Loading...
HomeMy Public PortalAboutResolution No. 23-130 Piggyback Miami-Dade County to procure pump telemetry systemSponsored by: Interim City Manager RESOLUTION NO. 23-130 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO PIGGYBACK THE MIAMI-DADE COUNTY CONTRACT RT0620, TO PROCURE A PUMP STATION TELEMETRY SYSTEM, IN AN AMOUNT NOT TO EXCEED TWO HUNDRED TEN THOUSAND, SIX HUNDRED FIFTY-FOUR DOLLARS AND SIXTY CENTS ($210,654.60); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, a pump station telemetry system will identify sewer operating issues within the City of Opa-Locka ("City") before they become significant; and WHEREAS, the Interim City Manager recommends procurement of a pump station telemetry system; and WHEREAS, the City has used "smart covers" on its sewer system since 2017 to signal when a manhole indicates a system back-up. When this arises, a problem has occurred which requires immediate action to mitigate the effect of the problem; and WHEREAS, the City Manager recommends the installation of a pump station telemetry system which will monitor many aspects of pump station operations and provide an early indication of pending problems before they have an opportunity to disrupt sewer operations; and WHEREAS, this system has also been a longstanding recommendation of the Miami -Dade County Division of Environmental Resources Management (DERM); and WHEREAS, Miami -Dade County previously awarded a contract to various pre - qualified vendors, to purchase original equipment manufacturer (OEM) process control and instrumentation (PCI) equipment, parts and accessories; services to include OEM repairs, inspection, testing and calibration of PCI equipment; and installation of PCI equipment (attached as exhibit "A"), pursuant to its Request to Qualify EVN0000005, Resolution No. 23-130 for a contract term commencing June 18, 2023 and ending on June 30, 2028; and WHEREAS, pursuant to Section 2-318 (3) of the City's Purchasing Code allows for purchases and acquisitions under contracts of the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs. The City Manager has determined that the prices of the original contract are competitive and reasonable; and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback the Miami -Dade County Contract RT0620, to purchase original equipment manufacturer (OEM) process control and instrumentation (PCI) equipment, parts and accessories; services to include OEM repairs, inspection, testing and calibration of PCI equipment; and installation of PCI equipment, in order to benefit from already negotiated rates and enter into an agreement to procure a pump station telemetry system, in an amount not to exceed Two Hundred Ten Thousand Six Hundred Fifty - Four Dollars and Sixty Cents ($210,654.60). NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. Adoption of Representations. The above recitals are true and correct and are incorporated into this Resolution by reference. Section 2. Authorization. The City Commission hereby authorizes the Interim City Manager to piggyback Miami -Dade County Contract RT0620 and enter into an agreement to procure a pump station telemetry system, in an amount not to exceed Two Hundred Ten Thousand Six Hundred Fifty -Four Dollars and Sixty Cents ($210,654.60), in the form attached hereto as Exhibit "A". Section 3. Scrivener's Errors. Sections of this Resolution may be renumbered or re - lettered and corrections of typographical errors, which do not affect the intent of this Resolution may be authorized by the Interim City Manager, following review by the City Attorney, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. Effective Date. This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. 