HomeMy WebLinkAboutDocumentation_Regular_Tab 04_09/10/2015 , + V+Ilage of Tequesta Date: 7/30/201:
Purohase Order Requisition � � Date Purchase Order is Req'd: 8/11/201:
(Not a Purchase Order) Department: Water Treatment Plant
�tewsed niovemt,er ��, 2ot� � � � .. Req. #:
Quotes Received: 3 (See Attached) Recommended Vendor: Vendor #:
Vendas Bids VUEworlcs, inc.
VUEworks, inc. $24,500.00 Address: 3680 Avalon Park East Blvd s�ne aoa
Ci orks, inc. $50,000.00 City: O�lando
Tyler Technologies $80,000.00 State & Zip: FL, 32828
Comments: .
The urchase of a Com ute� Maintenance AAana emerrt S tem from Vueworka, lnc.
This s tem wiil assi n and h�ck o erations and maintenance work for aN assets of the larrt and distribution s tem.
VUEworks inc. best va{ue for the Vilia e.
Manuf.l Available Balance
Item Descri tion Part# Q. Unit Price Total Cost Account # (Finance Use Onty)
CMMS Software 1$ 24,500.00 $ 24,500.00 � � .���
� -
$ -
� -
� -
� -
$ -
� -
� -
Total: $ 24,500.00
Finance/Administrative Use Onlv:
The Department Director's / Designee's signature below certft'ies that (i) thls pu�chax order reqWsition is compiete and in comptian� with the �Hage's
Pr�rchasing Policies and Procedwes and (2) ail procuremer�t requ/re nts have been aadsfl
✓�'
De artment Director / Desi nee Si nature: Date: � j
The Finan� Department signature below certifies that (1) this re s� hes been �proved by an aufhorized Department Director / Destignee, (2j tha the
conect accourrt numbers have been used and (3) there is adeq e�.►�dr.� ►n rne �o�rs ��sr�a.
Finance Si nature: Date:
r
Villa e Mana er A proval: Date: �'� 2�
Vflia e Council Approval: Resolution #: Date:
,
�
Memorandum Utilities Depar�tment
To: Jody Forsyth, Finance Director
From: Sam Heady, Deputy Director of Utilities
Date: 7/27/15
Subject: Budget Cost Savings
Computerized Maintenance Management System (CMMS)
As per the Florida Administrative Code (FAC) 62-602.650 (4), a domestic water treatment plant,
distribution, and stortnwater system shall maintain a computerized maintenance management
system. The system will assign and track operations and maintenance work for a11 assets within
the plant and distribution system. The system will need to be accessible 24-hours a day by the
Department of Hea1th or any other regulatary agency.
It gives Customer Service a fast and easy way of taking customer's information, logging it into
the system and dispatching workers if needed.
The Village of Tequesta will benefit from having a comprehensive asset management program
capable of tracking maintenance of the utility system and scheduling preventative maintenance
with budget planning capability.
Cost for the soflwaze: $24,500.00
Budget cost saving will be used to perform the replacement and programming.
r
�.�d�� �
;.,�, �� r{;3 :, �€.��������
WORK ESTIMATE
;;�
649 5/22/2015
Name Sam Head , De u Utili Director
Address: 345 Teyuesta Dr.
Te uesta., FL 33469-0273
Phone 561 768-0493
Fax 561 768-0711
Email
Account TBD
VUEWorlcs� De axtmental ELA $18,000
VLJEWorks� S stem Confi uration and Im lementation Services $b,500
Total Estimate $24,500
This quote is valid for 30 days. This quote inctudes unlimited seats of all
VueWorks� Modules with a three (3) year End User License Agreement solely for
the Water Utilities Department.
Esri Software and hosting services are included in support of the solution.
S stem confi ration and im lementaxion services are a one 1 time fee.
Please feel free to send me any questions or a notice to proceed to me personally.
Sincerely,
Brian R. Sovik, GISP, PMP
Vice President — GIS Solutions
3680 ?�valon Fark EasC Bivd, Suit2 ZOfl � Oriar�do, Fl 3z82E3 � P 407<382.52"L� � �uww.dts�;s,com
r
Thank you for the change to do a demo yesterday. As a foliow-up 1 am including software quote and
implementation services references. Also some references. Was there anything else? If you want to
meet again with end users or get into more details, let me know.
Software:
Software is licensed on a per user basis or as Enterprise License Agreement. This option below should
give you the range. As you can see there are options.
Option 1: Per User Basis - S users
Includes:
Server AMS (core application for any asset, what I demo'ed)
Mobile AMS (i0S & Android Native Apps}
Loca1 Government Templates (library of activity types to start from)
Cost is $6,OOd pe� year
Note: Additional users can be added at $1,200 per user/ year
Option 2: Enterp�lse license Agreement Standard (ELA) — suite of add-ons
Based on 5600 population
tncludes u�limited users of:
Server AMS (core apptication for any asset, what I demo'ed)
Storeroom (warehouse and inventory management)
Contracts (contract management)
Cityworks Analytics (Management KPt's)
CCTV Interface to PACP
Paver Interface to MicroPaver
eURI (publish web maps with work events)
Mobile AMS (i0S & Android Native Appsj
Local Government Templates (library of activity types to start from)
Cost is $15,000 per year
Note: other phnsed options con be discussed including unlimited departmental licensing.
"This is not a format quote and is not to be consrdered binding. The purpose of these numbers are for
budgetary purposes only. These numbers may not be honored without a formal quote including official
quate terms and conditions ."
'SG�'1 1��:
The implementation services can be done by one of our business partners or from Citywarks for a
standa�d project. for a list of partners, see httA://www.citvworks.comlus-and-our-qartners/our-
partners/implementation 1 can recommend some local implementation partners. As an
estimate based on a typical project requirements for citywide asset management, �e� castwoui:d be
�r:�.�c��30�C This inc{udes, consulting services (best practices), work process analysis, installetion, �
configuration, reports, admin trai�ing, user training and deployment support. There are a lot of
variables if there are additional needs for data canversion or integrations, this would need to be done by
our partners.
Sy�tem Requirements:
The client requires a current version of ESRI ArcG15 5erver.
�Cost, is $20,000 per }rear
References:
Below are a few relevant references that you can probably call and maybe go visit.
Palm Bay Utilities (fl)
Crystal Phiilips-Mustain
(321) 952-3408
phillc@palmbavflorida.or�
st Cloud (�l}
Katrina Robtes
(4Q7) 957-7249 '
krobles@stclaud.or�
St lohns Caunty (FL)
Mr. Tom Tibbitts
{904)209-2635
ttibbitts@sLfl.us
There are some customer videos on our Web site and YouTube Channel at. YouTube -
httos://www.voutube.com/channel/UCdscZeZUG IJt2�-S881 EsqQ
One 1 would recommend is htt :/www.citvworks coml2015/04/citvworks-spotli�ht-clavton-countv-
water-authoritv-morrow-�a/
Cityworks
DBVe Bratnwe{I
Regionai Saies Manager
RaReigh, North Carolina
Direct 801-617-8313 x1904 � Mobile 80&221-2012 � Locaf 919-435-0935 � Main Office 801-523-2751
Website: www.citvworks.com—Twitter:www.twitter.com/Citvworks
EMPOWERING GIS� for Asset Management, Permitting, and Licensing ... and more!
m
o ° o, ° o ° a � c�, � o o
°m ° c� � ° o ° t� ° t� � °� '�
� N N O
� N Eh?
�
O Q O O O
O C7 O C p
� ° �- g�ggo
�
A• o c�r' � r. �
� � � � � �
w
y �
y ��� .
�+ �( 'C�'
bA � t-1 00 0 �
ee 0 � N O O
� N a� 'i CU �
� N � �5 � p p
C� *^� E� N � O O O O Q
O tl� � in ifi
tCI f� t� 1�. T.
N � a— � �
Ef3 Cf3 H} GI-? d9
O �
'� J
s��, ni � '� �
�, G�. � � �i �
� w z z A
�.�+ a+�+ � a.�+ �.�+ �
c�o�ac�� F
z
w
0
v � °� ° �t ° �r �
� �
� Z
a
�. m
t? �
h p �
fA Cy O
c �Z a
a� m �
� � p � � � �
'� U U
f° a m %i rn'c � v)
� m w .. c m.Q c
� � � m a � � a o�
�r • � a. �s E
�i o � c � W o- _� � o�
m
� O� � ,�,N U 10 m y C !0
�IYr .� � � C r O � � C _'� �
��' �? � M a y � � � 0 � .� � �
,
� o � � � � � m � � � � a m « �
� •� a �� c a �.►,. y .
� o' ��" v� ` a c� a � u a o a
v � w o y �
� i�i g{ ° H °� a � m � � `� � � C� t� . (� � �
e i .. � � � o m � m a� m m m m m a� �
a� �n a� sa c o c c c c c c c c �
v� v" M H a, w v w w w. w w w w w N
O M
O p
o a
O
O
CV
fJ►
O
Q
G
O
t'7
CO
1l�
�
'�
m
L
� O O O O O Ll J
�
(j� C�0 � O � 0�0 m g
N O N N� Z
c � � w E� � o
.` = '' z
� � m �
m o �
OC n. s
0 3
� �
J � o 0 0 0 0't� o 0 o rn�
0 o a o a�o 0 0 o c*�
S �y °� ° �st o ° o ° a�, e`� ° o •= Cj
F ch r� �,�i�i r� �.�» a
� � w �► � � � m L
� � � o � �
eu � m p o � . '
c .- "
� �
O �
a
� �
Q w
o �
�' `o
� � � �
$ 'a o
y � L O 0
� > >
.� � � C �
r; 4 .� � C
� � N � � �
� � o O a�, c� E o
a L H� ��i � ti c� � o
m � �
� � `� = u � > v�, .s P �
a �, � � �' o `�ti c'n m '� � E ¢ �; �
� R m m m �, �`d o� m o o a`s � c�o �
� c I� i�'— c� ��.O F I �° v N , .� O Z � �
_ � O O O O� 3. m m m f�A C� � � •$ �
W tA F- H I— F- tA tA '� �- � U1 �,Q U � 4 N
, , ,
�� �"9 Request for Ta�cpayer Give Form to the
(Rev. December2p14) tdentification Number and Certification �u�� Do not
°e�'v"e"c�u,er'�s'�' send to the IRS.
�rae�na� Re�erwe servl�
1 Name (ss shown on your income tax r�wn). IVame Is required on this Iine; do not I�ve this Iine blank.
VUEWORKS, L.LC
N 2 Business name/disregazded ertity name, if differeM from above
�
Q- 3 Check aPpropriate box tw federal tax classifioatian; check only one of the tokowirg seven hottes: 4 Exemptlais (catl� appqy pMy to
� ❑ Individual/soie proprfetor or ❑ C Cwporatbn ❑ S Corporatbn ❑ Patn�ship ❑ Tn�t/estate ���" �t��' not individ�ls; see
� � singie-member LLC �����g � Pa9e 3}:
Q Limited Iiability companY. Enter the tax classificatlon (C=G corporaUon. S=S corporation, P�artnership) ► P ��t ��'�e (if any)
o� Note. For a singie-member LLC that is disregarded, do not chedc LLG; check the apprapriate box in tY� line almve for �empt�°� fr�n Fp rePortfng
� the tax clsssiflcation of the single-memb� owner. q � Crf �
�� ❑ Other (see instrucHons) ► (rv� ro ae� n„ u.sa
S Address (number, street, and apt. a sufte no.) Requester's name and address (optionaQ
� 3680 AVALON PARK BLVD EAST, STE 200
m 8 City, state, and ZIP oode
� ORLANDO, FL 32828
7 list account number(s) here (optanaq
' T ayer identification Number l
Enter your TiN in the appropriate box. The TIN provided must match the name given on Une 1 to avoid �� sen+w+ir number
backup withhoiding. For individuals, this 1s generaliy your sociai security number (SSN). However, for a �_ m -�
resident alien, sole proprietor, or disregaMed entity, see the Part I instructions an page 3. For other
entities, it is your employer identiHcation number {EIN}. If you do not have a number, see How to get a
77N on page 3. or
Note. If the account is In more than one name, see the instructions for line 1 and the chart on page 4 for Emp�o� ide�on ►�ur,ber
guideiines on whose number to ent�.
4 5 - 1 1 3 7 5 2 3
• Certification
Under penalties of perjury, I cerGfy that:
1. 'fhe number shown on this fortn (s my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. I am not subject to backup withhold'mg because: (a) i am exempt from backup withhoiding, or (b) t have nat been notified by the tntemal Revenue
Service (IRS) that 1 am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the iRS has notified me that I am
no longer subject to backup witfiholding; and
3. 1 am a U.S. citizen or other U.S. person (defined below); and
4. The FATGA code(s) entered on this form (rf any) indicating that I am exempt from FATCA r�orting is correct.
Certification instructiona You must cross out item 2 above ff you have been notifled by the IRS that you are currentiy subject to backup withfioiding
because you have failed to report alt interest and dividends on your tax return. Far real estate transactions, item 2 does not apply. For mort a e
interest paid, acquisition or abandonment of secured ro 9 �
enerall P P�Y. cancellation of debt, cantrtbutions to an individuai retirement arrangement pR�, and
g y, payments other than interest and dlvtdends, you are not required te sign the certiflcation, but you must provide your correct'i'IN. See the
instructions on page 3.
Si n r�� 07/27/15
Here u.s �,; ����-' ' oe� ►
C� __ _
Genera{ Instructions •�� �O9a (h� �9� M�t),109&E (stud�t loan interest),109&T
cariticm>
Section refere� are to the intemal Revenue Code uniess otherwise noted. . Form 1099-C (canceled debry
Futurs develoPmerrts. I�formetion about devebpments affecting Form W-9 (such . Form 1098-A (acquisition or abandonment of secired property)
as legis�tion enacted after we release it) is at www.irs.gov/fiN9,
Use Fortn W-9 ony ff you are e U.S. person (nduding a r�ident alien), to
Purpose of Form ��ae yo�r �rre� nN.
M Indh�idual or entity {Fam W-9 requester� who is required to fi� an information �f you do rat retum Form W-9 to the requesier wlth a TlN, you might 6e subject
retum wRh the IRS must obtain your corr�t tax�yer iderrtificaHa� number (TIIV) to 6eckup wtthho/dirig. See Whatls backup wiU�holdingl on page 2.
wh�h rr�ay be your socfal secu�fty number (3S(�, individuai taxpayer identiflcatfon By signing the fived-out form. you:
numb� pTIWj, adc�tion taxpay� identificatton number (ATIN), or empioyer t. C that the TIN are g ( you are for a number
identiflcation number (EIN), to repc»t on an informatton retum the amount paid to � Y� 9�n is correct or weiting
you, nr oth� amount reportable on an information retwn. Examples of infamation YO � 158 ��'
retums Utclude, but are not Ilmited to. the following: 2. C�tify that you are not subject to 6ackup ai�thholding. or
• Farm 1099-IIYT (Interest eamed w paid} 3. Ciaim exempt�n from backup withholdk�g If you are a U.S. exempt payee. If
• Form 1098-DN (divtdends, including diose nom stocks or mutual funds) ePP��ble, you are also certifying that es a U.S. person, yow elbeable share of
any partnership income from a U.S. trade or busin�s is not aubject to the
• Farm 1089-MISC (various types of income, pNzes, awards, or gross proceedsj withholding tax on forelg� partnars' share of effectiv�y conrtected inc;ome, and
• Form 1099-8 (stock or rnutual fund sales and cartain other transactions by 4. Certffy that fATCA code(s) entered on th� f�m (i� arry) indicaqng that yuu are
6rokers) exempt irom khe FATCA reporting, is correct. See VWiat Is FqTCA reportingl on
• Form 10995 (proceeds from real �tete transactions) Pa9e 2 f� further hfwmatlon.
• Forrn 1099-K (mercha�t card and thkd party neMrork transactions)
Cat No. fQ231X Form w-� (Rev. 72-2014)
PALM BEACH COUNTY SUPERVISOR OF ELECTIONS PRECINCT: 1124
POLLING LOCATION AGREEMENT FORM i 122
THIS AGREEMENT, dated this �'� day of �*d' , 20«, by and between Susan Bucher, Supenrisor of Elections,
Palm Beach County, Florida, and the ownerl�epresentative of the Polling Place �ocafed at:
TEQUESTA COUNCIL CHAMBERS
NAME OF POLLING LOCATION (include name and/orroom numberj
345 TEQUESTA DR TEQUESTA FL 33469
POLLING LOCATiON STREET ADDRESS, CITY AND ZIP CODE
OWNEWREPRESENTATIVE AGREES:
• To provide a Polling Place for holding the following Elections.
PRESIDENTIAL PREFERENCE PRIMARY ELECTION----• TUESDAY, AAARCH 15, 2016
PRIMARY EIECTION -» ....................................._...... TUESQAY, AUGUBT 30, 2016
GENERAL ELECTtON---------------------------------...°.°-..... TUESDAY, NOVEMBER 8, 2016
� To provide the following items from 6:00 a.m. until closing procedures required by Florida Statutes are completed by #he Elecfion
Board.
GHAIRS FOR ELECTION WORKERS (cirde) E NO NUMBER OF CHAIRS AVAILABLE: � S
TABLES FOR ELECTIQNS WQRKERS (cirde) NO SIZE OF TABLES AVAILABLE: F-Ff•
RESTROOM FACILITIES AVAILABLE (circ�e> YES NO AIR CQNDITIONINGIHEATING �drc�e) E NO
• To provide access to the Polling Place on etection day by one of the following means:
�ar�e� YF NO Owner will open Poiling Ptace NO LATER THAN 6:00 a.m. on Election Day.
Sc��� YES !� Owner wifl provide the Precinct Clerk with a key to the facility prior to Election Day.
STATEMENT OF INDEMNITY: The Palm Beaeh County Supervisor of Elections shall be responsibie for damages, as found legal�y (iabfe for and to
the extent permitted by (aw, arising out of injury or damage to persons or property directty caused by or resulting fiom the sole negl'rgence of the
�ce of the Paim Beach County Supervisor of Eiecfions or any of its o�cers or emptoyees. The owner shal! be responsibie for damages, and shall
indemnify save, and hold hamrless the Palm 8each Counfy Supervisor of Elections for damages or claims arising out of injury or damage to persons
or property caused try or resutting from the negligence of the owner alone or in connection with a third nadv or any of its employees, aaenfs. inv'rtees
auests or represeRtafives. The Palm Seach County Supervisor of Elections shalt be listed as an add'dional insured to any existing insurance policy
for the premises artd a certificate of insurance shali be issued listing the Palm Beach Counfy Supervrsror of Elections as an addrtiortat insured no less
than thirty (30) days prior to fhe polling evenf. Nofhing in fhis provisron shall constitute as a waiver of sovereign immunXy.
