Loading...
Exh 4C Part 1AGENDA ITEM #4C AGENDA ITEM: SUBMITTED BY: DATE: JULY 22, 2002 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT Design/Build SCADA System RFP and Bid No. 0102-16 Donna Kaluziuak, CEP, July 12, 2002 Utility Director BACKGROUND: The City Commission budgeted for design and construction of a Supervisory Control and Data Acquisition (SCADA) system for water and wastewater treatment facilities. The SCADA system will allow for remote monitoring and some control over five of the City's treatment facilities: Wastewater Plant #1 (1100 Sandpiper Lane), Wastewater Plant #2 (739 Wonderwood Road), Water Plant #1 (469 I1`h St.), Water Plant #2 (2301 Mayport Road) and Water Plant #3 (902 Assisi Lane). The central control site will be located at Wastewater Plant #1, which is staffed 16 hours per day. From this site, the operator will be able to intermittently monitor conditions at the other treatment plants while performing his duties and respond to alarms during evening hours. In some cases equipment may be turned on or offremotely until the operator can respond or call for assistance. Interactive touch-screen panels will be located at all of the facilities, to allow for monitoring/controlfiom any of the treatment plants. Laptops will be provided to allow staff access to the SCADA system from remote locations. The SCADA system will provide much more detailed process information for Wastewater Treatment Plant #2, which is only staffed 8 hours per day, resulting in improved operational control. In addition, SCADA will allow for operating all three water plants offthe elevated tank levels, which is necessary to permanently open the interconnections between the Atlantic Beach and Buccaneer Districts and operate both systems as a single grid. As noted in the Water Master Plan, combining both districts into a single system provides increased system reliability and solves certain low-pressure problems in the Buccaneer District. The overall plan for SCADA is to start with the treatment plants in the current yeaz, expand to add ten large lift stations next fiscal yeaz, and finish with the rema;n;ng lift stations in FY04. Providing SCADA to the lift stations will help to prevent sanitary sewer overIlows, provide improved customer service (customers won't have to wake up to an alarm and call the City to report a lift station problem), and should reduce overtime. We requested additive alternate bid prices for these phases believing prices might come in under budget. City staffprepazed an RFP for adesign/build SCADA system. The design/buIld delivery method (which was previously used for the Dutton Island Culvert Replacement and Beach Avenue Water Main projects) is based on a review and scoring oftechnical proposals, which include the contractor's qualifications, conceptual design and components, followed by bids. Award recommendation is based on the lowest adjusted score, which is computed by dividing the total base bid cost by the technical score, and not necessarily the low bid. AGENDA ITEM #4C JiJLY 22, 2002 Seven technical proposals were received on June 12, 2002 and were ranked by staff based on technical and management criteria and project schedule. Six price proposals for Bid No. 0102- 16were opened on June 26, 2002. Prior to reading the bid prices, technical scores were announced. A summary of the results is as follows: Contractor Total Base Bid Technical Score Ad'usted Score American Com uter Technolo ies $110,800.00 82.55 1342 Butler National Services $176,656.00 69.20 2553 Control Desi n, Inc. 597,174.00 86.60 1122 Digital Control Co $82,551.02 65.75 1256 Duos En ineer ,Inc. $181,538.00 78.90 2301 Sun Coast Hydraulic Electric Mfg., Inc. $188,738.00 78.20 2414 One bid price was lower than that of the contractor recommended for awazd. However, the technical proposal was missing one of the required items, and received lower scores than the selected contractor in several azeas. We received a letter from this contractor protesting staff s recommendation and have responded as noted above. A bid protest was also received from the high-bidder, who stated he included extra items in his bid because specifications were unclear. Staff was able to respond and show the RFP clearly stated the requirements for submittals. In order to save costs, the RFP advised contractors that laptops, computers and printers needed for the SCADA system would be specified by the contractor but purchased by the City under state contract. The estimated cost for computer equipment is approximately $10,000. BUDGET: A total of $70,000 was budgeted for this project in the water and sewer treatment funds, in account nos. 400-5502-533-6300 and 410-5508-535-6300. Projects to date in the water and sewer funds aze approximately $300,000 under budget, so sufficient funds are available to complete the project. RECOMMENDATION: Award the contract for the base bid for Design/Build SCADA System, RFP and Bid No. 0102-16, to Control Design, Inc. in the amount of $92,174.00. Authorize staff to purchase associated computer equipment under the state contract, as specified by the design builder in an amount not to exceed $10,000. ATTACHMENTS: 1. 