2 Resolution No. 23-130 PASSED and ADOPTED this 13th day of September, 2023. ohn H. Tff for Jr., Mayor AT t ST: oa a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: dett'Norris-Weeks, P.A. City Attorney Moved by: Commissioner Bass Seconded by: Commissioner Williams VOTE: 5-0 Commissioner Williams YES Commissioner Kelley YES Commissioner Bass YES Vice Mayor Ervin YES Mayor Taylor YES City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: ci City Manager: Darvin Williams CM Signature: 2 �' , -"<—; Commission Meeting Date: 09/13/2023 Item Type: (EnterXin box) Resolution Ordinance Other X Fiscal Impact: (EnterXin box) i , Yes No Ordinance Reading: (EnterXin box) 1St Reading 2nd Reading X Public Hearing: (EnterXin box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterXin box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: • Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • NI • • Sponsor Name City Manager Department: City Manager Short Title: Pump Station Telemetry System Procurement Staff Summary: Issue / Recommendation: A pump station telemetry system will identify sewer operating issues before they become significant. Staff recommends procurement of a pump station telemetry system. Background: The City has used "smart covers" on its sewer system since 2017 to signal when a manhole indicates a system back-up. When this occurs, a problem has occurred which requires immediate action to mitigate the effect of the problem. Staff would like to install a pump station telemetry system which monitors many aspects of pump station operation and normally will provide an early indication of pending problems before they have an opportunity to disrupt sewer operations. This system has also been a longstanding recommendation of the County Division of Environmental Resources Management (DERM). Current Activity: This system is one of the recommended uses of ARPA grant funding. It is recommended that the City take advantage of an opportunity to piggyback a Miami -Dade County contract (No. RTQO062O) to procure this system for $210,654.60. Financial Impact: Funding for this system is available in the Water -Sewer CIP Fund (Account 86-5356308) which currently has $280,000 of ARPA funding available. 1 Proposed Action: 1 Staff recommends the City Commission authorize the Interim City Manager to procure a pump station telemetry system by piggybacking Miami -Dade County contract (No. RTQ00620) for $210,654.60. Attachment: 1. Agenda 2. Proof of purchase 3. Quote 4. Prequalified vendors S. Contract award sheet i 1 MIAMI -DADS COUNTY Parks & Recreation 275 NW 2nd Street Miami FL 33128 United States Supplier: 0000012518 AWC INC 6655 EXCHEQUER DR BATON ROUGE LA 70809 United States Tax Exempt? Y Purchase Order Page: 1 of 1 Dispatched Dispatch Via Print Purchase Order PR -0000005854 Date 11-18-2021 Revision Payment Terms Net30 Freight Terms Destination Ship Via Common Qarrier Buyer Cabrera, Belkis Phone/ Email belkis. cabrera@miamidade.gov Currency USD Ship To: 11395 SW 79ST. Miami FL 33173 United States 1 Ta$ Exempt ID: MIAMIDADE Contract- RTQ-00620 Process Control & Instrumentation Equipment Qualified and Sole Vendor (see attached) for Mission Communications 1 of 4- Sole Source Letter 2 of 4- List of 51 lift stations with locations 3 of 4- Quote from AWC Inc. 4 of 4- Lift Station Telemetry Specifications for vendor Line- Item/Description Sch 1 - 1 Install Liftstation telemetry to 51 PROS owned sewage liftstations in multiple parks throughout our park system to comply with DERM regulations for annual permitting of said liftstations. SEE ATTACHMENTS (4) Multiple park W/0# 252893- Dane Ackerman Contract ID: 0000006049 Total Amount: 0,000 Total Quantity: 0.00 Mfg ID Attention: Not Specified Bill To: PO Ref: Multi. Park Telemetry -W0252893 111 NW 1st Street 26th Floor 0141370230020 Miami FL 33128-1902 United States Replenishment Option: Standard Quantity UOM PO Price Extended Amt Due Date 1.00 LOT $299,897.30 Contract Line: 0 Amount Open: 0.000 Quantity Open: 0.0000 $299,897.30 12/16/2021 Schedule Total $299,897.30 Release: 1 Item Total Total PO Amount Category Line: 1 $299,897.30 $299,897.30 Missio n 123 SCADA Featu re s: A.C. Power Monitoring, Pump Runtimes (Indi vidual & Combined), P ump Starts, Individual