I AGREE TO THE ABOt/E CONDl7lONS AND WltL MAKE MY FACILITYAVAILABLE TO THE SUPERV►SOR DF ELECTIDNS ON
THE DATES iNDFCATED ABOVE
tY1 i tha�e.l �'�u.� Ui�lt�ti�`l�O r Sto ►-1�.�-17�i �3 4'� t�)� �
SIGNATURE PRINT NRME TITLE TELEPHONE DATE SIGPlED
� k S 1 �2g �2,St� �D t , t i �, ��"4 1Jr , � ! �P ���.�?'G� � 3 � �f k `� --
� MAIL NG�ADDRE (INCLUDE CITY, STATE AND ZIP CODE)
E-MAIL: m CO �t,�i..2� ��2� JP5'}'G . OrS
ADDITIONAL INFORMATIQN
• To provide access to the premises or delivery and pickup of voting equipment before and after each Election, p{ease provide the days
and hours facility is open for #he delivery and pickup of voting equipment:
• Name and telephone number of emergency contact person 6efore and affer re ular business hours:
�.-tJ�i �t'��,u)� t 1it.�ms �"� a-5a� -a�t s3 - t 7 a-3� c-$� ��. m e,�.v; t I, a.►�s �-�.e.�,�
NAME TELEPHONE ALT. TELEPHONE EMAIL
• Name and telephone number of contact person at Poiling Place on Election Day:
S�m.�. ra.� G�to 5'�u..
NAME TELEPHONE ALT. TELEPHONE EMAIL
• Two aitemate contacts:
1�t�� 1 S�t-'?l��-o52.°a. SLei-a�a-�ko5 d ric�ia.r'd� � k
NAME TELEPHONE ALT. TELEPHONE EMAtL
s�3 as ¢��es'� .a�3
c�1; �-e Cok..� �� l - � ' Slo �-�� k - o�� 3 r�c� ��20 ,0 -�
NAME TELEPHONE ALT. TELEPHONE EMAIL
SUSAN BUCHER, SUPERVISOR OF ELECTfONS
SfGNATURE DATE StGNED
SOE CONTACT: Rachel West TELEHONE: 561-656-6200 EMAIL: rachei@pbcelections.org FAX: 561-656-6220
Mollv's Trollevs HOURLY RATE AGREEMENT
-�— --------------------------
of West Palm Beach � Date Requested Saturday, November 21, 2015 �
$00 23rd Street
��Uest Palm Beach, FL 33407 � Hours Requested 10am to 7pm �
Ph : (561) 83$-9511 --------------------------� �
Fax: (561) 838-9512 "Hours Requested" includes garage to gatage time.
...........................................••..............................----
Client Information Client Number_ CE 15463 Today's Date: 7/13/2015
Village of Tequesta Cell: Woxk: () 575-6247
Wendy Schmidt � , _ ^ A�'d���ba 1 Notes _ _ _ _ _
r— ��
(*Each Trolley seats 30, is enclosed & A/G �
399 Seabrook Road � �
Tequesta FL 33469 �* 10% Repeat Client Discount! �
Service Description: Event Shuttling - 2 Trolleps � � � ,
Sched�ed Itineraras *Tentative Timing_Mav ?Nove r,��r backl � � . Houtly Rate• • • . $116.67
1q-10:30am- 2 Trolleys travel from WPB Lot to Tequesta �
10:30am- 2 Trolleys arrive @ Stage Locarion - Check In # of Hours: 9
10:30-10:50am- Drivers t� run route & put up signs Cost per Trolley: $1,050.00
1Q:55am-6:10pm- 2 Trolleys Shutfle as directed # of Ttalleys: 2
6:10-6:30pm- Finish up & pick up signs
fi:30-7pm - 2 Trolleys return to VG'PB Lot Subtotal: $2,100.00
.......................
Hrs:lOam-7pm=9 hrs=$1,050-10°l0=$945/Trolley Add Expense: $0.00
$945/Trolley x 2 Trolleys=$1,890-A11 Inclusive?
$250 deposit pex Trolley x 2= $500 due 8/15/15 Less Discount: $210.00
We will bill you for the remaining balance after the event. � � � � � ' ' � ' ' ' ' � ' ' ' ' ' � ' ' '
The Fine Print Estimated Total Due : $1,$90.00
De osi R�Lested• Please remit $500.00 due 8/ I S/2015 to reserve youz event.
an tation Po iev In the event contracted service is nat required the customer is responsible for a$250 cancellarion
fee (per trolley} provided written notice is given 30 business days before Event Date. If < than 30 business days written
notice is given, customer is responsible fox Half of Estimated Total Due (per trolley). If � than 14 business days written
notice customer responsible for 2/3rds of Est Total Due (per trolley). If <than 3 days written notice, payment due in full.
Aeldidonal .harg e Po iev� Customer acknowledges that contract is based upon a contracted tirne frame. On the day of the
event, if your actual service extends beyond the scheduled itinerary and the appropriate Nlolly`s Trolleys representative has been
contacted, the custamer will be xesponsible £or addirional charges to acrue begiiung one hour after the original time agreed
upon . If customer dces not contact our representative to adjust the return time, the custocner is responsible for addirional
charges begining immediately after the contracted return time. Ilddirional charges are detertnined on 1/2 hour increments.
Promise to Oric imnr• A4olly's Trolleys maintains our veiucles on a strict schedule in accordance with manufacturer's
specificauons, and we expect them to operate smoothly for every event. However, should contracted service be
interrupted due to an unforseen mechanicai failuxe, an <�ct of God, or any other reason, Molly's Trolleys will provide a
similar vehicle or bus to complete the scheduled itinerary.
I accept the abave Jtems.
Village of Tequesta Molly's Trolleys o£ West Palm Beach
� ��`°
■�����������������' ���������i���w����
By� ���T :3'��� By: Molly Stahlman, Molly's Trolleys
fYl i c.�.� C� �.��-�-v
�,i � � l�.�e. ���rt��N r"
Village o# Tequesta Date: 7/2712
Purchase Order Requisition Date Purchase Order is Req'd: $/11/2015
(Not a Purchase Order) Department: Water Treatmen# Plant
*Revised November 14, 201 t Req. #:
Quotes Received: N/A (See Attached) Recommended Vendor: Vendor #:
Vendors Bids Integration Services, Inc.
Address: 3022 Russeli Pass
Pi gyback City: Lakeland
State & Zip: FL 33801
Comments:
This is a request for an Application Developer from Inte ration Services, inc. to rogram two 2 new SCADA computers.
These computers control and monitor the Water Plant rocesses.
Pi yback onto Co�tract 20130003�7
Manuf./ Available Balance
Item Description Part# Qty. Unit Price Total Cost Account # Finance Use Only)
Application Developer 1$ 16,614.00 $ 16,614.OQ 401-242-546.320
$ -
� -
� -
� -
� -
$ -
� -
$ -
Total: $ 16,614.00
Finance/Administrative Use Onlv:
The Department Director's / Oesignee's signature betow certifies that (1) this purchase order requisition is complete and in compliance wifh the Vidage's �
Purchasrng Policies and Procedures and (2) aN procurement requirement ave been satisfied.
....-.--a-°--"_.... .
Department Director / Designee Signature: Date: ��� ,
The Finance Department signature below certifres that (1) this requisr n has been approved by an authorized Department Drrector 1�esignee, (2) that t e
correcY account numbers have been used and (3) there is adequate funding in the accounts listed.
Finance Signature: Date:
_ . _.... _ . _ _------�--�.
Viila e Manager A proval: r �' Date: F'" %„f �
Viliage Council Approval: Resolutian #: Date:
�
.
=�; r, � .
,:,.;�,
�r�
r,��. �t
,1=� -
;::;j � F'�
k., `,� ,yi
i:5 •
;��.6°1 j"...'°r.�r
. �, �:
r�; - .
�
IV�emorandum Utilities Department
To: Jody �orsythe, Finance Director
From: Sam Heady, Deputy Director of Utilities
Date: 7/1 S/15
Subject: Budget Cost Savings
SCADA computer system Water Plant
I respectfully present the following memarandum to the Council.
The water treatment plant has two (2) existing Supervisory Contro! and Data Acquisition
(SCADA) computers. The SCADA system allows for communication of systems with human
operators to control and monitor the water plant processes. 7hese two stand alone computers
have become very problematic and obsolete. After speaking with the Village !T Director, the
decision was made to replace the two computers as quickly as possible due #o the nature of the
problems. A laptop was purchased as weli for remote access and programming.
The water plant will not operate without two hi�hly functioning SCADA computers.
Cost for the computers and iaptop: $5,300
Cost for integration and programming: $18,000
Budget cost saving wil! be used to perform the replacement and programming.
VILLAGE OF TEQUESTA
CONTRACT FOR WATER PLANT COMPUTER UPGRADE SERVICES
THIS CON'TRACT is entered into, and effective, this day of August, 2015, by and
between the VILLAGE OF TEQUESTA, FLORIDA, a municipal carporation with offices located
at 345 Tequesta Drive, Tequesta, Florida 33469, organized and existing in accordance with the
laws of the State of Florida, hereinafter "Village"; and INTEGRATION SERVICES, INC., a
Florida corporation with offices located at 3022 Russet Pass, Lakeland, Florida 33801, hereinafter
"Contractor".
WITNESSETH
The Village and the Contractor, in consideration of the mutual covenants contained herein
and for other good and valuable consideration, the receipt and suff'iciency of which is hereby
acknowledged by both parties, hereby agree as follows:
1. SCOPE OF SERVICES: The Village and the Contractor both hereby agree to
enter into this Contract whereby the Contractor sha11 provide technical services beyond normal
softwaze and hardware warranty levels including the performance of product maintenance,
troubleshooting and functionality enhancements for the Village's water plant computer system.
Pursuant to July 1, 2013 correspondence from Charlotte County, Florida, attached hereto as
EJChibit A, the Village is authorized to piggyback for the above referenced services off of Charlotte
County Cantract 2013000307, which, pursuant to June 29, 2015 correspondence from Charlotte
County, Florida, attached hereto as E�ibit B, was extended through September 30, 2016.
Charlotte Counry, Florida, Contract 2013000307 is attached hereto as Exhibit C and is hereby
incorporated into this Contract as if fully set forth.
2. COMPENSATION: Pursuant to Exhibit C, and in consideration for the above
Scope of Services, pricing is as follows:
Work performed by a Project Manager -$135.Q0 per hour.
Work perFormed by a Field Service Technician -$120.Q0 per hour.
Work performed by a Field Seroice Engineer -$12Q.00 per hour.
The Village shall pay the Contractor after completian of the service, and within forty five (45) days
Page 1 of 4
of receipt of an invoice documenting the amount due, in accordance with Exhibit C.
3. INSURANCE AND INDEMNI�'ICATION: The Contractor shall provide praof
of workman's cornpensation insurance and liability insurance in such amounts as are specified on
E�ibit C, shall name the Village as an "additional insured" on the liability portion of the insurance
policy. The Contractor shall at all times indemnify, defend and hold harmless the Village, its
agents, servants, and employees, frorn 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, his/her agents, servants, or employees in the performance of services under this
Contract.
4. PUBLIC ENTITIES CRIMES ACT: As provided in Sec. 287.132-133, Florida
Statues, by entering into this Contract or perfornung 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 Sec. 287.133(3)(a), Florida Statutes.
5. TERMINATI4N: NOTICE: This Contract may be terminated by either party
upon thirty (30) days written notice to the other party, in accordance with Exhibit C. Notice shall
be considered sufficient when sent by certified mail or hand delivered to the parties at the
following addresses:
Village Contractor
Village of Tequesta Integration Services, Inc.
345 Tequesta Drive 3022 Russet Pass.
Tequesta, Florida 33469 Lakeland, Florida 33813
Attn: Director of Utilities Attn: Brian Callahan, President �
6. 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 Contract is not a contract for employrnent and that no relationship of
Employee/Employer or PrincipaUAgent is or shall be created hereby nor shall hereafter exist by
reason of the performance of the services herein provided.
Page 2 of 4
7. ATTORNEY'S FEES: In the event a dispute arises concerning this Contract, the
prevailing party shall be awarded attorney's fees, including fees on appeal.
8. CHOICE OF LAW; VENUE: This Contract shall be governed and construed in
accordance with the laws of the State of Florida, and venue shall be in Palm Beach Counry should
any dispute arise with regard to same.
9. AMENDMENTS AND ASSIGNMENTS: This Contract, all Exhibits attached
hereto, and required insurance certificates constitute the entire Contract between both parties; no
modifications shall be made to this Contract unless in writing, agreed to by both parties, and
attached hereto as an addendum to this Contract. The Contractor shall not transfer or assign the
performance of services called for in the Contract without prior written consent of the Village.
10. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County
Charter, 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 investigatians.
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. PUBLIC RECORDS: In accordance with Sec. 119.0701, Florida Statutes,
Contractor must keep and maintain this Contract and any other records associated therewith and
that are associated with the performance of the work described in the Scope of Services. Upon
request, Contractor must provide the public with access to such records in accordance with access
and cost requirements of Chapter 119, Florida Statutes. Further, Contractor shall ensure that any
exempt or conf'idential records associated with this Contract or associated with the performance af
the work described in the Scope of Services aze not disclosed except as authorized by law. Finally,
Contractor shall retain the records described in this paragraph throughout the performance of the
work described in the Scope of Services, and at the conclusion of said work and upon request,
transfer to the Village, at no cost to the Village, all such records in the possession of Contractor and
Page 3 of 4
destroy any duplicates thereof. Records that are stored electronically must be transferred to the
Village in a format that is compatible with the Village's information technology systems.
IN WITNESS WHEREOF, the parties hereto have executed this Contract the date and
year first above written.
WITNESSES: INTEGRATION SERVICES, INC.
Brian Callahan, President
(Corporate Seai)
VILLAGE OF TEQUESTA
,�., ---°.
�
AT'TEST: Nlichael Couzz ' age Manage
`,i,t�:i�'��eti," .t,,af�J
7'
(� \� 'Y! ��.
�
� � 1 I�(.��.,�,. ? Q`�• ��' Qi j� 4ff � ' ' .
Lori McWilliams, MMC �.� , � O ( ���� ' "� 7 � - -
Town Clerk ° �� � �°' -
:INCORPQAATED;
♦,�� J° ��6�: �. `4 a
f
�'� �.'.t„ • t ' ,�y�
� � ..� �C�
�,• �, �,;�� �+��°
F�r3t1()ftil 5141`1)liM1
Page 4 of 4
THE VILLA6E G1F TEQUESTA
PIGGYBACKING CHfCKLIST
Instructions: This form is to be completed for any purchase of goods, or contract for services where the Village
wili utilize a contract competitively bid by another gavernmental agency (i.e. "Piggyback"j.
Department: Water Treatment Piant Date: 27-1u1-15
Item/Service Application Developer to program 2 new SCADA Computers at WTP
Vendor/Service Provider Integration Services,lnc.
� State Contraci 2013000307 Q Other Governmental Agency
*Chapter 287, F.S.
If box beside "Other Governmental Agency" is checked above, complete the remainder of this form.
1 Governmental Agency Charlotte County
YES NO
Is the contract current? Effective date: Oct. 1, 20I5 Expiration � �
2 Date: Sept. 30, 2016
� �
3 Was item/service bid out in compliance with the Village's Purchasing Policies & Procedures?
Is the price that the Village will receive by piggybacking equal to the price obtained by the agency � �
4 named above?
� �
5 Does the contract contain an assignability clause?
If the answer to question # 5 is no, has the governmental agency given the Village permission to � �
6 piggyback on the the contract?
� �
7 Has the vendor/service given the Village permission to piggyback on the contract?
...---'"'"'...---
2��I �
Department Head Signature Da#e
��������°��:����� ������r������ �.���:v
3Q22 Russ� P�c,s Atl vattce�l Pr'oa;ess�4tttots�ati�tt I806 Asher Road
Lakeland FL338] 2 Lak�and FL, 338i3
Phone: (8b3 } G47-3133 Phone: {$63) 647-3133
CeIL• {863)�t39 7339 Fa�: ($fi3) 647-3133
3uly 13, 2015
To:1/illage Of Tequesta
Utility Department
9Q'{ �I. 4!d Dixie Hwy.
Tequesfa, FL 33469
1��#n: Mr. Sam Heady, Deputy Ufility Director
Subject: SC�1DA Server Software & Hardware upgrade
Ref: Viliage of Tequesta WTP, SCADA Sys�em ac�f�ware Upgrade project.
ISI Proposai E2015-50.
Mr. Heady
in#egration Services, inc. (!S!) is pleased to provide #his propc�sai far the above ref�r�nced
Wanderware baseci SCADA system upgrade project. tn#egration Service wiil provide system
integration services that rneet the �cope of work define in this proposal �s per the rneeting o# June 1fl,
2Q15 with #he Village o� Tequesta information technoiogies and utili#y persannel,
7he scope of work defined in this proposal is required for Integration Senrices ta effectively and
�fficien#iy creat� the new Wonderware SGADA software environment anc� upgrade eacn of two
SCADR System InTouch develapment and redundant twir� servers operating at the Viliage of
T�guesta Wa#er Trsatment Plant.
Int�grafiion Service personne# wil! work with the ViElage of Tequesta lnformatian technologies and
Utili�ies department perSannel to create the new SCADA Systerr�� �' A
��ystem: This method of conversion i� referred to as paraliel system eployment. Each o the senrers
wiil be converted ar�e at a time by putting new work station computes in se� with curren� operating
systems {Windows 7 Prafessional} and the upgraded versior�s of #he Wonderware SCAD� software.
iS! wil( implement the new SCAQA software upgrade project emplaying the standards aiready installed
and accepted at the Village 4f Tequesta Water Treatment Plar�t. lntegration Servi�s praposed scape
of work wiil be as foliows.
������'����_ ���"� ���'�g .� ���'> Village of Tequesta — SCADA Upgr�de
SCOPE OF W4RK
Equipment and Software
Integration Senrices (ISI) wifl not be furnishing any hardwar� or third party software content for
this project.
The Village of Tequesta Utilities department will supply two new warkstation class computers with
adequate PCI ports and slots to support the new Alien Bradley DH+ communication cards and the
new Remote Voit:e annunciation communication cards required for this projec#. The twa new work
station computers wiil be loaded with the Windows 7 Professionai 64 bit operating system. Care
must be taken ta ensure that no version of .Net Frame works greater than 3.5 be ioaded on the
new computers priar to loading and configuring the Wondenrvare software components. The new
work s#ation computers will have one E#hernet communication port and spare slots to support the
instaliation of ane additional Ethernet card for futu�e SCADA system upgrades.