2. 3. 4. Bid Tabulation Form Bid Analysis Evaluation Scoring Sheet Request for Proposal REVIEWED BY CITY City of Atlantic Beach DESIGN/BUILD SCADA SYSTEM June 26, 2002 BID #0102.16 3:00 PM American Butler Control Digital Duos L3 Sun Coast Computer National Design, Conlyd Engineering Communications Hydraulic Elec. R wired Documents Technd les Services Inc. Cor . USA ,Inc. Mf .Inc. Submission in Tri licate X X X X X X X X N O X X Bid Bond 5% X X X X X X X Ori final Insurance Certificates X X X B X Si ned Co of Document R ulrements Checklist X X X X Com leted W-9 Form X X X X X X X I D X Dru Free Work lace Form X X X X X X X Statement on Public Entit Crimes X X X Acknowled menf of Recel t of Addrye'nda '^~a"FL Ir _Y ~ ~ 4'e1 :+1 ~YidS'y++2 .c E X -..- ~ TAIi} / X 'S' (.*_ ..&.NS X .el. ~i.~, vm ...i, X .~~~~i.rfw.-.TA X EYr e°.ae~~~'#:{ ~. ~"'.^ ~ _- +v. :.w"(~~.~ S::y BASE BID PHASE t Desi nl8uilders Desi n Services $35,800.00 $18,594.00 $29,324.00 $108,905.00 $42,914.28 Total Fees/Permits Costs N/C 00 $75 000 N/C $70,580.00 $1,125.00 $52102.02 NIC $74,833.00 NIC $145,823.72 Construction TOTAL BASE BID PROJECT COST fTEM51.3 , . $110,800.00 $176,656.00 $97,174.00 $82,551.02 $181,538.00 $188,738.00 ADDITIVE ALTERNATE I-PHASE 2 Desi nlBUilder's Desi n Services $17,292.00 $3,000.00 $10,265.00 $13,820.00 $22,142.85 Tdtal FeeslPermits Costs NiC N/C $2,250.00 .NIC N/C Construction $32,708.00 $58,000.00 $37,343.50 $5,658.00 $67,831.15 TOTAL ADDITIVE ALTERNATE 1 COST ITEMS 1J $50,000.00 $106,592.00 $61 000.00 $49,85(1.50 $19,678.00 $89,974.00 ADDITIVE ALTERNATE 2-PHASE 3 Desi nlBuilder's Desi n Services $37,924.00 $6,000.00 $19,503.50 $13,820.00 $20,714.28 Total feeslPermifs Costs NIC $57 076.00 N/C $109,900.00 $4,275.00 $70,952.65 NIC $5,850.00 N/C $99,649.72 Construction TOTAL ADDITIVE ALTERNATE 2 COST ITEMS 13 , $95,000.00 $104,818.00 $115,900.00 $94,731.15 $19,678.00 $120,364.00 ADDITIVE ALTERNATE 3-PHASE 4 ' 00 $20 836 000,00 $3 $8,212.00 NO $21,714.20 s Desi n Services Desi nl8ulider , . NIC , N/C $1,800.00 ALTERNATE NIC Total FeeslPermits Costs 164.00 $24 $45,800.00 $29,874.80 BID $50,208.72 Construction TOTAL ADDITIVE ALTERNATE 9 COST ITEMS 1~9 , $45,000 00 $48 800 00 $39 886 80 , ~ $79 921.00 - .._ ~:,.:._ ~~. ~ -a~l~--~ '~ ... m a~f'iaF~ riv..--~~- ~ -~ ~~-?-e.3+ .; .• ~ ~ fi w~x~. ;~, r ~. st -~~.r~ ~~ . . ->. , .. ,ti, c x SCORES FROM TECHNICAL PROPOSALS 82.55% 69 20°h 86.80°/a 65.75% 78 90% 64.25% 76.20% "Buller Svcs. Alternate Bids on 1, Ph 2 $91 359.00 •amre. 4vea_ Alternate Bida on 2. Ph 3 $86,078.00 Bid award based on Department Analysis and Commisalon Approval ~ ~ ~z ~d N~ N t-i y N Cyz1 O 7 O ~1 N ~ A n BID ANALYSIS Design/Build SCADA System non wn m.1 a ,-. ,,, s~~~,.~~ ..~t;~~t!. r.. ~Yj~~#u s}~;Lk~ 3~:'~~,t BASE BID PHASE t American Computer Technologies ;'*,'y-="tik,~.t,~`. ~_s Butler National Services i:'~~`-+~n v,,..~~.'~_..~~ Control Design, Inc. ~'fi„'.:. ...,, ~'r_(~ Digital Control Corp. ..<.~ ~`... _T_'"`~ Duos Engineering (USA), Inc. ,.':~.5_;:.: ~. n..,. ~i~i L3 Communications t. !' '~:'.*4~5'"- Sun Coast Hydraulic Elec. Mfg. Inc. ,~. .+~'m_.i~,_ Design/Builder's Design Services $35,800.00 $18,594.00 $29,324.00 $106,905.00 $42,914.28 Total Fees/Permits Costs $0.00 $0.00 $1,125.00 $0.00 $0.00 Construction $75,000.00 $78,580.00 $52,102.02 $74,633.00 $145,823.72 TOTAL BASE BID PROJECT COST (ITEMS 1-3) $110,800.00 $176,656.00 $97,174.00 $82,551.02 $181,538.00 $186,738.00 ADDITIVE ALTERNATE I-PHASE 2 Design/Builder's Design Services $17,292.00 $3,000.00 $10,265.00 $13,820.00 $22,142.85 Total Fees/Permits Costs $0.00 $0.00 $2,250.00 $0.00 $0.00 Construction $32,708.00 $58,000.00 $37,343.50 $5,858.00 $67,837.15 TOTAL ADDITIVE ALTERNATE 1 COST (ITEMS 13) $50,000.00 $106,592.00 $61,000.00 $49,858.50 $19,678.00 $89,974.00 ADDITIVE ALTERNATE 2-PHASE 3 Design/BUildefs Design Services $37,924.00 $6,000.00 $19,503.50 $13,820.00 $20,714.28 Total Fees/Permits Costs $0.00 $0.00 $4,275.00 $0.00 $0.00 Construction $57,076.00 $109,900.00 $70,952.65 $5,858.00 $99,649.72 TOTAL ADDITIVE ALTERNATE 2 COST (ITEMS 1-3) $95,000.00 $104,818.00 $115,900.00 $94,731.15 $19,678.00 $120,364.00 ADDITIVE ALTERNATE 3-PHASE 4 DesignlBuilder's Design Services $20,836.00 $3,000.00 $8,272.00 NO $21,714.28 Total FeeslPermits Costs $0.00 $0.00 $1,600.00 ALTERNATE $0.00 Construction $24,164.00 $45,800.00 $29,874.80 BID $58,206.72 TOTAL ADDITIVE ALTERNATE 3 COST (ITEMS 1-3) r': .s ~ ~~.. ~. - ,~ .