P ump Alarms, Tank Level, Force Main Pressure Battery Backup High Level Alarm Status, Co ntr ol P anel Access/Intrusion notification/Alarm, Runtime vs. Rainfall, Variance, RTU health & comets status, Ready Made reports, Dally Mo nthly, Capaoty, V ol umetric Fl ow Calculations, T ables & Graphs and Charts, Electro nic Key access and Management Reports Hardware: Mission RTUs WY PRICE Subtotal SW550 Mission NEW CUSTOMER -REQUIRED ONE TIME FEE Webslte Setup 1 $250 .00 $250 .00 M152 NEMA 4X $2,050.00 0 .00 M 152 Flatpak $1,900 .00 0 .00 M 852 NEMA4X LIST:LSe1,2, 3D, 9,10,12,1E 7 52,850 .00 19,950.00 M853 FatPak LIST:LSp3,4,5,6.7,8,11C, 11D,14,15,11A,11E 12 $2,700 .00 32,400 .00 I/O Expansion Modules and Safe Mo du le Plus M4GS Analog Input (4 Channel) Expan sion Mo dule UST: L5N12, LSg11C 19 $710 .00 13,490.00 710.00 M653 Digital Inpu t (8 Channel) Expan sion Modu le U ST:LS#11C ()Pumps -Master Lift Station) 1 $710 .00 SPOP-12 Service UST: LSII12, LS811C 20 560 .00 1,200.00 0.00 OP750 Safe Mo dule Plus fo r High Le vel Float status whe n A .C.po wer Is o ut 20 $325 .00 6,500.00 LEVEL, Mou nting Bracket, and Adapto r - - Pulsar D101010 No n -Contact Leve l Dev ice Level monitoring (Volumetric Flow Calculations in Mission) d81.10-10 18 $1,125.00 20,250.00 Pulsar Dl 01010 No n -Co ntact Lev el Dev ice Level monitoring (Volumetric Flo w Calculations in Mission) di3Id0.30 (11C Master Stati on -longer cable required) 1 $1,270 .00, $95.00 1,270.00 1,805.00 Pulsar d B AO 00 4 CS SS ' L"bracke t 19 Pulsar d B AO 0 0 2 a daptor 1" BSP x 20mm Adaptor, material Nylon 66 and 20mm nut 0 $40.00 0.00 Note: Level Instrument Powered by Mission RTU PRESSURE, a nd Power Supplie s Ke ller Su bmersible Press. Tar w/ REO TEMP 0$TF linch ,0-10opsi Gau ge- Val ueline 20 $767.00 15,340 .00 55 Flow -Through pressure transmitter Ma nifold PFM1"FNPTs 1"MN PT 1/4lnch FNPT ta ps SEE required plugs BELOW 20 $200.00 4 ,000 .00 SS 1/4in MNPTpiugs 50 $25.00 1,250.00 Power Supply 120 to 24VDC Phoenix Con ta ct PX1088491 Part n STEP 3-PS/IA C/240C/2.5/PT $65 15 22 $70 .00 1,540.00 Fond Co rpo ratio n Stop Valv e 78.600.4-NL w/Flare fitting 3 $250.00 750.00 Power Supplles,Batterles,Switches . . AC to Dry Contact Re lays (fo r Pump Fault Inputs ov erload Phoe nix Contact PX2966197 (P029966032) 45 $30 .00 1,350 .00 PW429 SPARE RTU Power Supply -Transformer 120vac to l2vac 2 540.00 80.00 PW441 SPARE 5 amp Hr Backup Battery 2 $50 .00 100 .00 Plunger Switches for co ntrol panel a ccess 20 $75 .00 1,500.00 RF414C 20FT Antenna Cable extensio n 1 $215.00 215.00 Hardware T otal 123,950 .00 CELL SERVICE , Installation and Con figuration Labor 5P150-12 0 5347.40 0 .00 SP860.12 19 $563.40 10,704 .60 SP150.24 Cell Serv ice Two years 10% Disco unt 1 0 $ 25.2o 0 .00 5P850-36 Cell Service Two years 15% Disco unt 0 51,015 .00 0.00 I I Labor Site Configu ration I/O Mapping & Startu p and Training 19 $750.00 14,250.00 Ta pping -plastic c oated ductile iron tapping saddles with dual 30455 straps paire d with brass full port co rporation stop valves. LSY3&5 no need for tap. LS912 nee ds 2 tap 17 51,500.00 25,500.00 Installation RTUs, Lev al and Pressure in stallation ELECTRICAL CONTRACTOR JIM Electric 19 51,750 .00 33,250 .00 La bo r by Ele ctrician Inclu de s Supplies (See Note Below)' ELECTRICAL CONTRA CTO R JLM Electric 83,704.60 ESTIMATED SNIPPING 20 5150.00 3,000.00 •Ele cttkeYSY.#r.tF40,1*.f l5„ tiC, rmp mss 4 TL(. ' 'Ql�` Oita. .+v1' i'w `hr y' '1-'3c V.:...,. �.s ' V °saw>r � ✓ r'kt .. :✓ A6 vS sy J wRl lbrlea5.tltbtrr&;:ada'lle n ni, . rrt ;ioner6F '+ �a dOrrar`aw' stF.. ",97. 1., �`, 4.1.0''s b ,. .�,r 7 : �Y. s 6 - c ' 'u T.... . .. .t. .. .?�., z;2 a. ;.: ;iu v:'x. -4,ti, ,s* ,-*Y n .:v: .