The Viflage of Tequesfia wi{I aiso supply all software packages and software lioenses required to
facilitate the upgrade of the existing SCADA system applications to the Windows 7 Professionai
64 bit operating system environment. The software packages required are:
1. Windows 7 Pro#essional operating systems for each Work Statifln.
2. Won�erware 2014 InTouch process visualization software.
3. Wondervuare 2014 DAServer camponents for Allen Bradley DH+.
4. W�nn 911 version 7.
5. XLReporter version 9 Q.
6. Microsoft Office 2010. {Excet & Word)
The existing instailed PLC systems at the Village of Tequesta V1later Treatmen# Plant wi11 not be
changed or modified in any way to support the upgrade of the existing SCADA system
Development and Redundant work station compufier or the software they execute in prov�ding
SCADA system fun�tions.
Panel Eauipmant
Integration Services (!S1} wifl not be #urnishing any control paneis, PLC equipment or control panel
equipment of any kind under this proposai.
.
- -. _._..__.._._._____...�._�_..__._._.._._._____,__...._..��.....�....___.._.___.__.�._..._._�.._�......__�,._.__._...._.�_._...�..__..._._.........._.. _.____..__.._...�__._._.
r�d�•�€��ec� �'r€�ce�s �eetintt�a#i�ara 2 � ?= t,. ; ,r �,
��L����°����'�� ���'� ��-��� ����> Village af Tequesta — SCADA Upgrade
Enaineerin� Intearation Senrices
Engineering and integration services provided shalf include the fal(awing:
1) Enqineerinq and Confiquration:
a) Load and configure all required Wonderware softuvare companents. Load and upgrade the
existing Village of Tequesta inTouch graphics application.
b) Load and configure #he required DH+ DAServer campanents.
c} Load and configure a!I XLReporter process reporting software.
d} Load the new Winn 911 remate annunciation software and canvert #he existing SGADA
Alarm nn#i�cation configuration to Winn 91'i .
2� Testinq and Insta{lation:
a) Field instatfation of the n�w Development and Redundant SCA�A work stations,
b} Tes#ing of Upgraded Development and Redundant inTouch Work Stations.
cj Testing af the XLRepo�ter production reporting software.
d) Testing of the converted remote notification system.
3} OnSite Services
a) Coordina#ion of services with the ownet�s operations and maintenance personnel to ensure
a seamless transition from the old work stations to the new units.
�) Warrantv services
a} Warran#y and Main#enance se�vice for 90 days after instatlafiion.
Note�
Any unforeseen inTouch conf�guration and or programming changes required to make #he SCADA
system sofEware work in the new operating system environment wiil be eansidered add�ional services
and bitled at lSPs current on demand services rates.
___�_._.r___.�..._..___.�.___.___v......w. _._.�__,_.____�_.__._...�_...._.�.._..�_...�__..__..__.____------__._.._..__.__._ _�__._�....�_.___..__....�.....__.____._..__�_
�,sl������t i;�°cs�€�s r��r�csrs��at€ta� . 3 � z' <�. ;, w
�����,��'���;�� ���°�'����, ����. Village of Teqaesta — SCADA Upgrade
PRlCING AND DELIVERY
Pricing for the defined scape of services is provided as a fixed fee price. The project wili
commence upan receipt of the custvmers written purchase order. iSl request payment of 70% of
the total upon delivery of the up graded work stations #o the client site for instatlation. The
remaining 30% of the to#at will be due upon completion of a 3Q day acceptance period.
ISI's totai price for the execution of this project is:
Price ...............................................................$16,614.00 Totai Net
This proposal shall be valid for ninety (90) days fram propasal date.
This proposal is confidentiaf to tntegration Services, inc. for the express purpose of bidding the
subject project. The infarmation herein may not be disclosed to any other parties without the prior
written permission of Integration Services, Inc
____.__ ____�. �._.�.��_____ �_ --.__�,._._e_��.,�.�.�,._ .�__�___.._ ._.__.___�__.__.____.._.�.__�_w�._,�..__._._..__.._._..._.___�.._�._.____.._.�.__.__ ._..__..�._.._
�.�Ir;a�a��r� l�E•sa�€�s ���c��c�gat�car 4 � �' <, � t
E
R
L
�
0
L
�
L
Q
�+
R
L
� �
� L
i�+ �
C �
C �
a �
�.. c
� O
. a`� `n �
N L �
Y � N
� 03
q � �
�„, I � � �
W '
� �i C �
� � � � �
� v o � -F
:� `� �' °� � ° , :
tQ � � t
.�.. � c� � � o � �
� � N - �-�
a� �/�
U V� � � � v J `�- o ;
o � c t� N � c ° N a � A, �
. � � s` E
0
� � • � O � � � y .� `,�_'� _
� c ' '�
L O � .
.� i ,
f-' � = O (� '�"� � �
_ � .� c� �
t� v , Q .t?
�� � � + a `
\ )
� i/�
� � �
�^ �
i
��
, ¢
+IA�<4 J_�tF�^Of� ' I /� �a s
Y ._..-- „_ I:" s..l��.�'NZ Y.+Q��l�EiL�����S
$rian Cattahan
lotegration Cnncepts, tnc
Wonderware Southeast - Richmood Appiication Server 3.t �
CSiD296 S1306253 03J31�10
.�►co CERTIFICATE OF LIABILtTY INSURANCE DATE(NNYDDIYYYY)
07/21/20'i 5
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY APID CONFERS NO RIGHTS UPON THE CERTIFiCATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTETID OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICA7E OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN TME ISSUING 1NSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate hoider is an ADDITIONAL INSURED, the policy(ies) must be endorsed. It SUBROGATlON IS WAIVED, subJect to
the terms and conditiona of the policy, certain policies may requlre an endorsement. A statement on this certifiCate does not confer rights to the
certificate holder in Ueu of such endorsement(s .
PRODUCER ONTA T
LaPlante AgenCy ��E �ess�e Clemons f �
. 7 796-8586 q� N 727)797•1412
2715 State Rd 580 E�a�
Clearwater, FL 33761 6R SS: ��e apla�tea ency.com
License#: A149680 �NSI►RERS AFfORDIN6COVERAGE ruucn
_ n+suneRn: Northfield Insurance om an
INSURED iNSUaeRS: MAPFRE Ur8 C O 1
Integration Services Inc wsu�RC: Torus National Insu nce C m an
3022 Russet Pass INSURER D: FIOrldB CItrUS Business & Industries Fund
Lakeland, FL 33812 nrsu�Re: Executive Risk Ind ni In
MISURER P :
COVERAGES GERTIFICATE NUMBER: 00000000-0 REVISION NUMBER: 25
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CQNTRACT OR OTHER DOCUMENT WITH RESPECT TO WHtCH THIS
CERTIFICATE MAY BE iSSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICtES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCIUSIONS AND CONDITVONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
�ITR '1YPE OF INSURANCE POUCY NUMBER MI� Y E � MM � E � UMITS
A �( COMMERCiAlOENERALL1ABIlRY y�� WS110638 12/31/2014 12f31/2015 EACHOCCURR6f�E S � ��Q �00
c�anns•naw� � occuR PREMISES Eaoccwrence s 1Q0 OOQ
---- ------ — I�D EXP (Any one Person) $ 5 �QD
PERSONAI&ADVINJURY a EXCLUDED
GEML AGGREGATE LIPAIT APPIIES PER: GENERAL AGGREGATE $ Z OOO OOO
X POLICY n y Ea � LOC i PRO�UCTS-COMP/OPAGG s EXCLUQED
OTHER i a
B AUTOMOBILE LL4BILITY 4150120007280 12131/2014 1?J31/Z015 Ea d c� z 1,000 000
ANY AUT6 • BODILY INJURY (P� persai) $
--- � - --� - --- ----- - -- -- .. .. _ .
AUTOS NED X A�ODULED I BODILV INJURY (Per accident) 3
X NIREDAUTOS X Al1TOS� I � PROPERT'DAMA6E a
$
`^ UMBRELLALIAB pCCUR � 87201E131AL1 12131/2014 1?l31/2015 EACHOCCURRE�E $ � Q������
X EXCE89LIA8 �( �p��.MqDE ' AGGREGATE $ ��OOO�OOO
DED RETENTfON$ I y
� n"�u EMPL01'ERS � 10651140 12t3112014 1213112015 X' PER oR -
ANY PROPRIETORlPARTNERIEXECUSIVE Y/ N I E.L F1�CH ACCIDENT $ 1�OOO�OOO
OFFICERIMEMBER EXClUDEO? � N �A
(MandatorylnNH} I E.L.OISEASE-EAEMPLOVE $ �
Ifyes describe under _. _ --- -- ------- - --
�ESCRIPTION OF OPERRTIONS below � E.L. DISEASE • POLICY LIMIT $ � OOO OOO
A Contents I 11�$�10638 1?/31/2014 12/31/2015 Ded5700Q/5% $Q,000
E Professional Liab 82344107R2014 12l31I2014 12137l2015 Each ClaimlAgg 1,OQ0,000
DESCRIPTON QF OPERAi1QN8 7 LOCAilON3 / YEHICLE3 (ACORD 701, Ad0lfianal Remarks Schedule, may b6 attathed N more apate is roqulred)
Viilage of Tequesta is included as Additional lnsured with regard to General Liability.
CERTIFICATE HOIDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEIIVERED IN
Village of Tequesta ACCORDANCE WITH THE POLICY PROVISIONS.
345 Tequesta Drive
TequBSta, FL 334$9 0.UTHORIffD REPRESE TATIVE
� JLC
a 198&2014 ACORD CORPORATlON. All Nghts reserved.
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
Printed by JLC on July 21, 2015 at 09:27AM
�`, � i��a�� �� ',.�,� „
, � o �.,
�� I ' � '
x
_ �
� �.
,��� .
. y
0
.
�
. .
,
�.
E.
N'� i
. .. . , . . . . .. . _, .
: > kr -
P' y _ � R � , f ,
� � �.
� 1 _
g � �a� � �� � � -
.> ',�.- .R �,
i
. '- � � ti , - - .
� _
� ''� i �
. . .. . � n�� , %..ri, , ;:�' �:r.
,,�:: `,> =.:.�';,".
., . s�x" ..
July 1, 2013
David Harris, Projeck Manager
Integration Services, Inc.
645 E. Alexander Street
Plant City, Florida 335fi3
Re: Contract 2013000307 — Wonderware/SCADA Suppar# Services
Dear Mr. Harris:
Please accept this ►etter as authorization from Charlotte County for tntegration Services,
Inc. to make availabie to all government agencies, departments, and municipalities the
above contract in accordance with the same prices, terms, and canditions. it is
understvod that each governmental entity witi establish its own contract with your firm,
place its own orders, be invoiced therefrom and make its own payments in accordance
with the terms of the contract established between the gavernmental entity and your
firm. It is also hereby mutuaHy understoad and agreed that Charlotte County is not a
legally bound party to any contfactual agreement(s) made between your firm and any
local entity other than Charlotte County Board of County Commissioners.
If you have any questions, please feel free ta contact the Charlotte County Purchasing
Division at 941-743-1374.
Sincerely,
� `a�ZiO�t/V [
imberly A. Corbett, C.P.M., CPPB
enior Division Manager — Purchasing
�$��a-�� ��:�x���g:¥ ;���'����i�r;�
{ �4,.>t�t���P1�,�:Y?t.+�1.�.[�!! i �>l:',���I�.§:.b��,`-b#r�l3��P��°�1
18500 Murdock Circle, Suite 344 � Port Charlotte, FL 33948-1068
Phone: 941.743.1378 � Fax: 941.743.1384
- ��� �?; Board of County Commissioners
�.
���`� �#� ����� Request for Quo�ation oa� 05/22J13
�� . i _ Q �
� THIS IS NOT AN ORDER
�... :�:
��:��� <.,..:� ' Page: 1 of 9
RFQ #209 3000307
Chariotte County Purchastng Division CoMact Person: Carole A. Smith, CPPB
18500 Mutdock Circie, Room 344 Senior Contract Speciatist
Port Charlotte, Florida 33948-1094 Contact Phone: 941.743.1373
Contact Email: �arai�.�rne�h e;t��rio#�f1.c�a�
FAX: 941.743.1384 Repfy No Later Than: June '{ 2, 2013 � 3:Q0 p.m. (EST)
Scope ofi Services
WONDERWAREiSCADA SUPPORT SERVICES
PURPOSE: It is the intent of Charlotte County to secure the services of a firm capable of providing services specific to its
Utitities Plant WonderwarelSCADA operations as described within the Scope of Services.
QUOTE PRtCESfCERNIS OF CONTRACI': Quoters shall quote unit prices, F.O.B., Des6nation. The prices quoted shall
include Contractor's costs for all transportation, labor, materials and equipment used in delivering said materials and
services. The term of this cont�act shaN be from date of award up through and including September 30, 2014, with an option
to renew for two (2) additionaf one (1) year terms, by mutuai consent, at the same prices, terms and canditions.
PRE-QUOTE CONFERENCE: A pre�uote conference will be hetd on June 4, 2073 at 9:00 a.m. (ES't� to answer questions
and discuss the requirements of the County, in the Charlotte County Purchasing Division Conference Room, 18500 Murdack
Circle, Suite 344, Port Charlotte, Ftorida. Attendance of this meeting is not mandatory; however, interested quoters are
encouraged to attend.
EXAMINATION OF DOCUMEN7S t SITE: Prior to the submission of a Quote Form, Quoter shall examine #he documents,
visit the site of the work, and fu11y inform themselves as to all existing conditions and limitations that affect the work to be
perFormed under this cantract. Failure to famiEiar�ze hirnself/herself with condit+ons will in no way relieve the successful
quoter from the necessity of furnishing any materials or performing any work that may be required.
N01'ICE 70 PROCEED: A Notice to Proceed, or Purchase Order, shall be issued bearing the agreed-upon commencement
date. No work under the Contra�t shali begin until after the Notice to ProceedlPurchase Order has been issued.
RESERVE� RIGHTS: The County reserves the right fo accep# or reject any and/or all quotes, to waive irregularities and
technicalities, and to request resubmissian of quotes. Rlso, the County reserves the right to accept all or any part of the
quote and to increase o� decrease quantities to meet additional or reduced requirements of the Counry. Any sole respanse
received the first submission date may be rejected by the Counry depending on available competition and timely needs of the
County.
FORM OF CONTRACT: The sufamitted Quote Form signed by the Quoter, together with the complete quote package
furnished by the County, shall constitute a binding contract. The Quoter shalR be required to perforrn according to the
Quoters submitted Quote Form and the County's quote package.
ARITMMETIC DISCREPANCIES: For the purpose of initial evaluation of quotes, ihe #ollowing will be utilized in resolving
arithmetic discrepancies found on the face of the quote forms as submitted by quoters:
A. Obviously misplaced decima{ paints will be corrected.
B. In case of discrepancy between unit price and extended price, the unit price will govern. Apparent errors in extension
wiiV be co�rected.
1 RFQ No. 2093000307
C. Apparent errors in addition of lump sum and extended prices will be correcEed.
For the purpose af quote evaluation, the Counry will proceed on the assumption that the quoter intends his quote be
evaluated on the basis af the unit prices, extensions, and totals arcived at by resolution of arithmetic discrepancies as
pravided above, and the quote will be so reflected on the tabulation af quotes.
CANCELLATION: The County shall have the right to unifaterally cancel, #erminate or suspend this Contract, in whole or in
part, by providing the Contractor thirty (30) days written notice by certified mail,
PUBLiG ENTITY CRtMES: In accordance with Florida Statutes Sec. 287.133(2)(a), "A person or affiliate who has been
placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid an a contract to
pravide any goods/services to a public entity, may not submit a bid on a contract with a public entity for construction or repair
of a public building or public work, may not submit bids on leases of rea! property to a public entity, may not be awarded or
perform work as a contractor, supplier, sukacon#ractor, or consultant under a contract with any pubiic entity, and may n�t
transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two, for
a perioc! of 36 months from the date of being placed on the convicted vendor IisY'.
EQUAL EMPLOYMENT OPPORTUNI7Y: Charlotte Caunty, Florida, in accordance with the provisions of Title VI ofi The Civii
Rights Act of 1964 (78 Stat. 252) and the Regulations of the Department of Commerce (15 CFR, Part 8) issued pursuant to
such Act, hereby notifies ali quoters that it will affirmatively ensure that in any contract entered into pursuant to this
advertisement, minority business enterprises wift be afforded full opportunity to submit quotes in response to this
advertisement and wifl not be discriminated against on the grounds of race, coior or national origin in consideration for an
award.
All quoters are hereby notified that the successful quoter (Contractor) must and shall comp{y with the Civil Rights Act of 1964,
the Age Discrimination in Employment Act, the Rehabilitation Aet of 1973, the Americans with Disabilities Act and the Florida
Civil Rights Act, aA as amended. SpecificaNy, Contractor agrees thai:
• No person shall, on the grounds of race, color, sex, religion, age, disability, national origin or marital status, be
excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any
p�ogram, activity or service funded through this Contract.
• Contractor will not discriminate against any employee or applicant for employment because of race, color,
religion, sex, age, disability, national origin or marital status. Contractor agrees to post in a conspicuous place
available to employees and applicants for employment, notices setting forth the provisions of this non-
discriminatian cfause.
• Contractor will, in all solicitations or advertisements regarding program activities, services provided or
applications for empfoyment, state that all qualified applicants will receive consideration for services or
emplayment without regard to race, color, religion, sex, age, disability, national origin or marital status.
• Caunty may require Contractor to submit reports as may be necessary to indicate non-disc�imination. County
officials wilf be permitted access to Contractors books, records, accaunts and other sources of information and
its facilities as may be pertinent to ascertain compiiance with non-discrimination laws.
lt is expressly understood that County sha11 have the right to terminate fhis Contract upon receipt of evidence of
discrimination.
SCOPE OF SERVICES: The Charlotte County Utilities (CCU) SCADA (Supervisary Control and Data Acquisition) Sysiem is
an afrangement of hardware and saftware designed to provide reat time monitoring and control access to multiple water and
wastewater facifities. In addition, it is also responsible for alarm not�cation and critical data colle�tion required by
government agencies.
Currently, there are nine (9) facifities (water, wastewater, and booster stations) located that may require various services.
The Counry reserves the right to add or delete facilities as needed.
Successfu! firm shall provide seroices specific to its Utifities Plant Wonderware/SCADA op�rations; to provide technical services
beyond norma{ software and hardware waRanty fevels inctuding the performance of product maintenance, troubfeshaoting and
functionality enhancements; and be part of the Wonderware Solutions Provider Program.
In submitting yaur quota6on, �rms sha41 provide the following:
• Eacperience and capabifities with Wonderware produc#s and services - Provide a detaited descrip#ion indicating the
type of services provided. Vendor must have Wondervua�e cert�cation, at a minimum. Include any Wonderware
2 RFQ No. 207300Q307
certifications with your submittat. List experience and capabilities incorporating programming modifications to
existing PLC and HMI programs, creation of new programming in the operation of a typical water/ wastewater
facility, and experience with integration of C7ata Flow Systems (DFS) programming with PLC/ FiMi.