~ ~ 4 am„~3n. "p$s._...._.7 i»uJem _dEh'.'h-~ _. „_= .~ .. SCORES FROM TECHNICAL PROPOSALS $45,000.00 L h ..y~ tn.....rv_.-.„d"n. s` .v_ 82.55 yn. Y~.x,~p y„ `.x2~'1 :r'.~..,n 69.20 $48,800.00 *,. ~_ T _ ~vi-FS....~ d'# a... ,.> 86.60 $39,866.80 ;Lni E ,..._v.fi vo 65.75 ~ ~:.ax'vt~ 3$ ..nrs:........._.. d _ 78.90 -}s 3 T I. ev..=..., ,._ut_...f E 64.25 $7J9,921.00 .}6.5^~,x~+c ;. ~-' ......v .. ,. 78.20 `Butler Svcs. Alternate Bids on 1, Ph 2 $91,359.00 'Butler Svcs. Alternate Bids on 2, Ph 3 $86,078.00 TOTAL BASE BID COST DIVIDED BY TECHNICAL SCORE: 1,342 2,553 1,122 1,256 2,301 2,414' 4 ~ ~ r d ~- ~ N Fy N y N CrJ - O 7 , O ~1 N ~ AGENDA ITEM #4C JULY 22, 2002 EVALUATION SCORE FOR THE DESIGN/BUILD SCADA SYSTEM TECHNICAL PROPOSALS SCADA Approach and Qualifications System and Firm Understanding Schedule and Staffing Proximity Project Evaluation of Project (10%) Plan (15%) Components (20%) (Y5%) 30 /° Final Jacksonville American completion (Branch) Computer 2/10/03 Headquarters Technologies in Orlando 17.80 6.70 21.00 12.15 24.90 82.55 120 days Not specified. Butler from signing Address is Ft. National Services of contract Lauderdale. 15.00 8.50 19.00 8.10 18.60 69.20 Control Completion Jacksonville Design, Inc. 12/15/02 17.00 8.50 22.25 14.85 24.00 86.60 Digital 27 weeks Largo, FL Control (189 days) (250 miles) Corp. 13.20 7.40 18.00 8.25 18.90 65.75 Duos Completion Jacksonville Engineering 10/14/02 (USA), Ina 14.00 9.70 15.00 14.40 25.80 78.90 Will submit Largo, FL L3 upon approval of Communications 13.40 submittals. 19.00 8.25 18.60 64.25 5.00 Completion Jacksonville Sun Coast 10131/02. Hydraulic Electric Mfg. Inc. 14.40 9.10 18.25 14.55 21.90 78.20 Review Team: Donna Kaluzniak, Tim Townsend, Harry McNally, Chris Walker, Bryan Smith AGENDA ITEM #4C JULY 22, 2002 CITY OF ATLANTIC BEACH REQUEST FOR TECHNICAL PROPOSALS AND PRICE PROPOSALS (BIDS) NO.0102-16 PROFESSIONAL ENGINEERING AND CONSTRUCTION SERVICES DESIGN/BUILD SCADA SYSTEM May 3, 2002 The City of Atlantic Beach is soliciting for technical proposals and price proposals (bids) for the above design-build project to provide a Supervisory Control and Data Acquisition (SCADA) system for the City's water/wastewater utilities. Because this is a design-build project, there will be two separate submittals: Technical Proposals (RFP No. 0102-16): Four (4) copies of the technical proposal(s) aze to be delivered to Ms. Donna I{aluziilak, CEP, Utility Director, 1200 Sandpiper Lane, Atlantic Beach, FL 32233 no later than 4:30 p.m., Wednesday, June 12, 2002. The package shall be marked: "RFP #0102-16 DESIGNBUILD SCADA SYSTEM TECHNICAL PROPOSAL." Technical proposals shall meet the proposal requirements stated in Section 2.0 of this Request for Proposals (RFP), and shall be evaluated on the criteria as stated in Section 3.0 of this RFP. Each proposal will be evaluated and awarded a TECHNICAL SCORE prior to receiving price proposals. NO COST OR PRICING INFORMATION IS TO BE INCLUDED WITH THE TECHNICAL PROPOSAL. TECHNICAL PROPOSALS THAT CONTAIN PRICING INFORMATION WILL BE DISQUALIFIED. Price Proposals Bid No. 0102-161: Each DesignBuilder shall submit three (3) copies of the price proposal (bid) corresponding to their technical proposal in a sepazate, sealed package to the Purchasing Agent, 800 Seminole Road, Atlantic Beach, FL 32233 no later than 2:30 p.m. on Wednesday, June 26, 2002. The package shall be marked: "BID #0102-16 DESIGNBUILD SCADA SYSTEM PRICE PROPOSAL". Thereafter, at 3:00 p.m., the price proposals will be opened at City Hall Commission Chambers, 800 Seminole Road, Atlantic Beach, FL. AT THE BID OPENING, TECHNICAL SCORES WILL BE ANNOUNCED FOR ALL TECHNICAL PROPOSALS RECEIVED, AND THEN PRICE PROPOSALS WILL BE OPENED. PRICE PROPOSALS RECEIVED WITHOUT PRIOR SUBMITTAL OF A TECHNICAL PROPOSAL WILL BE DISQUALIFIED. 