CITY OF DANIA BEACH, FLORIDA ADDENDUM #5 REQUEST FOR PROPOSALS FOR CITYWIDE PUMP STATIONS SUPERVISORY CONTROL AND DATA ACQUISITION ( SCADA ) SYSTEM ADDENDUM #5 City Request for Proposals ( RFP ) No. 17-002
RFP 17-002 Citywide Pump Stations SCADA System Addendum No. 5 1. In Addendum #3 item 15, you are requesting four (4) hard copies, and during the pre-bid meeting you asked us to add one, making it five (5) total copies including one original binder. Please clarify the exact number of TOTAL hard copies you will be expecting. We need three (3) print copies plus one (1) hard copy and an electronic copy in CD or USB. The original should be marked original and copies should be labeled Copy 1, Copy 2 and Copy 3, respectively. 2. In reference to the recently issued Addendum #4, please provide answers to the following questions: Item 1. 1. - ABS Controller You are not saying whether you intend to maintain that unique controller in place. It would seem to make sense to take it out and replace it with an MPE controller. Please let us know if you want us to replace it and, if not, we need the exact part number and configuration of this unit. Does it have a Modbus RTU connection like the MPE does? We want this replaced with MPE. In fact, we want all stations to have the same controller system. Lift Station Nos. 5, 7 and 10 It was our understanding that Lift Station Nos. 5, 7 and 10 would be equipped with MPE controllers by time this contract would be awarded. Please confirm that we are expected to install a new controller at Lift Stations 5, 7, and 10. We expect you to install new controllers on these three stations. Item 2. 3. - Phase voltage Please clarify the exact number of sites that need modified and how many new devices are required at each site. Do you have a preferred type or model for the new pressure transducers? It applies to all sites, we have no preferred manufacturer or model. Item 3. System Pressure Understanding that you now want us to supply new pressure transducers on each pump of all 18 existing stations, please provide a preferred make and model, or at least specify the required characteristics i.e. stainless steel? Diaphragm required? Manifold? vent/drain valve? Pipe connection dimension? Please remove this item from your bid. 3. Please confirm that you expect the new communication system to be able to transport video feeds from the lift stations to the control room? Yes 4. This project includes at least two types of lift stations and the drainage pump stations. In general, responses are not clear whether the requirement applies to one or all types of stations. Please clarify for bid consistency among all bidders. This applies to sanitary lift stations only. 2
5. Item 1, #1 - This item states that an ABS controller is located at LS #15. In light of this new information, what is the SCADA requirement (monitor & control list) for LS #15? Which Model ABS controller is installed and what are the interface requirements, if any? Will this controller be replaced with an MPE SC2000 by the City? It appears the 2nd group tour visited LS #15 and the 1st group and was not provided the equal opportunity to visit LS #15. See response 2 above. 6. Item 2, #1, #2, & #3 - Are these requirements for MPE equipped stations? Please clarify which specific stations carry these requirements. See response 2 above. 7. Item 2, #3 - This item states that the city desires voltage measurement. Please clarify if single phase or all three phases are required to be monitored. It would be ideal if city specified the required product manufacturer and model number for consistency among all bidders. In addition, is this requirement for MPE equipped stations only, all lift stations, or all stations in the bid? Three phase, no preferred manufacturer or model. Only for sanitary lift stations. 8. Item 3, #1 - This item states that transducers are installed on certain sites with backup floats. Which specific sites have them and what model transducer(s) are installed? Is this transducer for wet-well level control and measurement? This item also states the transducers will be replaced with new ones. Is this new transducer requirement limited to those sites that already have the transducers? If not, specifically which sites carry this requirement? It would be ideal if city specified the required replacement transducer manufacturer, model and pressure range for consistency among all bidders. Our desire is to change all transducers for all sanitary lift stations, no preferred manufacturer or model. 9. Item 3, #2 - This item seems to tie into Item 3, #1, but discharge pressure is a completely different requirement. Do any of the existing sites currently monitor discharge pressure? If yes, which sites are they? Do all sites have valve pits (dry) with existing line taps (each pump) to monitor discharge pressure? Please provide specific details for each station. It would be ideal if city specified the required discharge pressure transducer manufacturer, model and pressure range for consistency among all bidders. Please remove this item from your bid. See response 2 above. 10. The city s response Item 3, #1 and #2 represents a significant change to the scope of work after the completion of site visits. These new requirements (installation of transducers) necessitate a site survey at every site impacted by the change. Following the clarifications requested above, we request the opportunity to visit every site for transducer installation details (mounting, conduit, etc.) and a time extension to make the visits and bid preparation possible. As stated above, all transducers for all sanitary stations will be replaced under this bid. 11. You have an attachment C for a Proposal Bond, but nowhere in the RFP document are you specifying what amount and duration you wish this proposal bond to be for. Please see attachment C. 3