• References - submit a minimum of three (3) recent (within the past five (5) years) references of prajects of similar
size and scope. Each reference shall include a project description, project location, name and phone number of a
contact person, total project amount, and completion date_ The County reserves the right to contact references.
• Response Time — Provide your response for both emergency and non-emergency calls, indicating whether the
response is remote or on site. The maximum response time far an emergency is 24 hours; the maximum iime for a
non-emergency is five {5) days.
• Cost — complete the pricing page of the quote form.
• l.ocal Preference — Charlotte Cou�ty has adopted a"Local Preference Policy". tf the firm affirms that it is a local
business, the Affidavit Claiming Status as a Local Business, which is included as a part of the quote form, must be
compieted.
SUBCONTRACTING, SUBLETTING AND10R ASSIGNMENT: The Contractor shall not subcontract, sublet or othennrise
assign more than forty-nine percent (49°�} of the Contract value.
TAXES: Charlotte County is exempt from Federai Excise and State Sales 7axes. The Cantractor shall assume liability for
Local, State, or Federal Tax that is applicable to the work.
ASSIGNRAEN7: This agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under
any circumstances by Contractar without the prior written cansent of the County.
PERMITS AND REGULATIONS: Permits and ficenses necessary for the prosecution of the work shall be secured and paid
for by the Contractor, unless otherwise specified. (A list of permit fees is attached.) The Contractor shall give all notices and
comply with al! laws, ordinances, rules, and regulations bearing on the conduct of the work as drawn and specified. If the
Contractor obseNes that the specifications and drawings are at variance therewith, he shall promptly notify the County in
writing, and any necessary changes shatl be adjusted as provided in the Contract for changes in the work. If the Contr�tor
performs any work knowing it to be contrary to such laws, ordinances, rules, and regulations, and without such notice to the
County, he shall bear all costs arising therefrom.
!t shall be the responsibitity of the Contractor to assure campliance with any FDOT specifications, OSHA, EPA, and/or other
Federal, State or County law{s), code(s) and ordinance(s), as each may appfy.
SAFETY AND HEAL.TH REQUIREMENTS: Charlotte Counry Safety and Health Requirements specificatly outline the
purpose, authorization, rutes, and techniques to be utilized by ail Cvntractors performing work for Gharlotte County. All
Contractors should become familiar with the contents of this program to ensure compiianae with its proc.edures. The
Contractar shall submit a Contractor HeaRh and Safety plan to the County prior to commencement of wark. (See atfached
requirements}
PAYMENT: All invoices will be paid in accordance wi#h the Local Government Prompt Payment Act (F.S. 218.74).
IPISURANCE REQi!lREMENTS: The Contractor agrees to provide insurance set forth in accordance with the requirements
herein. If the Contractor uses existing coverage to comply with these requirements and that coverage does not meet the
specified requirements, the Contractor agrees ta amend, supplement or endarse the existing coverage to do so. The type(s)
of coverage required is determined by the scope ofi the cont�act services.
Without in anyway affecting the indemnity herein provided and in addition thereto, the Contractor sha(I secure and maintain
throughout the contract term the following types of insurance with the limits shown: �
• Workers Comnensation/EmqlQvers Liabilitv — A program of Workers Campensation insurance or a state
approved self-insurance program inciuding employers' liabiliry wifh at a minimum
$1,000,000/$1,0OO,OdO/$1,000,000 limits covering all persans including volunteers p�oviding services on
t�ehalf of the Contractor. Caunty has the right to require higher limits i# deemed necessary due to the
exposure of the scope of work. If Contractor has no employees, it may certify or warrant ta the County that it
does not curren�y have any employees or individuats who are defined as employees under Florida Statttte
440 and will not acquire any employees during the course of the contract, the requirement for Workers
Compensation may be waived by the Risk Manager. On projects that require the endorsement of the US
Longshoremen and Harbors Workers and Jones Act, Contradors must provide endorsements before starting
work. '
3 RFQ No. 2013000307
• Commercial General Liabilitv — The Contractor shail carry General Liabiiity insurance covering alt
operations per�ormed by 8r on behalf of ihe Contractor providing coverage for bodily injury and property
damage with a combined single limit of not less than one miUian doRars ($1,OOQ0(}0} per occurrence and an
aggregate of not less than two million dotlars. The policy shall include:
o Premises operations and mobile equipment
o Produe#s and compfeted operations
o Properiy damage inciuding completed operations
o Explosion, collapse, and underground hazards (based on exposure}
o Personal injury
o Pol{ution iiability
• Automobile Liabilitv Insurance — Primary insurance coverage shall be written on tS0 Business Ruto
coverage form for all owned, hired and non-owned automobiles or symbo( 1{Any Auto). The palicy shall
have a combined single limit of not less than one miilion dollars ($1,OQO,OOQ) for bodily injury and property
damage per occurrence.
o Pollu#ion liability limit of not Isss than $1,000,000.
!f the Contractor owns no automobiles, a non-owned auto endorsement to the General Liability palicy
described above is acceptable.
Additional Insured — All poiicies, exceptfor the Workers Compensation shall contain endorsements naming the County and
its officers, employees, agents and volunteers as additionat insured with respect to liabilities arisi�g out of the performance of
services cnntained herein. The additional insured endorsemenfs' shal! not limit the scope of coverage fvr the County to
vicarious lia6ili#y but shalf atlow coverage for the Gounty to fu1! exfient provided by the policy. Such additional insured
coverage shall be at least as broad as Additional tnsured(Form B) endorsement form ISO, CG 20 10 11 85 or other
Additional {nsured endorsement that meets Risk Management approvel.
� Waiver of Subros�ation Riahts — The Contractor shail require the carriers of required coverage's to waive atl
rights of subrogatian against the County, its o�cers, employees, agents and vokunteers, Contractors and sub-
Contractors. All generaf or auto {iability insurance coverage provided shali not prohibit the Contractor and
Gontractors employees or agents from waiving #he right of subrogation prior to a loss ar claim. The Contractor
hereby waives all rights of subrogation against the County.
� Poficles Primarv and Non-Contributorv — All palicies required shaN be primary and not contributing to or in
excess of any Coverage County may choose to maintain.
� Severabilitv of Interests — The Contractor agrees to ensure that coverage provided to meet these �equirements
is applicable separately to each insured and there will be no cross liabifity exclusions that preclude coverage for
suits between the Contractor and the County or between the County and any other insured or additional insured
under the poficy.
� Proof of Covera�e - The Contractor shall furnish Certiflcates of Insurance to the Countv Purchasincl Division
evidencing tfie insurance coverage inGuding endorsements, as required, prior to the commencement of
performance of services herein, which certificates shalf provide that such insurance shali not be terminated or
expire without notice thereof in accordance with the policy provisions and Contractor shall maintain such
insurance trom the time the Contractor commences performance of services untit completion of such services.
Within seven (7) calendar days of notice of award, the Contractor sha11 furnish a copy of the Declaration page for
all applicable policies and wiil prov+de complete certified copies o# the policies and endorsemenfs immediately
upon request.
� Acceptabilitv of insurance carrier — Unless otheravise approved hy Risk Management, tnsurance shatl be
written by insurers authorized to do business in the State of Florida and with a minimum Sest Insurance Guide
rating of "A- VI1°.
� Deductibles and Self-Insured Retention — Any and aU deductibles or self-insured retentions in exc�ss of
$9Q,000 shal! be declared to and approved by ftisk Management.
� Faiiure to Procure Coveras�e — In the eve�t that any policy of insurance required under this contract does not
comply with the requirements, is not procured or is cancetied and not replaced, the County fias the right but not
the obligation or duty to terminate the contract or obtain insurance if it deems necessary and any premiums paid
4 RFQ No. 2013000307
by the County will be promptly reimbursed by the Contractor or County payments to the Contractor will be
�educed to pay for County purchased insurance.
� Insurance Review —)nsurance requirements are subject to periodic review by fhe County. The Risk Manager or
designee is authorized, but not required, ta reduce, waive, or suspend any insurance requirements whenever
Risk Management determines that any of the required insurance is not availaDle, is unreasonably priced or is not
needed to protect the interests of the County. tn addition, if Risk Management determines that heretofore,
unreasonably or unavai{able types of insurance coverage or coverage limits become reasonabiy priced ar
availabie, the Risk Manager ar designee is authorized, but not required, to change the above insurance
requirements to require addi#iona{ types of insurance coverage or higher coverage limits, provided that any such
change is reasonable in light of past claims against the County, inflation, or any other item reasonably related to
the County's risk.
Any change requiring additional types of insurance coverage or higher coverage limits must be made by
amendment to this contract. Contractor agrees to execute any such amendment within thirty (30) days of receipt.
Any failure, ac#ual, or alleged, on part of the Counry to monitor or enforce compliance with any of the insurance
and indemnification requirements will not be deemed as a waiver of any rights on the par to the County.
UNAUTHORIZED ALIEh WORKERS: Charlotte County wiit nat intentionally award publicly-funded contracts to any
Cant�actor who knowingly employs unauthorized alien workers, constituting a �iolation of the employment provisions
contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of khe Immigration and Nationafity Act ("INA")J. The County shall
consider employment by any Contractor of unauthorized aliens a violation of Section 274A(e} of the INA. Such violation by
the Contractor of the empioyment provisions contained in Section 274A(e) of the tNA shall be grounds for termination of this
Agreement by the County.
EMPLOYEE BACKGROUND CHECK: If an owner, except a stockholder in a publicly traded corporation, or an employee of
the Contractor has been conv9cted of any offenses requiring registration as a sexual affender or sexual predator, regardless
of the tocatian of conviction, the Contractor shall ensu re that the offender's or preclatoPs work on the project is c:onsistent with
the terms of his proba#ion and registry requirements.
CRITERIA FOR AWARD: Award shall be made to the fi�m that, in the County's judgment, best meets the criteria specified
beJow and which, in the County's opinion, best accommodates the County's needs and interests. The decision shall rest
SOLELY with the County and the County resenres the right to modify or reject any proposal submitted to it for consideration.
With 100 being a perfect score, submittals will be awarded based on the following formu�a:
C�iteria Polnts
A. FIRMS'S EXPERIENCE/CAPABILiT1ES 1- 25
B, REFERENCES 1 -1 Q
C. COST 1 - 45
D. RESPONSE T#ME 1 -10
E. 'IOCAL PREFERENCE 0 or 10
*Charlatte Counry has adopted a"Locat Prefere�ce Policy". if the firm affirms that it is a local business, the Affidavit Ciaiming
Status as a Loca1 Business, which is included as a part of the quote form, must be compteted.
NOTE: Firms shaii prepare their quotations in the format as listed above.
The County reserves the right to reject the quote of any quoter who has previously failed to perform properly, or on time,
contracts of simi{ar nature; or who is not in a position to satisfactorily perform the contract. If, after the due date and time, the
lowest quoter is deemed non-responsible by the County, such quoter shall receive written notice from the Gounty of this
determination. The quoter shall have five (5} business days from the date of this notice to dispute the determination and to
provide to the County any additionat information it deems relevant regarding the quoter's responsibility. The Caunty shall
make a final determination regarding ihe quoter's responsibility at the time o€ award of the contract.
5 RFQ No. 201300030T
QUOTE PRICES: Haurly rates must inctude all travel related expenses, meal ailowances, hotel rooms, and any other
relevant out of pocke# expenses.
Hourty Rates:
Praject Manager $ � 3_� per houT
�isld Service Technician $ } �Z `� aer hour
Field Service Engineer $ �� ner hour
Other Expenses:
Site Visits (if applicable) $ � �er hour
Notice Needed prior to Commencement of Work: � calendar days
Non-Emergency (remote�
Non-Emergency (on site) 2 calendar days
Emergsncy (remote) Z- hours
Emergency (on site} y hoprs
tf notified af the accep#ance of this quote form, the undersigned agrees to execute a Contract for the stated compensation in
the form as prescriDed by the County. The signature below is a guarantee that the Quater will not withdraw his/her quote for
a period of thirty (30) days after the scheduled quote due date.
Please indicate by (�) that you have inctuded the following documentation with your quote:
( � Ce�tification Letter
{� References
{) Business Tax Receipt: (Only required if claiming status as a"Locai Business" and must be vaild for at least six
months prior to the bid submission)
Local Business Status: If Quoter affirms that it is a local business as defined on page 8 and in accordance with Ordinance
2009-005 adopted by the Charlotte County Board of Commissioners and filed with the Secxetary of State on February 17,
2009, and Ordinance 2008-041 adopted by the Cha�otte County Board of Commissio�ers and filed with the Secretary af
State on Oc�ober 19, 2009, then the Affidavit Claiming Status as a Local Business, which is included as a part of this qua#e
padcage, must be completed and returned.
❑ Yes, our business qual�es as a Local Business and has completed and attached the `Affidavit Ctaiming Status as a
Local Business' as a paft of our submission.
� No, our basiness d�s not qualify as a Local Business.
l�
DUE DATE: Please fax quote to the Purchasing Division at 941.743.1384, addressing it to the attention of:
Garote A. Smith, CPPB, Senior Contraci Specialist
Quote must be received no later than 3:00 p.m. (ES�, June 12, 2013
QUOTE RESUL.TS: In accordance with Fiarida Statues, Section 119(1)(b�2: Sealed bids, proposals, or replies received by an
agency pursuant to a competitive solicitation are exempt from s. 119.07{9) and s. 24(a), Art. I of the State Constitution until
such time as the agency provides notice o# an intended decision or until 30 days after opening the bids, proposats, o� #inal
repties, whichever is earlier. Upon release of the intended decision, if you wish to obtain the quote results, you may do so by
visiting our Website at �vwev.ch�ric�fitecaunt�r#Lcomf�urci�asina under "Purchasing Bids Online", document number 133074.
Plo information regarding the subrnittal will be divulged over the telephone.
,
Quoter's Name• �'� �,�"� �' ° � '`�'���r v � c e_5 � ��%i�-N �. .
{Th[s pa� to be retumed)
g RFQ No. 2013000307
HOLD EiARMLE S AGR�,E�MEPtT. �
�t'`�'�`z,;' �a ��'�'�'� c�� �-^'•i •(name af firm}, it's o�ficers and mem[�rs shali, through the signing of this
document by an autharized pariy or agent, indemnify and hold harmEess Charlotte County, a poli4+cai subdivision of the state
of Ftorida, its officers, agents, empioyees, and voluntesrs, from liabiiities, damages, fosses and costs, including, but not
{imited to, reasonable attorneys' fees, to the ex#ent caused by the negligence, recklessnes$, or intentionat wrangfui
misconduct of „�s (name of firm)and persons empioyed or utilized by i 5% (name af �rm} in the
performance of this contract.
.� � (name qf firm) ag�ees that the �irst tes� dol{�fs {�10.00) of com�ensation received under this con#ract
repr�sents specific ctrnsideration for this indemnification obtigation.
7ype af Organixatian (Please Check On�): lndiv�d�al t)wnersh€p Jaint Venture
Partnership Corporation L-�-'"
r
Name of Quating Firm:_ -3-- �� c� f a.� t� =: S,� ;� �, �-.e. s _�.=rv c.
Maiting Ac�dress �`� � �. 1� l �e x.. ti:,�c.� e� {� �--
Lacatian Address: �n `�' � � . �1-� K. e,,:� � c - `i �-,
City & State: _ f� c..� �- C..�� ti � L.^ Zip: ��3 ��. 3
�
TefephORe: � � `�J � 7 J :j _ � _. 1� S' u. S Fax Rluml�r $ � � •' "7 c� L.�,_ ts: � `� �}-
E-mail: '=�C.C� ��c�.�Ci*.f L' f � � s<e.� �.3 �-���; C,,t 5 , � `
� Z.
Signakure af person authoriaed �o bind f,he Gampany:
Print name ar�r# tifte of pearson above. �'3t' � c�...`• �; , l t 3 c, it �. � i���..�.+, �. a_�^�
Q3te' �r..' _ _ 3 2 ` ► ? j
{7�is page io be returned)
� RFQ No. 2013U0(1307
aFFi�AViT
Claiming Status as a locat Business
8idder a�rrns that it is a local business as defined below and in accordance with the follawing: �rdinance 2009-0U5 adopted
by the Chartotte Caunty Board of Commissioners and fited with the Secretary of State on February 17, 2009; and Ordinance
2009-041 adopted by the Charlotte County Board of Commissioners anci filed wi#h the Secretary of State on October 19,
2�09.
Local Business Definition:
Local business means the company has a valid Business Tax Rece+pt issued by Charlotte County, Sarasota County or
DeSo#o County for at least six months prior to the bid submission to do business within Charlotte Coun#y, Sarasota
County or DeSoto Counry that auEhorizes the business to provide the services or goods, and a physic8t business address
located within the limits of Charlotte County, Sarasota County ar DeSoto County trom which the business operates or
performs business. Post Office Baxes are not ver�able and shatt not be used for the purpose of establishing said
physical address. In addition to the foregoing, a business shall not be considered having a"LocaV Business" unless it
contributes to the economic development and well-being of these Counties in e verifiable and measurable way. Vendors
shaEl affirm in writing their comptiance with the foregoing at the time of submitting their bid to be eligible for considera#ion
as having a"Local Business". A business that misrepresents the local preference sta#us of its company in a bid to the
County wi{I lose the privilege to claim tocal preference for a one year period.
If requested by the County, the bidder will be required fo pro�ide documentation substantiating the information given in this
affidavit. Charlotte County resenres the right to request supporting documentation as evidence to substantiate the
information given in this affidavit. Failu�e to do so wil{ result in the bidder's submission being deemed non-responsive.
Cornpany Name:
Signature:
Titte:
Ye�r Business Established: Circle the appropriate Couniy: Charlotte DeSoto Sarasota
State of Florida
County of
Sworn to and subscribed before me, a Notary Public, for the above State and County vn this
day of , 20
Notary Public Commission Expiration
{Affix Official Seal)
The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this
affidavit to interrogatories hereinafter made.
This page to be returned only if Contractor is claiming a Local Business Status.
� RFQ No. 2013000307
SOURCE OF �UPP�Y AND SUBCUM'RACTQF2S
The fnllowing sources o# sup�ly and subcontractors shail be used for WdNbERWARE(SCAQA SUPPORT SERVIC�S. {{f
quoter does not have a source of suppty or subcontractor, insert "ta t�e determined", When source or su#�cantfira�cactor is
determineci, se4ection will be sub}ect to County approWal. !f not applicabte, please state I�fa}.
Source of Suppb Subcon#ractor(s)
t � ' �
�. S.�1D"���-@. ��5inrv�^-e+,��'�au.J ��. tills
2 2.