1 AGENDA ITEM #4C JULY 22, 2002 1.0 PROJECT INFORMATION 1.1 PROJECT NAME Design-Build SCADA System " 1.2 PROJECT LOCATION The project is located in the City of Atlantic Beach's water/wastewater utility service area. 1.3 PROJECT DESCRIPTION The City of Atlantic Beach is requesting qualifications for adesign/build Supervisory Control and Data Acquisition (SCADA) system for Water Plants #1, #2 and #3, and Wastewater Plants #1 and #2. Future additions to the SCADA system may include lift stations and potable water wells. The prospective Contractor shall submit information in the technical proposal as noted in Section 2.0 of this RFP. The ability to construct and start-up a SCADA system in a timely manner within budget constraints is important to this project. Proof of the ability to perform all aspects of the work and "get the job done" is ofthe utmost in consideration of the prospective proposal. Contact with key department staff prior to submitting a proposal is encouraged. Appointments can be made by contacting Ms. Donna Kaluzniak, Public Utilities Director, City of Atlantic Beach, at 904-247-5834. Key staff members involved in the project are: Donna Kaluzniak, Utility Director 904-247-5834 Tim Townsend, Special Projects Manager 904-247-5839 Harry McNally, Plants Division Director 904-247-5838 Bryan Smith, Network Administrator 904-403-0425 This proposal seeks to install a SCADA system for the following water and wastewater facilities: Base Bid -Phase I Water Plant #1, located at 469 11`h Street, Atlantic Beach, FL Water Plant #2, located at 2301 Mayport Road, Atlantic Beach, FL Water Plant #3, located at 902 Assisi Lane, Jacksonville, FL Wastewater Plant #1, located at 1100 Sandpiper Lane, Atlantic Beach, FL Wastewater Plant #2, located at 739 Wonderwood Drive, Jacksonville, FL Additive Alternate 1 -Phase 2: Future expansion to integrate 10 major lift stations Additive Alternate 2 -Phase 3: Future expansion to integrate 19 smaller lift stations Additive Alternate 3 -Phase 4: Future expansion to integrate 8 potable wells 2 AGENDA ITEM #4C JULY 22, 2002 This specification covers the design, supply and installation of a complete water and wastewater SCADA system to provide control, monitoring, status and alarm reporting and dialout system; complete with graphics and report generation. There is an existing tone telemetry system that will be replaced with programmable logic controller and a spread spectrum radio communication system or other type SCADA system as approved by the City. 1.3.1 SCOPE a. In general, the work specified in this section includes furnishing all labor, material and services necessary to design and install the SCADA system, including all fees, charges and permits necessary. b. This specification reuses the existing enclosures. c. The existing Bristol-Babcock tone telemetry system will be replaced at Water Plants #1 and #2. The same wiring for inputs and outputs on the tone telemetry system will be used. The operation of these water plants will remain exactly as it is presently. The elevated storage level will sequence the operation of the high service pumps, and will include Water Plant #3 in the sequencing. The existing Allen Bradley PLC will be used at Wastewater Plant #2. Radio Telemetr~ption: A radio antenna will be installed on the elevated water tank at Water Plant #1. Radio antennae towers will be installed at Water Plants #2 and #3, and Wastewater Plants #1 and #2. Operator touch screen interface panels with system graphics will be installed at Water Plants #1, #2 and #3, and Wastewater Plant #2. A PC with overall SCADA software package that will monitor, control, alarm, and collect data will be located at Wastewater Plant #L. Color touch screen operator interface panels will be 10" in size at Water Plant #1 and Wastewater Plant #2, and 6" in size at Water Plants #2 and #3. The SCADA system will have the ability to add 29 lift station, 8 potable well and other monitoring points for future expansion. The SCADA system will have the maximum number of tags. Other Options: The proposal need not be limited to radio telemetry, but may include any design demonstrated to be in the best interest of the City. The proposal must include a method of providing connectivity for all treatment plants and additional facilities to provide control, monitoring, data acquisition, security, alarms and reporting. 1.3.2 GENERAL REQUIREMENTS a. Intent - It is the intent of these specifications that the Contractor furnish the new system installed and interfaced with the existing signal contacts, started-up, debugged, ready and operational to meet the intended date. b. Meetines -After the contract is awarded, the Contractor shall attend a system scope AGENDA ITEM #4C JULY 22, 2002 clarification meeting with the City's representative prior to submitting the system design. This meeting will be held at the Conference Room at 902 Assisi Lane, Atlantic Beach. At that time the report, computer specifications and graphic screen format requirements will be finalized. c. Submittals -Six copies of submittals shall be supplied for the City's approval. This approval must be given before any equipment can be delivered to the job site. d. O&M Manuals -Three copies of O&M Manuals shall be supplied for all equipment supplied. All wiring diagrams will be supplied