- ��t".eI 'r1°a'y ��r `".0 rsrt = e4GtandrFptitC i.04O,r`P0i95??aru,?10 1 ,550.00 ACCOUNT & SP ARES 11,100.40 16 10 ,950 .40 15 10,950 .40 14 13,687.40 12 10,950 .40 110 12,110 .40 11C 10,950 .40 118 10,950 .40 I1 A 11,100.40 10 11 ,100 .40 9 10,950 .40 8 10,950 .40 7 10,95040 6 9,950 .40 5 9,450 .40 4 11,100.40 30 9 ,700 .40 3 11400 .40 2 11,100 .40 1 210,654.60 MIAMFQADE COUNTY ROADMAP BID NO. EVN0000005, PROCESS CONTROL AND INSTRUMENTATION EQUIPMENT- PREQUALIFICATION Updated: June 30, 2023 CONTRACT ADMINISTRATOR: Sherry Y. Crockett, sherry.crockettAmiamidade.goly, 305.375.4693 I. OVERVIEW: This Request to Qualify (RTQ) will be used to purchase original equipment manufacturer (OEM) process control and instrumentation (PCI) equipment, parts, and accessories under Group A; services to include OEM repairs, inspection, testing and calibration of PCI equipment under Group B; and installation of PCI equipment under Group C, for multiple Miami -Dade County departments. SupplierNendor submittals are accepted throughout the term of the RTQ for placement in such Pool. U. TERM The term of the Pool is sixty (60) months from June 18, 2023 through June 30, 2028, The Pool shall remain open for the term of the RTQ, enabling Vendors to be pre -qualified at any time during the term. User Departments: Miami Dade Water & Sewer Department (WASD), Parks, Recreation and Open Spaces (PROS) and Regulatory Economic Resources (RER) III. PREQUALIFIED VENDORS: The following vendors have been pre -qualified to provide process control and instrumentation equipment, parts, and accessories which includes repair services, inspection, testing and calibration of equipment and installation services for the Miami Dade Water & Sewer Department (WASD), Parks, Recreation and Open Spaces (PROS) and Regulatory Economic Resources (RER). Vendor Name Address Contact Email Phone Groups Accutech Instrumentation, Inc. 6500 Bowden Road Suite 304 Jacksonville, Fl 32216 Enrique J. Rueda enriaue@accutech.net 305.331.5683 A & B AWC, Inc. 6655 Exchequer Road Baton Rouge, LA 70809 Jim Davis Jim.davisl.�awc-inc.can 561.777.0303 A, B & C CL2 Solutions, LLC 2020 Heartland Circle Valrico, Fl 33594 Jason Erskine jason( cI2solutions.co 813.629.2720 A, B & C m Conde Process Control, LLC 14609 SW 153"d Place Miami, FL 33196 Laurent Conde laurent@condeprocess. 305.219.6816 A, B and C com DMT Instruments, LLC 815 N McGowan Avenue Crystal, Fl 34429 David Morrissey sales a�tlmtinstruments. 407.488.4598 A & B com Fluid Control Specialties, LLC 111 Maritime Drive Sanford, Fl 32771 Robert Whritenour rwhritenour@fc- 407.579.5000 A, B and C spec.com Gilson Engineering Sales of Florida, Inc. 1038 NE 35th Avenue Homestead, FL 33033 Luis Aristeiguieta la(@,gilsoneng.com 305.916.0590 A & B Hach Company 5600 Lindberg Drive Loveland, CO 80538 Glenn Machado amachadoanhach.com 970.214.9094 A & B Hadronex, Inc./dba/SmartCover Systems 2110 Enterprise Street Escondido, CA 92029 Maureen C. Fox mfoxta7.smartcoversyte 855.291.1980 Ext 211 A' B and C ms.com MIAMFDADE COUNTY ROADMAP BID NO. EVN0000005, PROCESS CONTROL AND INSTRUMENTATION EQUIPMENT- PREQUALIFICATION Updated: June 30, 2023 Vendor Name Address Contact Email Phone Groups Lewis & Associates, Inc. PO Box 16518 Tampa, Fl 33687 Nancy Cobb ncobb@la-fi.com 813.986.8450 A & B Nova Water and Sewer Supplies, LLC 5409 NW 74th Avenue Miami, FL 33166 Vincent Bolinches vbolinches@novawater 305.900.3909 A, B and C web.com PRO -CO, Inc. 910 Belle Avenue Suite 1000 Winter Springs, Fl 32708 Bill Grabe bgrabe4aol.com 407.830.6969 A & B PSI Technologies, Inc. 3520 Investment Lane Unit 3 Rivera Beach, FL 33404 Brian Gretzinger brian@psi-techinc.com 305.998.1371 A Quinn Associates Group, Inc. 309 N. Howard Avenue Tampa, Fl 33606 Paul Quinn paul(a.quinnassociates. 