�. 3.
4. . �•
5. 5 .
6. �'•
DR'l!G Pi2�E WQRKPI..AC� FORM
The un�fersig�ed vendor ir� aGCOrdance with Etoride Statute 287.Q87 hereby certifies that �`���a`�+ �+.-� �'� ��; ce �.lx� �,
{name af business) does�
1. Pubtish a statement not(fying empiflyees that fhe unla*nrful manufacture, disfibution, dispensing, pnssession, or use of
a cantrolled substance is prohibited in t#�e workplace anc! speafying the actioRS that wiit �#aken against empfayees for
vialations af such proh�itior►. �
2. fiform em�(oyees ab�ut #he dangsrs .of drug abuse in the workplace the business's policy of ma€ntaining a drug-free
workpiace, any availabie drug counseting, rehabi{itation, and empbyree assistance pFagrams, and�tt�e penalties tliat may be
irnposed upon emptoyees for drug abuse violations.
3. GiVe each smpioyee engaged ir► providing the eommodities or contractuai services that ace urider bid a copy of the
statement speafied in subsec�ion (1).
4. tn #he stat�ment specified in subsection (ti}, notify the empbyees that, as a conditian of wrarking on the commadities
or a�ntractua) services #hat are under bid, the errsployee wil4 abide 6y the terms of the statetnen# and wiil �oMy the emp(oyer of
any canvir.�on af, or ptea of guilty ar r�olo contettdere Ea, ar�y viotation of Chapter 893 �sr of any controlled sutistance faw of the
tJnited States or ac�y stste, #or a vioiation occurring in the avorkptace no later than fve {5} da�!s after such convictian.
5. tmpose a sanction on, or require the satisfactary participation in a drug abuse assistance or rehabi�ita�ion program if
such is avaltable in the smployse's community, by any employee who is so cQnvic#ed.
F. Make a gaac! faith effc�rt to continue ta maintain a drug-free wwkpiaoe through implemerMafion caf this section.
As the person authorized to sign the statemeot, I eertify that this fi m�iies fuf{y with the above requirem .
�
Signature
Dated � .�Z /�l 3
t.�uoter's Ptame• ����� �
(TiUs page to be returned} _
g RFQ No. �730Qfl3QT
�°`�`�<'� s �'' • Board of Goun#y Commissioner�
'�:� ; .. ---
����;�: R.ecgu�st fc�r Quotation
.����, ,, �: as�o7i� s
r,.;.:�x
� µ ��� THIS IS NQT Afd ORDER
, ��..,
ti:. �� Page: 1 of 1
R�Q#2013000307
Char{otte County Purchasing Division Contact Person: Carole A. Smith, CPPB
18SQ0 Murdack Circle, Room 344 Senior Contract Specialist
Port Charla4te, �larida 33948-3094 Contact Phone: 949.743.1373
Email Addeess: c�rvie.��ait� c�t��tc��e��.�a�r�
FAX: 9�1-743-7384. Repiy No Later Than: Jane 12, 2013, 3:00 p.m. (ES'n
ADDENDUAA #1 — WONDERWAREJSCADA SUPPORT SERVICE3
Tv: All tn#erested Quoters - Quoters are hereby notifled that this Addendum shalE be made a part of the above named
quote documsnts. 7his Addendum is issued to add to, madiiy, andlor clarify the quote documer�ts. These items shal! have
the same force and effect as the o�iginal quote doaaments.
ClARIFICATtONS — List of Equipment Currently Seing Used
• Wonderware Version 10.1, last installation date 2010.
• Bumt Store R0, Allen Sradley Controt logix and Compact Logix PLC's.
• Bumt Stpre WRF, Koyo Ditect Logix 405 PLCs.
• East Port WRF, Siemens 5Q5 PLCs (Nate: converted wiEh Atten Bradtey during expansion).
a Leachate WRF, None.
� West Port UVRF, Allen Sradley SLC 5D0 P�G's.
• Ratonda WRF, Allen Bradley Ca�tro! Logix and Compact Logtx PLC's.
Galaxy Senrer:
• Wonderwaas Application Server Ver 3.1.200
• Wonderware IndustrlalSQL 5erver Ver 9.0.002
• Wonderware InTouch Ver 10.1.240
AU other terms and conditions of the original quoting and contract documerrts remain the same. Please aciu�owledge receipt
of this addendum by signing and returning by fax io 941.743.1384 or email to earakV.srnit�char�oi�ett.
Piarr� ogQuottng firm �,����.�"'"^�°"�° ,s'�.�''� .G''%'� ��,
Maliing Address � `'�� /°� ��� �e'
Location Address ���g Jc"..�`��. .��'..s
City & State ��•°�*r �.ri ,�;,�' .��-- Zip ,��'
Telephone „�g� �3�5 � �'y' Fax Number:
NameITitle of person autho�ized to bind the Company: ,��.�'�°'� �. ^�---�� .�'� �'�'�"`^°"''
Signature of person autho�izeci to bind the Compa�y: .��,. .� _��° �'�
Date� � �l�. �.�+,r',�
Email Address: ��4�t �L,�,�..l.���'..���dt3�,.� �i'�
(Fax acknowledgeme�rt of Addendum 40 841.743.1384 oe emait to �ar�r��.s�taath, �,c�artcaf#��E,ccrrra
(Page to be compfeted and re4urned}
RFQ P10. ZQISDOQ30T
Addendam #1
� �. ,e , i� 4� I�� � I���I��Ifi " P( �
� � r��l � r.
�� �` �t,_� � �� �� `
���
. �:
-^+a�� �L �4
Y � ;'
� �-.,. � '. , .
d. Y-
``"'�E�i � � ` ��I
��: V ; . ' - �-r
_ . Y � • � �x-' ' II
c�' d .f
`°'�....�" ���°�`
. .., .
� ;��s,.
�`3 �
��� ���
.1Uit$ Z9, 2�1 �
Brian Cailahan, Sr. Syskems �ngineer
Integration Services, Inc.
3C}22 Russ�t Pass
�akeiand, Florida 33$12
Re: Renewal af Contract Na. 29130Qt13Q7 — WandernrarelSCADA Suppart Services
Dear !�lr. Cailahan:
This letter shali serva as �otificafion af official acceptance by ths Caunty Administrator of rene�ral of the
above Cantract with your firm. By accaptance of the above, the parties hereby amend Gontract
201300D307 as fallows:
#T��ti 1 Cor[tract #o be extsnded for an additionai term for #he period Qc#ober 1, 2016 up to and
ir�cluding Septemb�r 3fl, 2�18.
l7�i�9 2 A(I oth�r terms and conditions not in canflict wi4h the above tra remain the same.
You� signatura bei�V✓ sepresents your concurrence wiih and acceptance af the terms set forth in this
letter and the originai Contract Documents. Sign and return either by fax to 941.743.1384 or by emaii
to caroS�.srnit�char{attECOUntvfl.aov.
!f you have any questions or concerns, please da not hesitate to cc�ntact Carole A. 5mith, Senior
Gontract Specialist for this project.
Yours t ���y,
�
�
.. irnY� rfy A. Corbett. C.P.M.. CPPB
'�r�s �� Qivision Manager - Purchasing
KACieas
APFfit7VED FOi� REN�NAt, THRU AND
INClUt711�G SEFTENfBER 3Q, 2016
,- .�
Signattare_�'�,��� p �.�._L�"�� � �.�..�...
_..�._. _
_,
(��te � �'°�?��''.�` '�= a/�
r. a..�_.�.� _ _ _.__ �.�....�.�
cc: File
�
185Q0 Murdock Circ(e, Suite 344 � Por� Charlotte, FL 33448-10b8
Phone: 941.743,1378 1 ��x: 941.743.1384
�wi ��.� , . , , � , z
,' �
2015 Rate Schedule Integration Ser
; ,�
Revised: January 1, 2015 Advaraced Process I l '
Page 1 of 3
�
�
i�' �y�,.
Standard Service Rates and Terms '�
Integration Services, Inc. is a process automation and systems integration , _._ _ � `,
provider specializing in industrial and municipality process control systems, process
instrumentation and their communication with other plant and business systems. The
project and maintenance services provided to our clients are often quated on a la�mp st�m
and/or tinie and matericcl basis. This document outlines our standard fees for services
provided on a time as:d matertczl basis.
Consultation Services Fees
Con�i uration Servi�es , R�te
Consulting for System Design Development $135lhour
SCADA/ Control System Design
Automation Plan Development
Review of re ulator re uir�ment
Standard Integration Services Fees
Confi ura�ion Services ; ' , . . : . ' Itate
Advanced Control DCS & S88 Batch Confi uration $125/hour
Standard Configuration, DCS, PLC WIHMI $110/hour
Regulatory Logical
UO Database Development
Graphics Development
Reporting Development
Field En 'neearin� S+ervices . ' Rate
Offsite Remote Troubie Shootin $100/hour
Onsite Field Services $105/hour
PLC/ Server / Workstation diagnostics & Repairs
PLC Programming and or SCADA field changes
Network E ui ment troubleshootin and Re airs
Instrunnentationi & Commissionii� Seirv�ices ` Rate
General Onsite Services $95/hour
Instrumentation Calibration
Instrumentation & Control Troubleshooting
Fieldbus Commissioning & Diagnostics
Loop Checkout
Tuning
This standard rate schedule is for professional services. A new rate schedute will be issued effective January 1 of each
year and as necessary on an interim basis to account for new services or revised charges. Invoices wiU be submitted bi-
monthiy and are payabie when issued. All invoices not paid within thiRy (30) days of receipt will be subject to a service
charge of 1.5% per month.
Confidential Document
2015 Rate Schedule Integration Services, Inc.
Revised: January 1, 2015 Advanced ProcessAutomation
Page 2 of 3
&�'i�t� � .� � � tQ� ��El*[��CB$.�' _�> � ��",- � � '` �, �,� � � �s�, °r
�. �< � ,;.,�
Onsite & Offsite Services $75/hour
As Built Field Wiring / Instrumentation Documentation
CAD Services
Onsite & Offsite Desi n Services $110/hoar
� - � ;�. .�._' . �� . ��� �' y��� - .�& ._: 3_ � �,: , :� �
� `r=;��� �:. <:� � �, i#.:
, _ -;_- � ° - : -� . : ,.w.
Master Electrician $85/hour
7ourneyman $65/hour
Field Helper $50/hour
Overtime, Weekend and Holiday Premiums
The abave rates are valid during the Integration Services, Inc. normal business hours of
8AM to SPM, Monday through Friday excluding ISI observed holidays. Service
pravided outside of the proceeding times is subject to premiums as fallows:
• Saturdays or normal business days outside 8AM — SPM: 1.5 x Base Rate
• Sundays or holidays: 2.0 x Base Rate
Emergency Service Premium
Emergency service calls will be charged at 1.5 times the rate plus any additional charges
due to work outside of normal business hours. There is a minimum 4 hour charge for on-
site service and 2 hour charge for service via phone line. An emergency service call is
any request for service that is received less than 48 hours from the time of customer
request. Generally, 1 week prior notice for any service request is appreciated.
Miscellaneous Expenses
Subcontractors, Materials, Equipment and any project specific costs are charged at cost
plus an administrative fee af 14%.
Travel Expenses
Airfare, Hotel, Meals, Rental Cars, etc. are billed at cost. Mileage will be billed at
current IR5 allowed mileage rate.
This sta�xfard rate schedule is for professional services. A new rate schedule will be issued effective January 1 of each
year and as necessary on an interim basis to account for new services or revised charges. Invoices wiN be submitted bi-
monthly and are payable when issued. Ail invoices not paid within thirty (30) days of receipt wiil be subject to a service
charge of 1.5°� per month.
Confidential Document
2015 Rate Schedule Integration Services, Inc.
Revised: January 1, 2015 Advanced ProcessAutomation
Page 3 of 3
Project Changes
If the scope of a project changes, additional services or materials may be required or
requested to complete the project. Integration Services, Inc. maintains a project change
management procedure ta handle such circumstances. A Project Change Request (PCR)
will be issued for any deviation that has a significant effect on project capital, expense ar
schedute. The PCR must be reviewed and approved by the customer before work will
cammence.
Service Initiation
Integration Services, Inc. must have a suitable purchase order, contract or written
authorization with firm agreement on terms and condirions to begin work.
Cancellation Charges
Should the customer decide to cancel a project before completion, cancellation charges
will be assessed at the current rates for work completed but not yet invoiced or non-
returnable materials. The client will also be assessed for any re-stocking or
rniscellaneous expenses incurred by Integration Services, Inc. due to cancellation of the
project.
This standard rate schedule is for professional services. A new rate schedule will be issued effective January 1 of each
year and as necessary on an interim basis to account for new services or revised charges_ Invoices will be submttted bi-
monthly and are payable when issued. A11 invoices not pa'sd within thirty (30) days of receipt will be subJect to a service
charge of 1.5% per month,
Confidentiai Document
x F
Village of Tequesta
Date: 7/30/201
Purchase Order Requisition Date Purchase Order is Req'd: 8/11/201
(Not a Purchase Order)
Department: Water Treatment Plan#
*Revised November 14, 201 t
Req. #:
Quotes Received: N/A (See Attached
) Recommended Vendor: Vendor #:
Vendors Bids Florida Technical Cansultants, L�.0
Pig back Contract
Address: 10327 Trivero Terrace
City: Boynton Beach
State & Zip: FL 33437
Comments:
This is a request for an agreement between Florida Techncial Gonsultants, LLC and the VOT for the implementation of a
Computerized Maintenance Mana ement S stem CMMS for the Water Treatment Plant and Water Distribution.
P+g yback onto Cooper Cit Gontract #P14.005-GIS.
Manuf./
Available Balance
ltem Description Part# Qty. Unit Price Tota( Cost
Account # (Finance Use On/
Implementation 1$ 22,400.00 $ 22,400.p0 �{'Q�'�{ � 1� �p�,�� �j� J
$ -
$ -
$ -
$ -
$ -
$ -
$ -
$ -
Total: $ 22,400.00
Finance/Administrative Use Oniw
The Depa�tment Director's / Designee's signature be%w certifies that (1J thrs purchase order reqursition is complete and in compliance with the ViNage's
Purchasing Poticies and Procedures and (2) af! procurement requirements have 6een satisfred.
Department Director / Desi nee Si nature: � J� f �
The Finance Department signature below certffies fhat (1) thrs cequisition has been a Date: ( �
correct accounf numbers Rave been used and (3) there is adequate funding in the ac�ounts �sted.» authwized Dapartment Director / Dasignee, (2) that the
Finance Si nature:
Date:
Villa e Manager A proval: • --.--__,,_,,,� �
J ,.,,,_,._
Date: � f t
Village Council Approval:
Resolution #: Date:
�
.
�>
�
MemoYandum Utilities Depas�ttmertt
To: Village Council
From: Sam Heady, Deputy Director af UtiIities
Date: 7l27/1 S
Subject: Budget Cost Savings
Field Integration of Computerized Maintenance Management Systern
I respectfully present the foilawing memorandum to the Council.
As per the Florida Adrninistrative Code (FAC) 62-602.650 {4), a domestic water treatment plant,
distribution, and stortnwater system shall maintain a computerized maintenance management
system. The system will assign and track operations and maintenance work for all assets within
the plant and distribution system. The system will need to be accessible 24-hours a day by the
Department of Health or any other regulatory agency.
The system will need to be integrated into the Utilities water plant, distribution system, and
stormwater departments. This will entail collecting and convert all utility information into a
single format that the new software can manage and implement into the asset management
system.
Fiorida Technical Consultants will:
1. Collect and Convert existing data
2. Field Verification of existing infrastructure
3. Collect Data Required for Implementation (i.e.}
• Inventory of priority equipment and facilities and plant
• Create Maintenance Schedules
• Create Reporting forms
� Create Work flows
Cast for the technical consultant: $22,400
Budget cost saving will be used to perform the required task.
VILLAGE OF TEQUESTA
AGREEMENT FOR WATER PLANT GIS UTILITY ATLAS SERVICES
THIS AGREEMENT is entered into, and effective, this day af August, 2015, by and
between the VIL.LAGE OF TEQUESTA, FLORIDA, a municipal 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 "Village"; and FLORIDA TEC�-INICAL CONSiJLTANTS,
LLC, a Florida limited liability company with offices located at 10327 Trivero Terrace, Boynton
Beach, Florida 33437, hereinafter "Contractor".
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 Village and the Contractor both hereby agree to
enter into this Agreement whereby the Contractor shall provide professional services to assist the
Village in updating its GIS Utility Atlas and implementing the data into utility plant operations.
The Village will piggyback for the above referenced services off of Cooper City, Florida, Proposal
No. P14.005-GIS, which, pursuant to July 20, 2015 correspondence from the Contractor, attached
hereto as Exhibit A, is a current, ongoing contract for services. Cooper City, Florida, Proposal No.
P14.005-GIS is attached hereto as Exhibit B and is hereby incorporated into this Agreement as if
£ully set forth.
2. COMPENSATION: Pursuant to E�chibit B, and in consideration for the above
Scope of Services, pricing is as follows:
Work performed by a Project Manager / Trainer —$120.00 per hour for up to 100 hours.
Work perfonned by a Senior GIS Specialist —$110.00 per hour for up to 24 hours.
Work performed by a GIS Analyst —$100.00 per hour for up to 24 hours.
Work performed by a GIS Technician —$85.00 per hour for up to 16 hours.
Total not to exceed amaunt is $18,400.00 pursuant to E�ibit B.
The Village sha11 pay the Contractor after completion of the service, and within forty five (45) days
Page 1 of 4
of receipt of an invoice documenting the amount due, in accordance with Exhibit B.
3. INSURANCE AND INDEMNIFICATION: The Contractor shall provide proof
of workman's compensation insurance and liability insurance in such amounts as are acceptable to
the Village, and shall name the Village as an"additional insured" on the liability portion of the
insurance policy. The Contractor shall at all times indemnify, defend and hald hannless the
Village, its agents, servants, and employees, from and against any claim, demand or cause of action
of whatsoever kind or nature, azising out of enor, omission, negligent act, conduct, or misconduct
of the Contractor, his/her agents, servants, or employees in the performance of services under this
Contract.
4. PUBLIC ENTITIES CRIMES ACT: As provided in Sec. 287.132-133, Florida
Statues, 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-s'vc (36) manths immediately preceding the date
hereof. This notice is required by Sec. 287.133(3)(a), Florida Statutes.
5. TERMINATION; NOTICE: This Agreement may be terminated by either party
upan thirty (30) days written notice to the other party. Notice shall be considered sufficient when
sent by certified mail or hand delivered to the parties at the following addresses:
Village Contractor
Village of Tequesta Florida Technical Consultants, LLC.