in AutoCAD 14 or higher format with complete notation. e. Software and Installation Manuals -One complete set of hardware installation, module wiring, reference programmhig and all other manuals needed to install, program, and maintain all components of the SCADA system shall be provided. e. Eouinment himitation -All equipment furnished under this section of the specifications shall be new and unused. f. Suppl}_of Equipment -The system supplier shall be required to have his own in-house capability to handle complete system installation, software programming and modification and system commissioning. g. Guarantee -The Contractor shall furnish to the City a written one-yeaz guazantee covering material and workmanship for all installation, programming, equipment and parts supplied under this contract. The guarantor will, upon notice, without undue delay, and without expense to the City, repair or replace any equipment considered defective by the City within this period. The one-year guazantee period will be extended on repaired or replaced parts to one year from the date of acceptance of the repaired or replaced parts. 1.3.3 SCADA SYSTEM RTU EQUIPMENT Note: Existing PLC and equipment in the City's system is Allen Bradley. If the Radio Telemetr~ption is used, RTU equipment shall be a solid-state microprocessor based system with an open azchitecture user program that will be licensed to the City of Atlantic Beach. Equipment shall include: a. Allen Bradley Micrologic 1500 or SLC 500 programmable controllers with both discrete inputs and outputs and analog inputs. b. Allen Bradley programming softwaze and programmng for system operation with complete documentation. c. Spread spectrum radio, 900 MB - No license required. d. Antennae, coax cable, lightning protection and accessories. e. Panel components and wiring to replace existing telemetry with PLC's. AGENDA ITEM #4C JULY 22, 2002 f. SCADA softwaze package, including two-way communication for monitoring and control signals for up to 10,000 tags (items). All softwaze must be based on open architecture industry standazds. g. System Graphics Screen with all Equipment Status. h. Historical Data Trending. i. Alarm actuation and documenting. j. Computers, monitors and printers to be supplied by the City. 1.3.4 CENTRAL MONITORING SYSTEM The Central Monitoring System shall consist of a Microprocessor Based PLC (Allen Bradley) for polling of RTU's and a Compatible Personal Computer with 19" monitor and printer (to be supplied by City), and open architecture software for polling and report generation. The Central PLC shall have sufficient user memory to store data from a minimum of 50 remote stations and must be expandable if future needsrequire. it. 1.3.5 SOFTWARE The human-machine interface (HMI) software shall be an open architecture type capable ofbeing programmed to poll RTU's, show data on individual graphic screens and generate and print daily and monthly reports. The softwaze shall be the latest Windows based operating system that does not require proprietary hazdware for operation and development programming. All softwaze shall become the property ofthe City and all licensing for the softwaze will be passed through to the City. Local support for softwaze shall be available. Complete documentation for the operating programs generated for this installation shall be supplied to the City in written printouts and on CD. The program shall be capable of being changed and modified locally and shall not be proprietary to the degree the City is prohibited$om doing its own programming. The softwaze and programming for system operation (with complete documentation) shall be Allen Bradley. 1.3.6 INSTALLATION TESTING After the hazdwaze and softwaze are installed and the debugging is complete, tests shall be conducted at each site and deficiencies corrected. All functions of the system shall be demonstrated to the satisfaction of the City. 1.3.7 TEST EQUIPMENT Test equipment shall be provided to the City and shall be used in conducting system checks. During this checkout, the Contractor shall train the City personnel in the proper procedures to use in troubleshooting the SCADA system equipment. The equipment consists of: 2 Two (2) Pentium laptop computers with sufficient features to properly 5 AGENDA ITEM #4C JULY 22, 2002 checkout SCADA system (to be purchased by City) 3 One (1) Pro-Con Software with license or other appropriate testing software, as approved by the City 4 One (1) Bird Thru-Line Watt Meter 1/173 MHz with appropriate element for the system installed 5 One (1) Digital Multi-meter 1.3.8 TRAINING Following acceptance of the SCADA system start-up, the Contractor shall conduct a complete training program at the central monitoring site for a minimum of eight (8) owner-selected personnel. The training shall include operation, preventative maintenance, and troubleshooting instructions relative to all components of the system provided. In addition, atwo-day familiarization training program for computer programming, covering the system programs, shall be conducted. All softwaze, programs, manuals, documentation and licenses shall be turned over to the City a$er the training. The contractor will videotape all training sessions, with videotapes supplied to the City for future reference. 