/Database Administrator $140.00/Hour
System Engineer $140.00/Hour
Communications Engineer $140.00/Hour
Control System Technician $100.00/Hour
Materials/Equipment Markup: 20% over Cost
Per Hour cost starts when contractor is "on-site" ready to work. Travel costs and per diem shall
be paid for in accordance with the City of Sunrise Code for a Category 3 employee.
Materials/Equipment quotes shall be proposed to the city of Sunrise for review prior to purchase.
The City reserves the right to procure and provide the materials to the contractor when it is cost
effective for the City and does not interfere with work progress.
Any state or federal taxes or fees incurred during this contract may be submitted for payment.
Revised 12/28/18 Contractor Initials City Initials Page 15
Page 558 of 593
Agenda Item #24.
SECOND AMENDMENT TO
STANDARD CONTRACT NO. C 18-32-06-HR
BETWEEN THE CITY OF SUNRISE, FLORIDA
AND REVERE CONTROL SYSTEMS, INC.
This Second Amendment to Contract No. C 18-32-06-HR (hereinafter referred
to as the "Second Amendment") between the City of Sunrise and Revere Control
Systems, Inc. is made by and between the qity of Sunrise (City) and Revere Control
Systems, Inc. ("Contractor") this ]9t,da of &r 2023.
y y
WHEREAS, a Contract was entered into between the parties effective May 1,
2019; and
WHEREAS, a First Amendment to the contract which added E-Verify Employment
Eligibility, Section 33 which complies with Section 448.095, Florida Statutes, as may be
amended and extended the Contract for an additional one (1)year period ("First Renewal
Period"), was signed on and became effective on November 24, 2021; and
WHEREAS, the parties agree that an amendment to the contract is necessary to
extend the Contract for an additional one (1) year period ("Second Renewal Period"); and
WHEREAS, the 'Florida Legislature enacted Florida Statutes §286.101 regarding
Foreign gifts and contracts which took effect July 1, 2021 and the parties desire to amend
the contract to incorporate the new language.
NOW THEREFORE, in consideration of the mutual covenants and obligations
created hereby, as well as other good and valuable considerations, the parties agree as
follows:
1. Recitals incorporated. The foregoing recitals are incorporated by
reference and made a part of this Second Amendment.
2. Amendment to contract.
Section 3, Initial contract Period and Contract Renewal, paragraph No. 1 is hereby
amended to add the following sentence after the second sentence of this
paragraph:
"The parties agree to extend the contract for an additional one (1) year period,
beginning May 1, 2023 and ending April 30, 2024, (Second Renewal Period) under
the same terms conditions and specifications..,'
3. Amendment to contract.
Section 34 "Foreign Gifts and contracts" is hereby added to the Contract with the
following language:
34. FOREIGN GIFTS AND CONTRACTS
City Initials 1 Consultant Initials
Page 559 of 593
Agenda Item #24.
Pursuant to Fla. Stat. §286.101(3), where the amount of the grant or contract is
100,000.00 or more, Contractor shall disclose any current or prior interest of, any
contract with, or any grant or gift received from a country of foreign concern with a
value of$50,000 or more that was received or in force during the previous five (5)
years. Definitions, disclosure requirements and exceptions are found in Fla. Stat.
§268.101. contractor represents and warrants it has complied with Fla. Stat.
§286.101, it has properly disclosed such interests, contracts, grants or gifts to city
before execution of this Contract, and it will remain in compliance with Fla. Stat.
§286.101 for the duration of this Contract
3. Conflicting Terms_. In the event the terms of this Second Amendment conflict with
those of the Contract or any prior amendments, the terms of this Second
Amendment shall govern. All other terms of the contract shall remain and continue
in full force and effect.
4. Captions. The captions of this Second Amendment are for convenience only
and are not to be construed as defining or limiting in any way the scope or intent
of the provisions of this Second Amendment.
5. Effective Date. This Second Amendment shall be effective on the date this
Second Amendment is fully executed.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
I
E
3
City Initials 2 Consultant Initials NOS
S
i
E
Page 560 of 593
Agenda Item #24.
IN WITNESS WHEREOF, the City and Consultant have caused this Second
Amendment to the Contract to be executed effective as of the date indicated above.
CITY of N RIS E
John T. Curran
Title: Procurement Manager
Date: L /A' �` ►
REVERE CONTROL SYSTEMS, INC.
By: LAP. 6jmNyn
0 1
Print: a&A Tlb�
Title: VILt. i
Date: 3 16
i
City Initials 3 Consultant Initials
Page 561 of 593