345 Tequesta Drive 10327 Trivero Terrace
Tequesta, Florida 33469 Boynton Beach, Florida 33437
Attn: Director of Utilities Attn: James Barton, Managing Member
6. INDEPENDENT CONTRA.CTOR: 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 PrincipaUAgent is or shall be created hereby nor shall hereafter exist by
reason of the performance of the services herein provided.
7. ATTORNEY'S FEES: In the event a dispute arises concerning this Agreement,
Page 2 of 4
the prevailing party shall be awarded attorney's fees, including fees on appeal.
8. CHOICE OF LAW; VENUE: This Agreement shall be governed and construed
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 same.
9. 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 Ageement 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
performance of services called for in the Agreement without prior written consent of the Village.
10. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County
Charter, 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 ta 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. PUBLIC REC4RDS: In accordance with Sec. 119.0701, Florida Statutes,
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, Contractor must provide the public with access to such records in accordance with access
and cost requirements of Chapter 119, Florida Statutes. Further, Contractor shall ensure that any
exempt or conf'idential records associated with this Agreement or associated with the performance
of the work described in the Scope of Services are not disclosed except as authorized by law.
Finally, Contractor shall retain the records described in this paragraph throughout the performance
of the work described in the Scope of Services, and at the eonclusion of said work and upon request,
transfer to the Village, at no cost ta the Village, all such records in the possession of Contractor and
destroy any duplicates thereof. Records that are stored electronically must be transfened to the
Page 3 of 4
Village in a format that is compatihle with the Village's information technology systems.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the date and
year first above written.
WITNESSES: FLORIDA TEC�INICAL CONSULTANTS, LLC
James Barton, Managing Member
(Corporate Seal}
VII.LAGE OF TEQUESTA
..�°--"""'�'_�'"`�.._'__ -
AT"TEST: Michael Couzzo, ill ager
,' ,i�ja5:::6i1i1�r�t`/yt.� G,-
� � �K/v �.�..L.(YY """ `�� h • • ��KS � ``f ��
e�[ ��� �r
Lori McWilliams, MMC ��,��'' U� ����'t�
Town Clerk ��� L � ; � �
` �° :�q
'� f�'•• jN � QR PpR�TfD : �
y' � �� � '��� � P,
' "`.;k:� w �'y?f�
Page 4 of 4
Fiorida Technical �onsultants, LLC
10327 "Trivero T�rrace
8oynton �each, FL 33437
�.ea�n� rrcnq¢at envs;x'ux�s
TeE 95�-914-8A88
jbarton@fitecii inc.corr�
SENT VIA E-MAIL: [sheady@tequesta.org] May 21, 2015
Mr. Sam Fteady
Deputy Director of Utilities
Viliage of Tequesta
345 Tequesta Drive
Tequesta, FL 33469
Subjeet: Village of 7equesta Utility Maintenance Program
FTC Proposal No. P7 5.007
Dear Mr. Heady:
Florida Technical Consultants (FTC) is pleased for the opportunity ta submit this Proposal for Professional
Services to assist you in implementing a preventative maintenance schedule program for your utilities. The
terms of this scope will match those of the existing contract befinreen Florida Technical Consultants and Cooper
City, attached. The main components of this program are:
• GIS based data collection and maintenance
• Asset Management System (AMS) Implementation
Proiect Description
The Village of Tequesta will benefit from having a comprehensive asset management program capable �f
tracking maintenance of the utility system and scheduling preventative maintenance with budget planning
capability. The Vllage has CAD based utility atlases far the water distribution and stormwater conveyance
systems. There are documents which have inventory information for plan activities. The project will callect and
convert aN utility information into a GIS format and implement an asset management system which will allow
improved utility planning and maintenance. The project will be in phases:
• Phase 1: Software Installation and Conversion of Water / Stormwater System
• Phase 2: AMS Implementa6on of Water / Stormwater and Plant Maintenance
• Phase 3: Increased AMS Implementation of plant and other activities
Scope Phase 1
A. Assist with Sofhn+are Purchase and Installation
B. Collect and Convert existing data into GIS
CAD Conversion
• Water Distribution, Raw Water, Stormwater
As-Built Submittal Standards
C. Field Verification with ArcGIS Online
Valve and Hydrant Verification Program
QA/QC Future Valve and Hydrant maintenance with outside contractors
D. AMS Implementation
Coilect Data Required for Implementation
• Inventory of priority equipment and facilities at plant
• Maintenance Schedules
• Reporting forms
• Work flows
• Organization Chart
E. Training
Training in all Software and Analysis components as needed
Deliverables
FTC will provide Village monthly project status report autlining the activities completed and objectives for future
activities. FTC will provide copies of all data and collected and created.
Assumptions
• The Village will provide 1T to support ArcGIS Licenses and Installation.
• The �Ilage will provide access to all relevant utility drawings, CAD plans and background information.
• The Village will provide access to staff necessary to review the atlas and provide feedback.
Fees and Schedule
The following is a schedule of positions, rates and estimated.level of involvement.
Position Rate Hours Fee
Pro'ect Mana er / Trainer $120 150 $18,000
Senior GIS S ecialist $110 40 $4,400
GIS Anal st $100 0 $p
GIS Technician $85 0 $0
TOTAL a22,400
All services will be on an hourly basis. The schedule of delivery will be in an as-needed basis as defined by the
priorities of the Village. The Village will be billed monthly according to the services and deliverables provided.
If you approve please sign this proposal in the area provided below. Should you have any questions, please do
not hesitate to contact me at my office at (954) 954-84$8, or send me an electronic message at
jbarton@fltech inc.com.
Respectfully submitted,
ti
4
f
�
Flori' a echnical Consultants
James Barton, P.E.
Approved by Village of Tequesta: President
(Print Name) {Date)
{Signature)
1t�327 Trivero 7erraae May 26, 2015
Bc�ynton Beach, FL 3343 R�c�e 2 of 2 www.fltect�iric.corn
THE ViLLAGE OF TEQUESTA
PIGGYBACKING CHECKLIST
Instructions: This form is to be completed for any purchase of goods, or contract for services where the Viliage
will utilize a contract competitively bid by another governmental agency (i.e. "Piggyback").
Departrnent: Water Treatment Plant Date: 30-Ju1-15
Item/Service impiementation of CMMS
Vendor/Service Provider Florida Technical Consultants, LLC
� State Contraci Q Other Governmental Agency
*Ct�apter 287, f.S.
If box beside "Other Governmental Agency" is checked above, complete the remainder of this form.
1 Governmental Agency Coope� City
YES NO
Is the contract current? Effective date:�11-21-2014 Expiration Date:_none, � �
2 as-needed
� 0
3 Was item/service bid out in compliance with the Village's Purchasing Policies & Procedures?
Is the price that the Village will receive by piggybacking equal to the price obtained by the agency � �
4 named above?
� �
5 Does the contract contain an assignability clause?
If the answer to question # 5 is no, has the governmentaf agency given the Village permission to � �
6 piggyback on the the contract?
� �
7 Has the vendor/service given the Village permission to piggyback on the contract?
� /.� /
t
Department Head Signa re Date
from: Keith Dav�
To: Headv ue'
CC: �orst e,�oov
Subject: RE: Emailing: FfC_CooperCity_SignedCont�act
Date: Monday, July 20, 2015 1:26:14 PM
�.:3 m :
F=irst w� �N�uld nePd to verify that this is an active ongoing coniract wilh Coo�er City. I� Cooper City
has had all the work done anr! it's al1 over with, then no, I dan't think we can since one afi our
piggybacking requiremer�ts is that the underlying cantract w� are re(ying on is current and activ�>.
S�ra+�cl, our a�r �emef�t wilf need to �ae for services that are listeci in th� Cooper City er�ntract. ff aif
of th� aF�c�ve is vPrifieci {please ;et it in writin� so ik can a!1 be appende� to aur agrecment) then M
think we can.
Keit�s Vl1. C?avis, �squire
Att�rney
t ��I�l�( I ir �'�'�I i� l�,
L�;11'I:� t�.i �:r'�:�1 � I��'"�. i� r.
1111 Hypt�iux� Road, Suite 207
l.an#�na, Florida 33462
1°t�l� (561� 5�6-73.16
Fax: {56�.} 586-9f �.�
E��64: I��i�i a�.�LF� F'teas� make a riote c�f aur new e-ar�ait addr�ss
inc:i�n�ing e-��tia,ls are fiitereei whicf� may del�iy receipt. This e-maii i; K�erscral to the r.amed recipient(,s} and may 6e priviicged ard
c�riider �tiai. If yau are r:at the intended recipi��n�, you r'ec�iveci this i� � error. IE s�, �n�� revievd, disseminat+vn, <�r �opyirlg uf this e tnail is
prof�fl�iteii. ��lease n��ify us immediat��ly hy e-mail and d�lete the �ngira! message.
From: Heady, Samuel [mailto:sheady@tequesta.org]
Sent: Monday, July 20, 2p15 8:21 AM
To: Keith Davis
Subject: Emailing: FTC_CooperCity_5ignedContract
Keith, can I use this document to piggy back from? This is an engineering firm that has signed
a contract with Cooper City.
Your message is ready to be sent with the following file or link attachments:
FTC_CooperC ity_S ignedContract
Note: To proteet against computer viruses, e-mail progratns may prevent sending or receiving
� �"larida 7echnicat Consultants, �L.0
10327 Triveres Terra��
Boyn#on Beach, FL. 33437
'l5i'dA'ffHM.f.FliOiptFAa'� 1�.� D3�i'�9�°k"VwL7Cl
}barton a�fltechinacam
SENT VIA E-MAIL: [sheady@tequesta.org] July 20, 2015
Mr. Sam Heady
Deputy Director of Utilities
Village of Tequesta
345 Tequesta Drive
Tequesta, FL 33469
Subject: Viliage of Tequssta Utility Maintenance Program
FTC Proposal No. P15.007
Dear Mr. Heady:
This letter is in response to the request for clarification of the scope of services to be provided to the Village of
Tequesta.
The contact between Cooper City and Fforida Technical Consultants is a current contract presently being
performed. The services were competitively bid by Cooper City Procurement. There is no end of contract date
as services will be on an as-needed basis.
The scope of services to be provided to Tequesta matches the scope of services currently being provided to
Cooper City. The CAD data far Tequesta has been provided and opens in GIS. Hence the scope of services
will provide the following, matching the �Ilage's specific requirements:
A. Assist with Software Installation
B. Update and Correct Existing Data
C. Field Verification with ArcGIS Online
D. Data and System Analysis
E. Asset Management Integration
F. Training
Should you have any questions, please do not hesitate to contact me at my office at (954) 954-8488, or send
me an electronic message at jbarton@fltechinc.com.
Respectfully submitted,
.�
t
i
,
Flori' a echnical Consultants
James Barton, P.E.
President
:.S`: E � N '. r � _ _N� 2 e.i-�..4f. t ' .'.,.��::
r��. �torida Techr�ica! ConsuJtants, LLC
- 1032T Trivero Terrace
`' F Boynfon 8each, FL 33437
�i�N.:iliriHt�TBt^.¢977iAYS. Te� 9),'A�Ss1A�0App
�f i �Y O
j barton @ Fitec?�i nc. cam
SENT V!A E-MAIL: [mbailey@coopercityfl.orgj
November21, 2014
Mr. Mike Bailey
Director of Utitities / City Engineer
Cooper Ctry
1� 791 SW 49 Sireet
Gooper City, Florida 33330
Subject: Cooper City G!S Utllity Atlas Updates
FTC Proposa! No. P14.005-GIS
bear Mr. Bailey:
�(orida Technical Consultants (FTC) is pleased for the opportunity to submit this Proposal for Professional
Services to assist yau in updating your G1S Utility Atlas and impiementing the data in your operations.
Proiect Description
Cooper Ci#y (City) recently converted their existing CAD Utility Atlas inta GIS UtifRty Atlas. The data was posted
ta ArcGlS Online with a link provided to the City. The ne�ct steps in the process invofue instailing software and
data into the City Utilities and training stafF to maintain the daia. The purpose of the Pollowing scope is to
provide hourly services in training data maintenance.
Scope
A. Assist with Software lnstallation
B. Update and Correct Existing Data
Add attributes where avaiiable (Diameter, Material, Age, Manufacturer, Etc.)
Correct developments with As-Built Record drawings
htew development projects
Future development plans
C. Field Verification with ArcGlS Online
Valve and hiydrant Verification Program
QA/QC Future Valve and Nyctrant maintenance with outside contractors
D. Data and System Analysis
Quantities Verification
Materials Analysis
System Age Analysis
Hydrant Buffer
Sewer Accumu(ation
TMDL for siormwater
Mailers for shut downs
Other Analysis as needed
E. Asset Management Integration
Assis# with software selection
Assis# with implementation
F. Training
Training in alt Software and Analysis components as needed
Del iverables
FTC wii! provide Cooper City and m�nthly project status repori outlining the activities completed and objectives
for future activities. FTC will provide cop�es of all data and collected and created.
ASSUmptions
• The City wili provide IT to support ArcGiS Licenses and instal[ation.
� The City v,+ili provide access to all re(evant u#ility drawings, plans and backg�ound information.
• The City will provide access to staff necessary to review the atlas and provide feedback.
Fees and Schedule
The following is a schedule of positions, rates and estimated level of involvement.
Position Rate Nours Fee
Pro'ect Mana er / Trainer $120 100 $12,000
Senior GiS 5 ecialist $110 24 $2,640
GIS Anai st 1 $100 24 $2,400
GIS Technician gg� �� $-�
TOTAL __._ $18,404
All services will be an an hourly basis. The schedule of delivery will be in an as-needed basis as defined by the
City. The City wiU be billed monthly according to the services and deliverables provided.
5hould you have any questions. ptease do not hesitate to contact me at my affice at (954} 954-8488, or send
me an eiectronic message at jbarton@fltechinc.com.
Re submitted,
�
� �
�
� � �
����.
lorida echnical Consuftants
mes arton, P.E.
P sin ent
j'"I �',�`.'�' , �`� �°'� j `�� � ��
�
� '
, ����,
,,f� �°(? �I.�'L:.0 � t`� �� � 1.�==' `� � �' �=-° ,
f�
I�,,;`i `1 i,_,,j `�7 ''.:��> �.�/ r�'.t • �i�"'�''.,.� i� 7-e. � :���3�...i't: t {`�
�
1032? Trivero Terrase November 21, 2014
8oyn#on Beach, FL 3343 Page 2 of 2 rvwav.fltechinc.cflm
� ..
!ri€�c#r`cud Wcast� Snt��cions, cL�
To: J�n Trube Rrom: David Vasquez
Pax: Pages: 8
Pi�ona� Datee 7I30/2015
Re: Revised Universai RX Disposal Contract CC:
❑ tJ�ent X For Review ❑ Please Comment x Pleas� Rsply � Ptease Recycle
• Comments
Please reviewr, sign and fa�c back to 866-839-5332
Kind Regards
David Vasquez
'�}` -
�.� ��
Mectieal Wvste Sotutlans, LLC
July 30"' 2015
Tequesta Fire Departrnent
357 Tequesta Dr,
Tequesta, FL 33469
Dear J+m,
Thank you for altawing me to send you a quote for RCRA Nazardous {Universal Pharmaceutical} waste
disposat needs of the facitity. The foilowing is the prices that we offer to your facility:
PICKUP FREQUENCY : AS NfEDED
- PJU & Disposal of each 17 gailon box ..................................................... $75.00
(Price includes repfacing 1? gatlon box with linerj
- Diesel Fuei Surcharge, per stop .................................................................... $ 0.00
- Energy Surchar�e, per stop --___----------------------------------_____-----•------------------$0.00
-Environment Surcha e er sto ----------------------------------------_____ __�_
� , p p ---___----- - --- O.QO
The above pricing for RCRA Hazardous waste disposal is aH-inciusive and any additional supplies
ordered. 1f you have access to the Internet please visit their webpage httpM[[www.e�a��o.v osw laws-
re�,�re�s-h�z.htm for the Recaurse Conservations and Recovery Act (RCRA) on the disposal of
hazardous waste.
Si�nc,e'ely Q^
-.��
David Vasquez
Acc4unt Manager
W W W.ADVANTAGEMW S.COM
.,..,_.�._____
'�`
e� � �
Med#cnl Waste SO�UffLIRS� tL.0
CUSTOMER NAME: Tequesta Fire Department
BILLING ADDRESS. 357 Tec�uesta Dr, Tequesta, FL 33469
PH: 561-768-0550 FAX:
CUSTlJMER LOCATIONS: Same
This Agreement is made between Tequesta Fire Deparhnent ("Customer"), and ADVANTAGE Medical
Waste Solutions (AMWS) a Flarida corporation. CUSTOMER desires to enter inta an exclusive Agreement
with (AMWS) as Customer's RCRA Hazardous waste collection and dispasai agent. The definitian of"
RCRA Hazardous " is as found in the State of Florida Department of Heaith, Bureau of Environmentai
Health Programs Chapter 64E-16, Florida Administrative Code for Biomedical Waste. During the Initial
Term (defined hereunderi and any Renewal Term of this Agreement, Customer will not enter inta an
agreement with any other entity as their biomedical waste collection and disposaf agent. (AMWSy shail
collect and remove biomedical waste of the Customer at a mutually agreed to schedule as shown.
PICKUP FREQUENCY IS: AS NEEDED. Any request for change in pickup #requency shall be made in writing
on Guskomer's company letterhead and sent by facsimile ar mail to (AMWS}.
CUSTOMER OB�IGATIONS. Customer agrees to provide ADVANTAGE Medica) Waste 5olutions (AMWSI,
with anly waste that is defined in Chapter 64E-16, Fiorida Administrative Code for 8iomedicai Waste for
transport and disposal. ADVANTAGE Medicai Waste Solutions (AMWS), is not licensed to transport
hazardous wastes and materiats and any representative of ADVANTAGE Medical Waste Solutions
(AMWS) shafl not accept such materials far transport. Hazardous waste and materiais are what meet
the characteristics or definitions set forth in 40 C.F.R. 261.20 to 40 C.F.R. 261.24; or are listed in �Q C.F.R.
261 Subsection D; or are listed under 40 C.F.R. 61, 40 C.F.R.117.3, 40 C.F.R. 401.1.5 or any pesticide
listed or registered under 40 C.F.R. This Agreement requires (AMWS) to inspect coilection containers for
pickup to ensure that they are fit for transport but does not require (AMWS) to inspect the contents of
any container to ensure compliance with the law. Customer is responsible for packing containers as
described in G4E-16.006, Florida Administrative Code for Biomedical Waste.