1.3.9 SUPPORT The contractor shall provide full system support at no chazge to the City for one yeaz after acceptance of the SCADA system. Thereafter, system support shall be available to the City at the vendor's standard rate less 20%. Local, on-site support shall be available to the City with a maximum 24-hour response time. 1.4 OTHER PROJECT REQUIREMENTS A 5% Bid Bond will be required to be submitted with the bid. Payment and Performance Bonds must be submitted after the contract is awazded. 1.5 CONTACT Any questions regarding this project should be directed to Ms. Donna Kaluzniak, Utility Director, at 904-247-5834 or through a-mail at dkaluzniak(a,ci.atlantic-beach.fl.us. 6 AGENDA ITEM #4C JULY 22, 2002 2.0 TECHNICAL PROPOSAL REQUIREMENTS 2.1 GENERAL Each Firm, or Contractor, being considered for this project is required to submit a Technical Proposal, demonstrating the Firm's understanding of the project information as described in Section 1.0 of this RFP. The Technical Proposal shall include sufficient information to enable the City of Atlantic Beach (City) to evaluate the capability of the Firm to provide the desired services. The data shall be significant to the project and shall be innovative, when appropriate, and practical. Discussions ofpast performances on other projects shall be minimised except as they relate to the proposed work. Items A. through E. shall 6e included in the Technical Proposals. Properly reference each of the items A. through E. as they appear in the proposal: A. APPROACH AND UNDERSTANDING OF THE PROJECT The Contractor shall present a plan for completing the specified work. The efficient use of manpower and rnaterials shall be considered. Innovative approaches for providing services may be discussed in the Proposal. Contractors may submit more than one proposal, however, each proposal shall be identified and submitted separately and will be evaluated as such. The Contractor must adequately identify corresponding price proposals. B. SCHEDULE OF EVENTS A summary progress schedule of anticipated major milestones and their associated phasing with other activities shall be provided in the Proposal. At a minimum, this schedule must address the following items: • Anticipated Awazd Date. (July 8, 2002) • System Scope Clarification Meeting • Design Schedulo. • Design Review/Approval Milestones • Start of Construction • Construction Milestones and Phasing • Substantial Completion Date • Startup and Training • Final Completion Date for all Work* *These dates shall become calendar date for completion of the contract (or part of the contract), modified by approved extensions of time. 7 AGENDA ITEM #4C JULY 22, 2002 C. QUALIFICATIONS AND STAFFING PLAN The Contractor shall provide information to demonstrate the firm's capability to perform the design and construction work as follows: The Contractor shall submit a summary of qualifications, including number of years the firm has performed similar work, and a list of similar past projects. The Contractor shall submit proof of experience in the design and installation of SCADA systems for municipal or private utilities. 2. The Contractor shall submit positive references, including fax numbers, from at least five governmental agencies or companies who contract with the firm for installation and construction of SCADA systems for water/sewer utilities. 3. The Contractor shall submit copies oftheir certified financial statements for the last two years 4. The Contractor shall submit written proof of insurance to serve Atlantic Beach Required level of insurance can be obtained from the City's Purchasing Department. 