12. Our bonding company has asked what percentage is the bid bond? Bid bond percentage is 5%. Bid Security: Simultaneously with the delivery of an executed Bid to the Owner, when required, the Bidder shall furnish to the Owner a Bid Security equal to five percent (5%) of the total amount specified in the Bid, as security for the faithful execution of a Contract with the Owner in the event of a bid award by the City Commission. Bid security may be in the form of a cashier's check payable to the City of Dania Beach and drawn on a Florida bank, or a Bid Bond issued by a surety meeting the qualifications stated in these Instructions to Bidders. Bonds shall be submitted on the forms provided by the Owner. Bonds shall be returned subsequent to award of the Contract by the City Commission and execution by the successful Bidder and the appropriate City officials. Failure of the successful Bidder to execute a Contract, to furnish Performance and Payment Bonds when required, and to furnish Certificates of Insurance in the minimum amounts specified in the Bid (or RFP or RLI, as applicable) shall be just cause for the rescission of the award and the retention of the Bid Security deposit by the Owner. Such retention shall be considered not as a penalty, but as liquidation of the claims of the Owner for damages it sustained, which are not otherwise readily ascertainable. Award may then be made to the next ranked Bidder, or all Bids may be rejected. 4
ATTACHMENT C PROPOSAL BOND 5% PROPOSER SURETY Name Address FLORIDA RESIDENT AGENT Name Address OWNER City of Dania Beach, Florida Name 100 West Dania Beach Boulevard Dania Beach, Florida 33004 Address Telephone: (954) 924-6800 Facsimile: (954) 921-2604 Phone Fax PROJECT: Citywide Pump Stations SCADA System City RFP No. 17-002 $ Proposal Due Date Bond Number Bond Date Penal Sum IN WITNESS OF THE FOREGOING, Surety and Proposer, intending to be legally bound, subject to the terms included in this section, do each cause this Proposal Bond to be duly executed on its behalf by its respective, authorized officer, agent, or representative. IDENTITY OF PROPOSER Corporate Name and Seal (or other Full Legal Name) IDENTITY OF SURETY (Attach Power of Attorney) Corporate Name and Seal (or other Full Legal Name) Signature Printed Name and Title Signature Printed Name and Title 5
The above addresses shall be used for giving of required notices. Any singular reference to Proposer, Surety, Florida Resident Agent, Owner or other party shall be considered a plural where applicable. 1. Proposer and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to City upon default of Proposer, the penal sum set forth on the face of this Bond. In no event shall Proposer's and Surety's obligation exceed the penal sum set forth on the face of this Bond. 2. Default of Proposer shall occur upon the failure of the Proposer to deliver within the time required by the Bid and Contract Documents (or any extension of time agreed to in writing by City) a fully executed Agreement, Insurance Agent Statement, all certificates of insurance, and any Performance and Payment Bonds. 3. This obligation shall be null and void if: 3.1 City accepts Proposer's bid and Proposer delivers within the time required by the bidding and contract documents (or any extension of time agreed to in writing by City) the executed Agreement, the Insurance Agent Statement, and the Performance and Payment Bonds, or 3.2 All bids are rejected by City, or 3.3 City fails to issue a Notice of Award to Proposer within the time specified in the RFP documents (or any extension of time agreed to in writing by Proposer and, if applicable, consented to by Surety when required by paragraph five (5) below). 4. Payment under the Proposal Security Bond will be due and payable upon default by Proposer and within thirty (30) calendar days after receipt by Proposer, and Surety of written notice of default from City s City Clerk, which notice will be given with reasonable promptness, identifying the Proposa; Security Bond and the Project, including a statement of the amount due. 5. Surety waives notice of any and all defenses based on, or arising out of, any time extension to issue a Notice of Award agreed to in writing by City and Proposer, provided that the total time for issuing the Notice of Award, including extensions shall not in the aggregate exceed One Hundred Twenty (120) days from the RFP due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to thirty (30) calendar days after the notice of default required in paragraph four (4) above is received by Proposal and Surety, and in no case later than one (1) year after bid due date. 7. Any suit or action under this Bond shall be commenced only in a Florida court of competent jurisdiction. Any award granted shall not be subject to prejudgment interest. 8. Notices required under this Proposal Bond shall be in writing and sent to Proposal and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney 6
evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included in it as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of such statute shall govern and the remainder of this Bond that is not in conflict shall continue in full force and effect. END OF PROPOSAL BOND 7