COMPENSATI�N. For the services provided by (AMWS), Customer agrees to pay ADVANTAGE Medical
Waste Solutions (AMWS) the standard fee of 75.OQ for the pickup and replacement of each
thirty-gallon/ fifteen gallon reusable container and 0. 0 diesel fuel surcharge. ADVANTAGE Medical
Waste Solutions (AMWS), will invoice the Customer a stop char�e of 75.00 in the event of a scheduled
pickup wi#h no waste pieked up unless Customer notifies ADVANTAGE Medical Waste Sviutions (AMWSj
24 hours before the scheduled stop, Payment is due upon receipt of invoice. A late fee af $10.00 will be
added to the invoice if payment is not received thirty five days fram the date of the invoice
W W W.ADVANTAGEM WS.COM
�
�
M�dicat WasC� Solutiorrs, G4C
TERMS ANQ TERMINATION. This Agreement shall commence on October 1st 2015 (the
"Commencement date") and shail cantinue until the N A anniversary af the Commencement Date (the
"Initiai Term"j. Customer's rate under this Agreement will remain the same throughout the tnitial Term.
This Agreement wilt automaticaily renew #or successive one-year terms (the "Renewaf Term") unless
either the Custamer or ADVANTAGE Medical Waste Solutions (AMWS) notifies the other party in writing
by registered or certi�ed mail or by facsimile on company letterhead not less than sixty (60) days prior
to the renewal date tha# the party does not wish to renew.
Customer may eiect to terminate this Agreement prior to its expiration for any reason hy giving a 30 day
written notice to ADVANTAGE Medical Waste Solutians {AMWS) by registered or certified mail or by fax
on company letterhead. There witi be no financial penalty or other expenses.
AMENDMENTS. ADVANTAGE Medical Waste Sotutions (AMWSj, may propose amendments or additions
to this ABreement. ADVANTAGE Medical Waste Solutians (AMWS), will inform Customer of a propased
change by written notice. Customer will be deemed to have agreed ta the change if ADVANTAGE
Medicat Waste Solutions (AMWSj, does not receive a written response from Customer to its praposed
change 30 days following the mailing of the notice, Custamer can terminate agreement far any reason
without financial penalty.
BIIVDING EFFECT. This A�reement shall be binding upon and insure to the benefit o€ the respective
parties hereto, their heirs, legal represen#atives, successors and permitted assigns. Neither party may
assign its rights or obligations under this Agreement without the prior written consent of the other party
or parties. Notwithstanding the foregoing, ,4DVANTAGE Medical Waste Solutions {AMWS), may assign
this A$reement to any purchaser of all or substantially all af its assets ar capital stock.
GOVERNING IAW� VENUE AND 1URISDICTION This Agreement and any addenda hereto have been
prepared, are executed and delivered and are intended ta be performed in the State of Florida, and the
substantive laws of Florida and the applicable federal laws of the United 5tates shatl govern the vatidity,
construction, enforcement and interpretation of this Agreement, and addenda hereto and the
relationship created by this Agreement and any addenda hereto. The parties acknowledge that a
substantial portion af negotiations and anticipated per#ormance o# this Agreement accurred or shall
occur in Palm Beach County, Ftorida, and that, therefore, without limiting the jurisdiction or venue of
any other federa! or state courts, each of the parties irrevocabiy and unconditionafty (i) Agrees that any
suit, action or other legal proceeding arising out of or relating to this Agreement may be brought in the
courts of record of fihe State of Ftorida in Paim Beach County; (ii} consents to the jurisdiction of such
court in any such suit, action or proceeding; (iii) waives any objection which it may have ta the laying af
venue of any such suit, actian ar proceeding in such court; and (iv) agrees that service of any court paper
may be effected on such party by mail as provided in this Agreement or in such ather manner as may be
pravided under appiicable taws or court rules in the State of florida.
� WWW.ADVANTAGEMWS.COM
..�.—______ .
:,
�,1� �,I� � �•r� �3�
Medicai Wnste Sotutions, LLC
WAIVER. No failure or delay by ADVANTAGE Medicat Waste Solutions (AMWS)in exercising any right or
remedy under this Agreement or any addenda hereto shall operate as a waiver of #hat right or remedy,
nor shalt any singte or partiai exercise of any right or remedy prectude any other or further exercise of
that or any other right or remedy. No waiver of any provision vf this Agreement shall be effective unfess
it is in writing, signed by both parties and any such written waiver shall only be applicable to the specific
instance to which it related and shatl not be deemed to be a continuing or future waiver. Cus#omer's
rights and remedies under this Agreement and any addendum hereta shall be in addition to all other
rights and remedies provided by law.
INDEMNIFlCATION. ADVANTAGE Medical Waste Solutions (AMWS} will indemnify and hold Cus#r�mer
harmiess from any and ap toss, damages, suits, penalties, costs, liabiti#ies and expenses (inciuding, but
not limited to, reasonable investigation and legal expense) arising aut of any ctaim for loss or damage to
property, including customer's properly and injuries to or death of persans, induding custome►'s
emplayees, caused by or resulting from ADVANTAGE Medical Waste Sotutions {AMWS} negligence or
wiliful misconduct or AMWSs breach of this Agreement. The foregoing indemnity from ADVANTAGE
Medical Waste Salutians (AMWS) in favor of Customer under this section shalt be inapplicable to the
extent that the loss, damages, suits, penalties, costs, iiab+lities and/or express result from the
Customer's provision to ADVANTAGE of waste other than Biomedical Waste. In any instance in which
Custamer claims inde►nnity under this section, ADVANTAGE Medical Waste Solutions (AMWS) shall have
the right, but not the duty, to defend Customer in (and control the defense of) any Liti�ation arising out
o# the occurrence #rom which Customer Ctaims that ADVANTAGE indemniry obligation exists.
Customer hereby agrees to indemnify and hold ADVANTAGE Medical Waste Solutions (AMWSj its
affiliates, the directors, officers, employees, other agents and ADVANTAGE Medical Waste Solutions
(AMWS) client community where the facility that is to receive the waste is located, harmless from any
and all Ioss, damages, suits, penalties, cost, iiabili#ies and expenses (including, but not timited tq
reasonabty investigation and legal expenses) arising out of any ciaim for ioss of or damage to property,
including ADVANTAGE Medicat Waste Solutions (AMWS) property and injuries to or death of persons,
including ADVANTAGE Medical Waste Solutions (AMWS) empioyees, {i) caused by or resulting from
Customers negligence or willful miscondu+ct, or (ii) caused by or resulting from Custamer's providing to
ADVANTAGE Medical Waste Solutions (AMWS)of waste other than Biomedicat Waste or any other
breach of this Agreement by Customer. Customer acknowledges that it has the care, custody and
contral of containers and other equipment owned by ADVANTAGE Medical Waste Solutions (AMWS)
and accepts responsibifity and liability for the equipment and its contents except when it is being
physically handled by emptoyees of ADVANTAGE BIO-MEDtCAI Medical Waste Sotutions (AMWS�
Therefore, Customer expressly agrees to defend, indemnify and hold harmless ADVANTAGE Medical
Waste Salutions (AMWSj from and against any and all claims for loss of or dama�e to property, or injury
to or death of person or persans, resulting from or arising in any manner out of Customer's use,
operation or possession of any containers and other equipment furnished under this Agreement. With
respect to any claim for indemni�cation, the party claiming a right to indemnify shait (i� give written
notice thereof within a reasonable period following the event or occurrence as to which the right to
indemnification is ar may be asserted and (ii) altow the other party (inctuding its employees, a�ents and
W W W.ADVANTAGEMWS.COM
.�,.�---•
�
� �/� /�, ,�
Medicat Wrsste Sotutians, LLC
counsel) reasonable access to any of its employees, property and records for the purpose of conducting
an investigation of such claim and for the purpose of obtaining statements, photographs, and chemicat
analyses and taking such other steps as may be necessary to preserve evidence of the occurrence on
which the cla+m is based. ff the party ctaiming a right to indemnify denies the other party reasanable
access as set forth above, the party claiming a ri�ht to indemnify shail assume sole responsibifity for the
daim for which indemnification is soaght and shali not be entitied to indemnity. .
"Notwithstanding anything etse written or understood in the agreement between ADVAMTAGE and
CUSTQMER, nothing contained therein shall be construed as a waiver of CUSTOMER'S sovereign
immunity beyond the waiver amaunts set forth in Sec. 768.28, Florida Statutes, including any vaaiver
related to attorney's fees or litiga#ion costs. CUSTOMER'S total liabiiity for any circumstance
contemplated by this agreement or provided under this agreement shal! be limited to the waiver
amounts set fc�rth in Sec. 768.28, Fforida Statutes, including any waiver related to attorney's fees or
litigation costs. Notfiing contained in this agreement shall be construed as CUSTOMER'S consent to be
sued:'
ATTORNEY'S FEES AND COSTS. In the event of any litigation, including any appeals, in eonnection with
the breach, enforcement or interpretation of this Agreement, including, without fimitation, any action
seeking dectaratory relief, equitable relief, rnjunctive relief, or any action at law for damages, the
prevailin� party shall recover a11 reasonable attorneys' fees and costs incurred in cannection therewith.
SEVERABiLITY. Whenever possible, each provision of #his Agreement shaN be interpreted in such a
manner as to be vaiid under applicable law; however, if any provision of this Agreement shall be invalid
or prohibited for any reason, any such provision shall be ineffective onty ta the extent af any such
prohibition or invalidation and the remainder of any such provision and the remaining provisions of this
Agreement shall remain valid and enfarceable.
COUNl"ERRARTS, FACSIMII.E SIGNATURE DELIVERY. This Agreement may be executed in any number of
caunterparts, all of which taken together shatl canstitute one instrument. The parties acknawledge that
the delivery of executed counterparts of this Agreement may be offered by facsimile transmissio�. This
Agreement will be deemed effective as ofithe date signed by Customer.
COMPLETE AGREEMENT. This Agreement cantains the sole and entire agreement between the parties
as to the matters con#ained herein, and supersedes any and aA other agreements between them. The
parties acknowtedge and agree that neither of them has made any representation with respect to such
rnatters of this Agreement or any representations except as are specificelly set forth herein, and each
party acknawledges that it has relied on its own judgment in enterin$ into this Agreement. The parties
further acknowledge that statements or representations that may have been heretofore made by either
af them to the ather are void and of no effect and that neither of them has relied thereon in connection
its dealing with the other.
� .
WWW.ADVANTAGEMWS.COM - ,_ _
�-°� � --
�� ����/��JJ�
Medirat Waste Svtutians, LLC
!N WITNESS WHEREOF, the parties here to have executed this Agreement this day of 7J30/2015
Tequesta Fire Department ADVANTAGE Medica) Waste Solutions {AMWSj
PRINT: �rM/ BY:
Signature: Signature:
TlTLE: � � TfTIE: Account Man�er
W W W.ADVANTAGEM W S.COM
,�..,__.______._ _
',�-�-'
� ��
Medicat 4Naste Solutians, LLC
Facility's Setup Information
Name of Facifity: Tequesta Fire Departrnent
ADDRESS: 357 Tequesta Dr, Tequesta, FL 33469
. , • .....1
Contact Name:
Contact Tetephone: Other
F/U FREQ: AS NEEDED
Office Hours:
Manday� ,
Tuesday
Wednesday
Thursday
Friday
Lunth hours:
Monday
Tuesday
Wednesday
Thursday
Friday
Week you would like service ta begin?
(if possibte, we wilt arran�e to pickup within that week)
Do you need a setup of a 17 (12X12X18) gatton box before services begin? Yes No
If yes, what size gallon &� date?
Camments:
��� '"_- WWW.ADVANTAGEMWS.COM ^ �� _,__ . .----- __--
'X° '
Medicrad tNasCe Sodutir�rrs, LLC
IIM���X
To: Jim Trube Frorn: David Vasquez
Fa�c Pag�s: 8
Phonea D�tee 7/30/209 5
Ree Revised Biomedical Waste Contract CC:
C� Urgen! X For Rewiew ❑ Pleasm Comment X Please Repq� � Please ReaycHa
• Comrne�tts;
34 GAL Weekly pick up $Z5 (No Fuel or environmentat fees)
96 GAL Monthiy pick up $45 {No Fuel or environmental fees)
1 GAL sharps container to purchase is $5.75
2 GAL sharps container to purchase is $6.75
Please review, sign and fax back to 8Gfi-839-5332
Kind Regards
David Vasquez
,.._.� _.._
��
Medicut Waste Sotutions, LLC
luiy 30` 2015
Tequesta Fire Department
357 Tequesta Dr,
Tequesta, FL 33469
Dear 1im,
Thank you for ailowing me to send you a quote for biomedical waste disposal needs of the faciiity, The
foilowing is the prices that we offer to your facility:
PICKUP FREQUENCY: �nce every 4 weeks
- PjU & Qisposal of each 96 gallan ..................................................... �5.�
(Price includes replacing 96 gallon)
- P/U & Dispasal of each 16 galion sharps .........................................$ZS.UQ
{Price includes repiacing 16 gailan sharps)
- Diesel Fuel Surchar�e, per stop ......................................................... $ O.flO
- Energy Surcharge, per stop -------------------------------------------------$0.00
-Environment Surcharge, per stop -------------------------------------------$0,0p
The above pricing for rnedical waste disposal is a11-inclusive and any additional suppiies ordered. if yau
have access to the internet please visit their webpage
uvww.doh:state.f(.us[environn�ent/carnr��unftyf �it�medical index�htmi forthe fiorida Administrative
Codes on the disposal of inedicai waste.
Sinc�ely Q
-�.�-�-�-;�---- 7
David Vasquez
Account Manager
. o�
_ _ ...__. ,.._..�_ _ _.. _� �.,.� -
W W W.ADVANTAGEMW S.COM
i� -
t /
Medicat Waste Solutir�ns, ttC
CUSTpMER NAME: Tequesta Fire Department
B{LLING ADDRESS: 357 Tequesta Dr, Tequesta, FL 33�69
PH :561 - 768 - 455Q F�c:
CUSTOMER LOCATIONS: Same
This Agreement is made between Tequesta Fire Department ("Customer"), and ADVANTAGE
Medical Waste Solutions (AMWS) a Florida corporation. £USTOMER desires ta enter inta an
exclusive Agreement with (AMWS) as Custamer's biomedical waste collection and disposa!
agent. The definition of "biamedical waste" is as found in the State of Florida Oepartment of
Health, Bureau of Envi�onmental Heatth Programs Chapter 64E-16, Florida Administrative Cade
fior Biomedica! Waste. During the initial Term (defined hereunder� and any Renewal Term of
this Agreement, Customer will not enter into an agreement with any other entity as their
biomedical waste collection and disposai agent. (AMWS) shaif collect and remove biomedical
waste of the Customer at a mutuatty agreed to schedule as shown.
PiCKUP FREQUENCY fS: ONCE EVERY FOUR WEEKS. Any reques# for change in pickup frequency shalt be
made in writing on Custamer's company letterhead and sent by facsimile or mail to (AMWSy.
CUSTOMER OBLIGATIQNS. Customer agrees to provide ADVANTAGE Medicaf Was#e Solutions (AMWS},
with only waste that is defined in Chapter 64E-16, Florida Administrative Code for Biomedical Waste for
transport and disposaL ADVANTAGE Medical Waste Solutions (AMWS), is not licensed to transport
hazardous wastes and ma#erials and any representative c�f ADVANTAGE Medical Was#e Solutions
(AMWS) shalt not accept such materials for transpart. Hazardous waste and materials are what meet
the characteristics or definitions set forth in 40 C.F.R. 261.20 to 40 C.F.R. 261.24; or are iisted in 40 C.F.R.
261 Subsection D; ar are listed under 40 C.F.R. 61, 40 C.f.R.117.3, 40 C.F.R. 401.1.5 or any pesticide
listed or registered under 40 C.F.R. This Agreement requires (AMWS) to inspect collection containers for
pickup to ensure that they are fit for transport t�ut does not require (AMWS} to inspect the cantents of
any container to ensure compliance with the law. Customer is responsible for packing cantainers as
described in 64E-16.006, Ftorida Administrative Code for Biomedicat Waste.
COMPENSATlON. For the services provided by (AMWS), Customer agrees to pay ADVANTAGE Medicai
Waste Solutions (AMWS} the standard fee of 45.00 for the pickup and repiacement of each
thirty-gallon/ fifteen gallon reusable container and D.00 diesel fuel surcharge. ADVANTAGE Medical
Waste Solutions (AMWS}, will invoice the Customer a stop charge of 45.00 in the event of a scheduled
pickup with no biomedical waste picked up unless Customer notifies ADVANTAGE Medical Waste
Solutions {AMWS) 24 hours before the scheduled stop. Payment is due upon receipt of invoice. A late
fee of $10.00 will be added to the invo'rce if payment is not received thirty five days from the date of the
invoice
�
WWW.ADVANTAGEMWS.CCIM ^
�`' `
�� � ��
M�edicat Waste Sp/utions, LLC
TERMS AND TERMINATION. This Agreement shall commence on Oc#ober 1� 2015 (the "Commencement
date") and shall continue until #he FiRST anniversary of the Commencement Date (the "Initial Term").
Customer's rate under this Agreement witi remain the same throughout the Initial Term. 7his
Agreement wi(I continue on a month-month basis unless either the Customer or ADVANTAGE Medieal
Waste Solu#iona (AMWS) notifies the ather party in writing by regisfiered or certified mail or by facsimite
on company letterhead nat less than sixty (60) days prior to the renewal date that the party does not
wish to renew.
Customer may elect #o terminate this Agreement prior to its expiration for any reason by giving a 30 day
written notice to ADVANTAGE Medical Waste Soiutions (AMWS) by registered or certified mail or by fax
on company tetterhead. There wilt 6e no �nancial penalty or other expenses.
AMENDMENTS. ADVANTAGf Medical Waste Solutions (AMWS), may prapose amendments or additions
to this Agreement. ADVANTAGE ivledicai Waste Sotutions (AMWS), will inform Cus#omer of a proposed
change by wr'rtten notice. Customer will be deemed to have a�reed to the change if ADVANTAGE
Medica) Waste Solutians {AMWSj, does not receive a written response from Customer to its propased
change 30 days following the maiiing of the notice. Customer can terminate agreerrrent for any reason
without ftnancial penafiy.
BINDING EFFEC7. This Agreement shall be binding upon and insure to the benefit of the respective
parties hereto, their heirs, legal representatives, successors and permitted ass'rgns. Neither party may
assign its rights ar obli�ations under this Agreement without the prior wr'itten consent o#the other party
or parties. Notwithstanding the foregoing, ADVANTAGE Medicai Waste 5olutions (AMWS�, may assign
this Agreement to any purchaser of a{I or substantially aii of its assets or capita! stock.