5. The Contractor shall have a Workers' Compensation Insurance Experience Modification Rating ("X-Mod") of 1.0 or less, or a three-yeaz average X-Mod of 1.0 or less. 6. The Contractor shall submit a staffing plan that clearly illustrates the key elements of the organizational structure proposed to accomplish the management, design, technical, construction, and administrative services required. Project management and key personnel within each area of required services shall be identified and past experience of each, as related to this project, shall be discussed. Other items to be included in the discussion of the staffing plan aze: Man-loading requirements (both quality and quantity) for all technical services. Man-loading capabilities for team firm(s). Man-loading availability for the project. D. PROXIMITY Location of the design, installation, software and support team members shall be noted. AGENDA ITEM #4C JULY 22, 2002 Firms being considered for this project may have more than one office location. The office assigned responsibility for the work shall be identified in the Proposal. If different elements of the work will be done at different locations, those locations shall be listed. Local on-site support must be available within 24 hours after receiving a request. E. SCADA SYSTEM AND PROJECT COMPONENTS Preliminary design plans included with the Proposal shall include the following minimum information: 1. Information on the proposed SCADA system including the following: • System reliability • Method of system connectivity • Ease of operation and configuration • Ability to provide for future system expansion • Compatibility with other SCADA systems • Security including, but not limited to: -Methods of preventing interference with radio signals, if applicable -Methods of preventing unauthorized access to system programming or information • System maintenance and repair: -Parts and equipment availability -Troubleshooting and diagnostic methods -Ease of maintenance, troubleshooting and repair -Typical annual maintenance and repair costs (Note: NO price information for design or installation of the system can be included) • System support availability and response times for all components 2. General plan and technical discussion of project components showing the following: • Materials of construction • Hardwaze • Softwaze • Communications method and equipment • Electrical and electronic equipment • Proposed methods of construction and phasing • Methods to m;n;m~e interference with system operations during installation • Coordination with City and/or other agencies • Training 9 AGENDA ITEM #4C JULY 22, 2002 3.0 TECHNICAL PROPOSAL EVALUATION CRITERIA The Technical Review Committee shall review the Proposal submitted by each firm and shall establish a technical score for each firm based on the following criteria. Each item shall be scored and weighted as follows: ITEM WEIGHT MAX. WEIGHTED SCORE A. APPROACH AND UNDERSTANDING OF PROJECT 20% 20 B. SCHEDULE 10% 10 C. QUALIFICATIONS AND STAFFING PLAN 25% 25 D. PROXIMITY 15% 15 E. SCADA SYSTEM AND PROJECT COMPONENTS 30% 30 TOTAL MAXIMUM SCORE 100 4.0 FINAL SELECTION OF DESIGNBUILDER Technical proposals will be evaluated and scored. Technical score results will be placed in a sealed envelope until the bid opening date. Technical scores will be read publicly at the bid opening, just prior to opening the sealed price proposals (bids). After the Bid Analysis has been completed, City staffwill compute the adjusted score, by dividing each DesignBuilder's price by the score received on the TechnicaCProposal Evaluation Form. The City's intent is to recommend an award to the DesignBuilder with the lowest adjusted score. However, the City reserves the right to recommend any awazd deemed in the best interest of the City. An example of how the adjusted score will be computed is as follows: Design/Builder Price Proposal Technical Score Adjusted Score A $95,000 90 1055 B $90,000 80 1125 C $85,000 70 1214 Unless all proposals aze rejected, City staff intends to recommend that the City Commission approve an award to the DesignBuilder with the lowest adjusted score. However, the City reserves the right to reject all proposals, waive technicalities or informalities, and award the contract believed to be in the best interest of the City. 10 AGENDA ITEM #4C JULY 22, 2002 5.0 PRICE PROPOSAL REQUIREMENTS 5.1 GENERAL Each Design/Builder shall submit three (3) copies of the Price Proposal (bid) in a separate sealed package to the Purchasing Agent, 800 Seminole Road, Atlantic Beach, FL 32233 by Wednesday, June 26, 2002 at 2:30 p.m. for the DESIGN/BUILD SCADA SYSTEM, BID NO. 0102-16. Thereafter, at 3:00 p.m., the bids will be opened in the City Hall Commission Chambers, 800 Seminole Road, Atlantic Beach, Florida. Bids shall be enclosed in a sealed envelope endorsed "BID NO. 0102-16, DESIGN/BUILD SCADA SYSTEM, TO BE OPENED AT 3:00 PM, WEDNESDAY, JUNE 26, 2002." Each Price Proposal must identify by title the corresponding Technical Proposal. If more than one proposal is submitted by any one Contractor, corresponding technical and price proposals must