813.254.5211 A corn TriNova, Inc. 4485 Laughlin Drive S Mobile, AL 36693 Mainara Costa Mainara.costa@trinovai 863.682.4500 Ext 1086 A, B and C nc.com IV. MANUFACTURERS LIST Refer to Roadmap Attachment V SPOT MARKET QUOTE PROCEDURES Prior to advertisement Prior to advertising an ITQ or WOPR, Departments are reminded that: • Ensure you are using the latest ITQ template: https://intrax.miamidade.goviorocuremenviibrarvrtq-solicitation-template.nuf • Ensure you are inviting all applicable vendors to participate in the ITQ or WOPR. Unless bidding to a specific group or as otherwise outlined in the RTQ, all vendors shall be invited to participate in the ITQ or WOPR. • Insurance Requirements, if necessary, should be detailed in the subsequent spot market solicitation. All ITQs and WOPRs shall be sent to Risk Management (Maxine Lodenquai, Maxine.Lodenquai anmiamidade.gov) for review of applicable insurance requirements, prior to issuing the ITQ/WOPR. The requirements provided by Risk Management must be included in your ITQ/WOPR. • All ITQs and WOPRs must be submitted to the Small Business Division of the Internal Services Department (Laurie Johnson, Laurie.Johnson a(�,miamidade.gov) for Small Business Enterprise measures and wage requirements prior to issuing the ITQ/WOPR. The measures and wage requirements provided by Small Business must be included in your ITQ/WOPR. • All ITQs must be posted to the Cone of Silence Log located here: https://iiintrax.miamidade.gov/apps/ISD/SBDCOS/Home/Index Prior to award recommendation Prior to making an award, Departments are reminded that: • Obtain a signed Non -Collusion Affidavit from the vendor to be recommended for award if the award value exceeds $250,000. The Collusion Affidavit shall list all vendors that participated in the process. • Check that the recommended vendor is responsible; including checking the pre -award Vendor Website at http:/fintra.miamidade.qov/procurementivendor-compliance.asp . Departments may want to include a check of the vendor's performance history in BTS. (Go to Vendors Home Page, click on Registered Vendors, locate the vendor, in that vendor's profile, click on the Non.Perf.Hist. button.) • Check that the vendor has the applicable insurance on file in the Risk Management database. If not, seek an insurance certificate for the proper coverages and return a copy to Risk Management. MIAMFDADE COUNTY ROADMAP BID NO. EVN0000005, PROCESS CONTROL AND INSTRUMENTATION EQUIPMENT- PREQUALIFICATION Updated: June 30, 2023 At Award Recommendation • Pursuant to Section 2-11.1(t) of the County Code, all ITQs and WOPRs are subject to the Cone of Silence. Once an award recommendation is made, the department issuing the ITQ shall log onto the Cone of Silence Report and remove the project here: https://iintrax.miamidade.gov/apps/ISD/SBDCOS/Home/Index • In your notice to participants of the quote results, copy the Clerk of the Board (clerkbcc@miamidade.gov) and include language advising the vendor that the Cone of Silence is lifted. (sample language - In accordance with the referenced solicitation, and Section 2-8.4 of the Code of Miami -Dade County, you are hereby notified that the — department, recommends award of this quote to: . Our provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action as dictated by Section 2-11.1(t) of the County Code.) • When the award value exceeds $25,000, allow for a three (3) business day protest period, beginning the day after the award recommendation is posted with the Clerk and notification is sent to all participants. It is the responsibility of the user Department Director to ensure compliance with the above -mentioned procedures. Purchases under this pool will be subject to random review or audit by County authorities, including but not limited to, the Strategic Procurement Department, Audit and Management, and the Office of the Inspector General, MIAMN)ADE COUNTY ROADMAP BID NO. EVN0000005, PROCESS CONTROL AND INSTRUMENTATION EQUIPMENT- PREQUALIFICATION Updated: June 30, 2023 V. EVENT LOG NO. DATE ISSUED DESCRIPTION Officer 3 06/30/2023 Added vendors AWC, Inc. and Gilson Engineering Sales of South Florida, Inc. to the pool Sherry Y. Crockett 2 06/23/2023 Conde Process Control, LLC has added an additional manufacturer Schneider Electric. See roadmap attachment. Sherry Y. Crockett 1 06/22/2023 Added vendors CL2 Solutions, LLC, Lewis & Associates, Inc., Pro -Co, Inc., and Quinn Associates Group, Inc. to the pool Sherry Y. Crockett