GOVERNING IAW; VENUE AND 1URiSDICTION This Agreement and any addenda hereto have been
prepared, are executed and detivered and are intended to be performed in the State of Florida, and the
substantive taws vf Fiarida and the applicable federal laws of the United States shall govern the validity,
construction, enforcement and interpretation of this A�reement, and addenda hereto and the
relationship created by this Agreement and any addenda hereto. The parties acknowled�e that a
substantiat port+on of negotiations and anticipated performance of this Agreement occurred or shali
occur in Palm Beach County, Florida, and that, therefore, without timiting the jurisdiction or venue of
any other federal ar state courts, each of the parties irrevocably and unconditionatly
(i)agrees that any suit, action or other legal proceeding arising out of ar relating to this Agreement may
be brought in the courts o# record of the Sta#e of Florida in Palm Beach County; (ii) consents to the
jurisdiction of such court in any such suit, action or proceeding; (iii� waives any abjectian which it may
have to the laying of venue of any such suit, action or proceeding in such court; and (iv) agrees that
service of any court paper may be effected on such party by mail as pravided in this Agreement or in
such other manner as may be provided under applicable laws or court ru{es in the S#ate af Florida.
._ ___--^ __._._._...- - --,_,..�__. _.___
W W W.ADVANTAGEMWS.COM
r.�,.�°°""" c�� --
' �J�. '
�� �������
Medicai Wnste St3tutions, LLC
WAiVER. No failure or delay by ADVANTAGE Medical Waste Sotutions (AMWS)in exercising any right or
remedy under this Agreement or any addenda hereta shall operate as a waiver of that right or remedy,
nor shall any single or partial exercise of any right or remedy preclude any other or further exercise af
that or any other right or remedy. IVo waiver of any provisian of this Agreement shail be effective uniess
it is in writing, signed by both parties and any such written waiver shaH only be applicable to the specific
instance ta which it related and shaH not be deemed to be a continuing or future waiver. Customer's
rights and remedies under this Agreement and any addendum hereto shall be in addition ta all other
rights and remedies provided by law.
1N!?EMNIFICATION. ADVANTAGE Medical Waste Solutions (AMWS)will indemnify and hold Customer
harmless from any and all {oss, damages, sui#s, penalties, costs, liabilities and expenses (including, but
not limited to, reasonable investigation and legal expense) arising out of any cla+m for lass or damage ta
property, including customer's property a�d injuries to or death of persons, including customer's
employses, caused by or resulting from ADVANTAGE Medical Waste Solutions (AMWS) negtigence or
willfu{ misconduct or AMWSs breach of this Agreement. The foregoing indemnity from ADVANTAGE
Medical Waste Salutions (AMWS) in favor of Customer under this section shaN be inapplicable to the
exCent that the loss, damages, suits, penalties, costs, liabitities and/or express result from the
Customer's provision to ADVAIVTAGE of waste other than Biomedical Was#e. In any instance in which
Customer claims indemnity under this section, ADVANTAGE Medicai Waste Solutions (AMWS} shall have
the right, but not #he duty, to defend Customer in (and control the defense of) any Litigation arising out
of the occurrence from which Customer Claims that RDVANTAGE indemnity abiigation exis#s.
Customer hereby agrees to indemnify and hold ADVANTAGE Medical Waste Solutions (AMWS) its
a�liates, the directors, afficers, employees, other agents and ADVANTAGE Medical Waste Solutions
(AMWS� client community where the facility that is to �eceive the waste is iocated, harmless from any
and all loss, damages, suits, penalties, cost, liabifities and expenses (including, but nat timited to,
reasonably investigation and legal expenses) arising out of any claim for loss of or damage to property,
+ncluding ADVANTAGE Medical Waste Solutions (AMWSy property and injuries to or death of persons,
including ADVANTAGE Medical Waste Solutions (AMWS} employees, (i) caused by or resutting from
Customer's negligence or willful misconduct, or {ii} caused by or resulting from Customer's providing to
ADVANTAGE Medical Waste Salutions (AMWS}of waste other than Biomedical Waste or any other
breach of Chis Agreement by Custamer. Customer acknowledges that it has the care, custody and
control af cantainers and other equipment owned by ADVANTAGE Medical Waste Solufiions (AMWS}
and accepts responsibility and liabil+ty for the equipment and its contents except when it is being
physieatly handled by emptoyees of ADVAN7AGE B!t?-MEDlCAL Medical Waste Solutions (AMWS)
Therefore, Customer expressly agrees to defend, indemnify and hold harmless ADVANTAGE Medicai
Waste Solutions (AMWSj from and against any and a8 claims far loss of or damage to property, or injury
to ar death of person or pe�sans, resulting from or arising in any manner out of Customer's use,
operation or passession of any cantainers and other equipment furnished under this Agreement. With
respect to any claim for indemnification, the party claiming a right to indemnify shalt (ij give written
notice thereof within a reasonable periad fotlowing the event or occurrence as to which the right to
indemnification is or may be asserted and (iij ailow the other party (including its emplayees, agents and
W WW.ADVANTAGEMWS.COM
a 1 �_-
�� ������� `
, Medfca! Wuste Salutions, LLC
counsel) reasonab{e access to any of its employees, property and records for the purpose of conducting
an investigation of such claim and for the purpose of abtaining statements, photographs, and chemical
analyses and taking such other steps as may be necessary to presenre evidence of the occurrence on
which the claim �s based. tf the party claiming a right to indemnify denies the other party reasonable
access as set farth above, the party claiming a right to indemnify shall assume sole responsibility for the
claim for which indemnifiication is sought and shail not be en#itied to indemnity.
"Notwithstanding anything else written or understood in the agreement between ADVANTAGE and
CUSTOMER, nothing cantained therein shall be construed as a waiver of CU5TOMER'S sovereign
immunity beyond the waiver amounts set forth in Sec. 768.28, Florida Statutes, inciuding any waiver
related tQ attarney's fees or litigatian costs. CUSTQMER'S tatai liability for any circumstance
contemplated hy this agreement or provided under this agreement shall be limited to the waiver
amounts set forth in Sec. 768.28, Florida Statutes, including any waiver retated to attorney's fees or
(itigation costs. Nothing contained in this agreement shail be construed as CUS7flMER'S consent to be
sued."
ATfORNEY'S FEES AND COSTS. In the event of any litigation, including any appeals, in connection with
the breach, enforeement or interpretation af this Agreement, inctuding, with�ut limitation, any action
seeking declaratory relief, equitable reiief, injunctive relief, or any action at law for damages, the
prevailing party shafl recover ail reasanable attorneys' fees and costs incurred in connection therewith.
SEVERA8ILITY. Whenever possible, each provision of this Agreement shaU be interpreted in such a
manner as to be valid under appiicable law; however, if any provision of this Agreement shall be invalid
ar prohibited for any reason, eny such provisian shaH be ineffective only to the extent of any such
prohibition or invalidation and the remainder of any such provision and the remaining provisions of this
Agreement shaN remain valid and enforceabie.
COUNTERPARTS, FACSIMIIE StGNATURE DELIVERY. This Agreement may be executed in any number of
caunterparts, aN o# which taken together shall constitute one inst�ument. The parties acknowiedge that
the delivery of executed counterparts of this Agreement may be offered by facsimile transmission. This
Agreement wiil be deemed effective as o# the date signed by Customer.
Ct�MPLETE AGREEMENT. This Agreement contains the sole and entire agreement between the parties
as to the matters contained fierein, and supersedes any and all ather agreements between them. The
parties acknowledge and agree that neither of them has made any representation with respect to such
matters af this Agreement or any representations except as are specifically set forth herein, and each
party acknowtedges that it has relied on its own judgment in entering into this Agree►nent. The parties
further acknowledge that statements or representations that may have been heretofore rnade by either
of them to the other are void and of no effect and that neither of them has retied thereon in connection
its dealin� with the other.
WVVW.ADVANTAGEMWS.COM
�� ..
:,
J�� ��, �.�►�7
Mediccrt Was[e SoPueions, LLC
IN WITNESS WHEREOF, the parties here to have executed this Agreement this day of 7/30/2015,
Tequesta Fire rtm t ADVANTAGE Medical Waste Solutions (AMWS)
BY� By: David Vasquez
Signature: Si�nature:
.
TITLE: ' TITLE: _Account Manser
W W W.ADVANTAGE MWS.COM
'A` �±
� �t'°4 1 H �J
Medicat Wuste Salutions, �.CC
Facility's Setup Information
Name of Facitity 7e�uesta Fire Department
ADDRESS 357 Tequesta Dr, Tequesta, Fl 33469
Contact Name•
Contact Telephane Other
P/U FREQ: 1/EVERYf2WEEKS
�ffice Wours: �
Manday
Tuesday
Wednesday
Thursday
Friday
Lunch hours:
Monday
Tuesday
Wednesday
Thursday
Friday
Week you woutd like sernice ta begin?
(if possible, we w9tl arran�e to pickup within that week)
Do you need a setup af a 30 (18X18X22) galton or 17 (12X12X18} �atlan box before
services begin? Yes No
if yes, what size gallan Ft date?
Comments:
W W W.ADVAIVTAGE M WS.COM
Ch. 2013-154 LAWS OF FLORIDA Ch. 2013-154
lieu of written agreements for classes of contractual services; revising
terminology; creating s. 287.136, F.S.; requiring the Chief Financial Officer
to perform audits of executed contract documents and to discuss such
audits with the agency officials; requiring the agency head to respond to
the audit; amending s. 287.076, F.S.; providing that Project Management
Professionals training for personnel involved in managing outsourcings
and negotiations is subject to annual appropriations; amending ss.
16.0155, 283.33, 394.457, 402.7305, 409.9232, 427.0135, 445.024,
627.311, 627.351, 765.5155, and 893.055, F.S.; conforming cross-refer-
ences; providing effective dates.
Be It Enacted by the Legislature of the State of Florida:
Section 1. Section 119.0701, Florida Statutes, is created to read:
119.0701 Contracts; public records —
�1) For nurposes of this section, the term:
(a) "Contractor" means an individual,. �artnership cor�oration,� or
business entity that enters into a contract for services with a public agencX
and is actin� on behalf of the public a�ency as provided under s 119 O11(2)
(b) "Public agency" means a state, county, district, authority� or muni-
cipal officer, or department, division, board, bureau, commission� or other
separate unit of government created or established bv law
�2) In addition to other contract requirements �rovided by law, each
Aublic agency, contract for services must include a nrovision that requires the
contractor to comnly with �ublic records laws, specifically to•
�a) Keep and maintain public records that ordinari� and necessarilX
would be required by the public agency in order to perform the service
�b) Provide the public with access to public records on the same terms and
conditions that the u� blic a�ency would provide the records and at a cost that
does not exceed the cost provided in this chapter or as otherwise provided by
law.
(c) Ensure that public records that are exempt or confidential and exempt
from public records disclosure reqnirements are not disclosed except as
authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no
cost, to the �ublic agency all public records in possession of the contractor
upon termination of the contract and destro�y duplicate public records
that are exemnt or confidential and exempt from �ublic records disclosure
re�uirements. All records stored electronically must be urovided to the public
agencv in a format that is comAatible with the information technology
systems of the public a�enc�
2
CODING: Words � are deletions; words underlined are additions.
Ch. 2013-154 LAWS OF FI.ORIDA Ch. 2013-154
(3) If a cantractor does not complv with a public records request, the
public agency shall enforce the contract .provisions in accordance with the
contract.
Section 2. Section 215.971, Florida Statutes, is amended to read:
215.971 Agreements funded with federal or � state assistance.—
�� An agency agreement that provides state financial assistance to a
recipient or subrecipient, as those terms are defined in s. 215.97, or that
provides federal financial assistance to a subrecipient, as defined by
applicable United States Off'ice of Management and Budget circulars,
must '-� ^^^�^^TM ^�+ �� ^" include all of the followin�
�(� A provision specifying a scope of work that clearly establishes the
tasks that the recipient or subrecipient is required to perform.;--a��
�l� A provision dividing the agreement into quantifiable units of
deliverables that must be received and accepted in writing by the agency
before payment. Each deliverable must be directly related to the scope of
work and �s� specify the required minimum level of service to be performed
and the criteria for evaluating the successful completion of each deliverable.
(c) A provision specifying the financial consequences that a�ply if the
reci�ient or subreci�ient fails to perform the minimum level of service
required by the a�reement. The .�rovision can be excluded from the
a�reement only if financial consequences are prohibited by the federal
agencv awarding. the grant. Funds refunded to a state a�enc� from a
recipient or subrecipient for failure to perform as required under the
a�'reement may be expended only in direct sup�ort of the pro� from
which the agreement ori�inated.
(d) A provision specifving that a recipient or subrecipient of federal or
state financial assistance m,ay expend funds onlv for allowable costs
resulting from obligations incurred during the s�ecified a�reement period.
(e) A provision speci ,�ing that any balance of unobligated funds which
has been advanced or paid must be refunded to the state agenc�
(f� A provision specifyin� that any funds paid in excess of the amount to
which the recipient or subrecipient is entitled under the terms and conditions
of the agreement must be refunded to the state a�ency.
(g) Anv additional information required pursuant to s. 215.97.
(2) For each a�reement funded with federal or state financial assistance,
the state agencv shall designate an employee to function as a grant manager
who shall be responsible for enforcing,.�erformance of the agreement's terms
and conditions and who shall serve , as a liaison with the reci�ient or
subrecipient.
3
CODING: Words s��l� are deletions; words underlined are additions.
ADDENDUM
Public Records: In accordance with Sec. 119.0701, 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,
the Contractor must provide the public with access to such records in accordance with access and
cost requirements of Chapter 119, Florida Statutes. Further, the Contractor shall ensure that any
exempt or confidential records associated with this Agreement or associated with the
performance of the work described in the Scope of Services are not disclosed except as
authorized by law. Finally, the Contractor shall retain the records described in this paragraph
tl�roughout the performance of the work described in the Scope of Services, and at the conclusion
of said work, transfer to the Village, at no cost to the Village, all such records in the possession
of the Contractor and destroy any duplicates thereof. Records that are stored electronically must
be transferred to the Village in a format that is compatible with the Village's information
technology systems.
��' � ����� �
CeU Us ar all o r F1eu Aatomob've, dc ht Trnck need�. (��
PXONE (80U) ALANJAY (252-65a9) aRecr as�aox-a2g2 WWWALANJAY.COM 1544-1
20f13 U.S. 27 South N�BILE — : P.O. BOX 9200
`— a ��,?�, - Sebting, FL 33870 FAX 883�402�221 Sebrinp, FL 33871�9200
QUICK QUOTE SHEET
PAGE 1 � 1
REQUESTIPlG AGENCY: TEQUESTA, V[LLAGE OF
ORIGINAL QUOTE DATE: 11H812014 REVISED QUpT DATE: 0'!5
CONTACT PERSON: JANET MCCOItKLE (��p'('Ep gy g� yyp�
Pt10NE NUPo�ER: �1_�(g.pqgp
FAX NUA�ER: — EMNL
Florida State Term Contract No. 25100000-15-1 Motor Vehicles htq�:1lwww.m oridamark ace.com
MODEL: X1C 8VECIFICATION # 2510507-C-0q� Line: 0
� 0
%W vehddes adl be avdered whRe w/ dadrest b�A�r uMess Claer/y ffiarod ofherw/se on purchase order. :19.887.00 .
FACTORY OPTIONS DESCRIPTtON
245170R1 A!f TIRES jSTD) � E0.00 0.0
12 AG _.,,_„`� � EXTERIOR COLOR O�ORD WHITE WITH AABD EARTH GRAY VINYL INTERIOR �.00 .00
POWER EQUIPMENT GROUP INCLUDES: POWEFt WINDOWS, LOCKS. REAA�TE f�YLESS, AUTO
85A ,,,� H EADLAMpS, D RUNNING LIGHTS, AND POWER StDE V AaRRORS
96W T � FACTORY SPRAY ON BEO LINER _ 51.170.00 $1,171.50
�� 7RAlLER TOW PKG VUITH TRANS OIL COW.ER, CIASS IV RECENER, SAAART 7RAILER TOW ` �75.� $,451.25
53r4 CONNECTOR 4/7 PIN HARNESS ENGINE OIL COOIER FRONT STABILIZER BAR �qgg,pq 547
924 REAR FIXED WINDOW PRNACYGLASS $1�.00 $95_,00
F� OPT N ,Z40. 0 . D
� MSRPDISCOUNT 5. % $4i2D0
CONTRACT OPTIONS OESCRIPTION ADJUSTEd FACTORY OPTIONS 128A0 =2128.OQ
TEMP TEMPORARY TACa �CL{NEO 0 �
DTF DEALER INSTALLE DEEP T1 FILM ON FR QNT'f WO DO GLASS �� $149.OU $148.00
• W-VERTEX . WHELEN VERTEX4 CORNER LEO KIT � � �55p.5p 5550.50
N - DE 1 IE NTRACT OPT D 7 . AL � gy,5p g,5p
� .EXTEIdDEDWARRANTYDECLINED .—. _ _ $p.� $0.00
N Pla T� CO T O � 8 O 50.00 .00
MSRP D�COUNT $0,00
ADJUSTED NONaDENTIFIED CONTRAGT OPTIONS .Op OAO
T �� � TOTAL COST j�,7��,gp
$0.00
TQTAL COST LESS TRADE IN(S): QTY 1 = 7�4,gp
Co�raneMs:
VEHICLE QUOTED BY: Scott Wilson FLEET SAI.ES MANAGER tt.wilsonCDalaniav.cc►m
"I Want to be yQ�u F/eef Provider"
/ appreclate the oppatunlfy to su6m# fhls quotatron. Please review ii carehr➢y. lf fhere are any errars af chsnges, pleaae iee! Iree to contect me at eny time. J am eMaYB haPPY to 6e o/
assistance.
STATE TEQUESTA, VILLAGE OF-X1C 1544-t.�dsm
THE VIlLAGE OF TEQUESTA
PIGGYBACKIiVG CHECKLlST
Instructions: This form is to be completed for any purchase of goods, or contract for services where the Village
_ will utilize a contract competitively bid by another governmental agency (i.e. "Piggyback").
Department: Public Works Date: 3-Mar-15
Item/Service Ford F-150 Extended Cab Pickup Truck
Vendor/Service Provider Alan Jay Ford
� State Contraci Z5100000-15-1 Q Other Governmenta! Agency
*Chapter 287, F.S.
If box beside "Other Governmentaf Agency" is checked above, comptete the remai�der of this form.
1 Governmental Agency
YES PIO
� �
2 ts the contract current? Effective date: Expiration Date:
� �
3 Was item/service bid out in compliance with the Village's Purchasing Policies & Procedures?
Is the price that the Village wiil receive by piggybacking equal #o the price obtained by the agency � �
4 named above?
� �
5 Does the contract contain an assignability clause?
If the answer to question # 5 is no, has the governmental agency given the Village permission to � �
6 piggyback on the the cantract?
� �
7 Has the vendor/service given the Viliage permission to piggyback on the contract?
Department Head Signature Date