be adequately identified. All price proposals will be opened in a scheduled public bid opening, after evaluation of the Technical Proposals has been completed. Design-build projects are bid lump sum and are paid through a payout schedule based on major work items or tasks. The Firm's price proposal shall include the lump sum price, and a schedule of values with breakdown for major items (for progress payment purposes) per Section 5.2. This breakdown of major tasks shall be consistent with the major tasks/functions used in the payout. The City shall determine to either make progress payments based on: a) work accomplished during a specified period of time (i.e., monthly), b) specific tasks completed, c) or both. The City may wish to award the bid in phases, with base bid award shortly after the bid opening date, and any or all of the Additive Alternates after October 1, 2002. 5.2 PRICE PROPOSAL BREAKDOWN Each DesignBuilder shall submit a Price Proposal Breakdown, using the format shown below. Provide units, quantities, unit prices, and total prices for each item of cost in the Schedule of Values for construction work. The quantities provided on the Price Proposal Breakdown will be the basis for verifying monthly pay requests, as well as the base from which to make adjustments to the Contract amount due to changes requested by the City. 11 AGENDA ITEM #4C JULY 22, 2002 SUBMIT 1N TRIPLICATE BID FORM FOR DESIGN/BUILD SCADA SYSTEM CITY BID NO. 0102-16 CITY OF ATLANTIC BEACH, FLORIDA SUBMITTED BY: DATE: The undersigned, as Bidder, hereby declares that the only person or persons interested in the proposal as Principals is, or are, named herein and that no other person that herein mentioned has any interest in this proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company, or parties making a bid or proposal; and that it is in all respects fair and in good faith, without collusion or fraud. The Bidder further declazes that he has examined the site of the work and informed himself fully in regazd to all conditions pertaining to the places where the work is to be done; that he has examined the specifications for the work and contractual documents relative thereto, and has read all special provisions furnished prior to the opening of bids, that he has satisfied himself relative to the work to be performed. The Bidder proposes and agrees, if this proposal is accepted, to contract with the City of Atlantic Beach, Florida in the form contract specified, to famish all necessary materials, equipment, machinery tools, appazatus, means of transportation and labor necessary to complete the contract in full and complete in accordance with the shown, noted, described, and reasonable intended requirements of the plans and specifications and contract documents to the fiill satisfaction on the contract with the City of Atlantic Beach, Florida, with a definite understanding that no money will be allowed for extra work except as set forth in the attached general conditions and contract documents, as follows: A. Bid Schedule The project consists of design, construction and construction/installation of a SCADA system for the City of Atlantic Beach water/wastewater system. Only one (1) contract will be awarded. All entries on the proposal must be typewritten or printed cleazly and in ink. Bidders must insert _12 AGENDA ITEM #4C JULY 22, 2002 extended total item prices computed from quantities and unit prices in the schedule of values. In case of errors in extensions, unit prices will govern. Descriation of Work- Base Bid -Phase 1 1. Services: Design/Builder's Design Services AGENDA ITEM #4C JULY 22, 2002 TOTAL SERVICES 2. Fees/Permits Costs: List all fees and permits, and state the cost for each TOTAL FEES/PERMITS 3. Construction: Attach a detailed Schedule of Values identifying all major trades, materials, and line items of cost.. Identify Manufacturer and Supplier for all materials and equipment. For any work subcontracted, note type of work and name of subcontractor. TOTAL CONSTRUCTION TOTAL BASE BID PROJECT COST (PRICE PROPOSAL) (Add Items 1, 2 and 3): 14 Description of Work -Additive Alternate 1 -Phase 2 1. Services: DesignBuilder's Design Services AGENDA ITEM #4C JULY 22, 2002 TOTAL SERVICES 2. Fees/Permits Costs: List all fees and permits, and state the cost for each. TOTAL FEES/PERMITS 3. Construction: Attach a detailed Schedule of Values identifying all major trades, materials, and line items of cost. Identify Manufacturer and Supplier for all materials and equipment. For any work subcontracted, note type of work and name of subcontractor. TOTAL CONSTRUCTION TOTAL ADDITIVE ALTERNATE 1 COST (PRICE PROPOSAL) (Add Items 1, 2 and 3): 15