Loading...
R09-044 II I 1 RESOLUTION NO. R09-o4LI 2 3 A RESOLUTION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPROVING THE TWO YEAR 5 EXTENSION OF THE CONTRACT WITH DcR 6 ENGINEERING, INC., OF LAKELAND, FLORIDA FOR 7 SCADA AND TELEMETRY SYSTEM GOODS AND 8 SERVICES IN THE ESTIMA TED AMOUNT OF 9 $2,500,000.00 OVER A TWO YEAR PERIOD; AND 10 PROVIDING AN EFFECTIVE DATE. 11 12 13 WHEREAS, on June 19, 2007, the City Commission of the City of Boynton Beach 14 approved the award of a two year Contract to DcR Engineering, Inc., of Lakeland, Florida 15 for RFP#037-2821-07/CJD for SCADA and Telemetry System Goods and Services; and 16 WHEREAS, during the next two year contract period Utilities staff anticipates the 17 completion of the lift station conversion and completion of the major elements of the plant 18 control conversion; and 19 WHEREAS, the City Commission of the City of Boynton Beach upon 20 recommendation of staff, deems it to be in the best interest of the citizens of the City of 21 Boynton Beach to authorize a two year extension of the contract with DcR Engineering, Inc., 22 for RFP#037-2821-07/CJD, in the approximate amount of $2.5m for SCADA and Telemetry 23 System goods and services. 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 25 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 26 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 27 being true and correct and are hereby made a specific part of this Resolution upon adoption 28 hereof. 29 Section 2. The City Commission of the City of Boynton Beach, Florida does SICAIRESOlAgreementslBid AwardslTwo Year Extenstlons of Contract to OCR for Scada Telemetry doc II I 1 hereby authorize a two year extension, from June20, 2009 to June 19,2011, of the contract 2 with DcR Engineering, Inc., for RFP#037-2821-07/CJD, in the approximate amount of 3 $2.5m for SCADA and Telemetry System goods and services, a copy of which is attached 4 hereto as Exhibit "A". 5 Section 3. This Resolution shall become effective immediately upon passage. 6 PASSED AND ADOPTED this :;~ day of March, 2009. 7 8 CITY OF BOYNTON BEACH, FLORIDA 9 ~~~ 10 11 12 13 ...-""~---- 14 15 16 17 Comm~ioner - Ronald w~ 18 I ~ )//' 19 ffi?J?~ ' , __ 20 commi~r- W~OdZay 21 22 )2~ ~ ...../. ~ 23 Commissioner - Marlene Ross 24 ATTEST: 25 26 Yn. ~ 27 28 29 30 31 32 33 SICAIRESOlAgreementslBid AwardslTwo Year Extenslions of Contract to OCR for Scada Telemetry doc P.O. Box 935 DC R Engineering 502 County Road 640 East Mulberry, Florida 33860 Telephone 863.428.8080 _ Services~ Inc. Fax 863.428.8036 February 10, 2009 Mr. Michael R Low Deputy Director Operations & Maintenance Boynton Beach Utility 124 East Woolbright Road Boynton Beach, Florida 33435 Re: RFP #037-2821-07/0D Contract Extension SCADA and Telemetry System Goods and Services Mr. Low: We are pleased to extend our services for contract #037-2821-07/0D, dated June 202007, SCADA and Telemetry System Goods and Services for the two year period beginning June 20, 2009 and to continue through June 20, 2011. We also consent to the original contract provisions, terms, agreements and amendments with the original submitted proposal. Thank you for allowing us to continue our partnership and successes with the City of Boynton Beach. We look forward to working further with you and your staff. T d~e~. President www.dcreng.com @MOSCAD '" ~ The City of Boynton Beach Procurement Services 100 E. Boynton Beach Boulevard P.D. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6320 FAX: (561) 742-6306 REQUEST FOR PROPOSALS FROM RESPONDENTS FOR SCADA AND TELEMETRY SYSTEM GOODS AND SERVICES FOR THE CITY OF BOYNTON BEACH RFP #037-2821-07/CJD Section 1 - RFP Submittal Information A. The City of Boynton Beach will receive RFP responses until MARCH 14. 2007 , at 2:30 P.M. (LOCAL TIME) in Procurement Services located on the second floor of City Hall, 100 E. Boynton Beach Boulevard, to provide the City with specified technical services for SCADA AND TELEMETRY SYSTEM GOODS AND SERVICES. B. Any responses received after the above stated time and date will not be considered. It shall be the sole responsibility of the respondent to have their RFP submittal delivered to Procurement Services for receipt on or before the above stated time and date. It is recommended that submittals be sent by an overnight air courier service or some other method that creates proof of submittal. RFP responses which arrive after the above stated deadline as a result of delay by the mail service shall not be considered, shall not be opened at the public opening, and arrangements shall be made for their return at the respondent's request and expense. The City reserves the right to consider submittals that have been determined by the City to be received late due solely to mishandling by the City after receipt of the RFP and prior to the award being made. 1 C. The RFP's will be publicly opened and recorded for acknowledgement of receipt in Procurement Services after the designated due date, on MARCH 14. 2007 no later than 2:30 P.M. (local time). All respondents or their representatives are invited to be present. Procurement Services is located on the second floor of City Hall, 100 E. Boynton Beach Boulevard. D. A pre-submittal conference will be held on FEBRUARY 21. 2007 at 10:00 A.M. (LOCAL TIME) in the EOC Meetin2 Room located at: 124 E. W oolbri2ht Road. Bovnton Beach to answer questions pertaining to this Request for Proposal. All respondents are highly recommended to attend this conference. E. If any addendum(a) are issued to this Request for Proposal, the City will attempt to notify all prospective respondents who have secured same; however, it shall be the responsibility of each respondent. prior to submitting the RFP response, to contact the City Procurement Services at (561) 742-6323 to determine if any addendum(a) were issued and to make any addendum acknowledgements as part of their RFP response. F. One (1) ori2inal. so marked. and seven (7) copies. of the RFP response shall be submitted in one sealed package clearly marked on the outside "RFP FOR SCADA AND TELEMETRY SYSTEM GOODS AND SERVICES FOR THE CITY OF BOYNTON BEACH", and addressed to: City of Boynton Beach, Procurement Services, P.O. Box 310, Boynton Beach, FL 33425-0310. G. Responses shall clearly indicate the legal name, address and telephone number of the respondent (firm, corporation, partnership or individual). Responses shall be signed above the typed or printed name and title of the signer. The signer shall have the authority to bind the respondent to the submitted RFP. Respondents must note their Federal I.D. number on their RFP submittal. H. All expenses for making RFP responses to the City are to be borne by the respondent. I. A sample draft contract that the City intends to execute with the successful firm is contained in this Request for Proposal for review. The City reserves the right to modify the contract language prior to execution. The scope of services will closely track the scope of work detailed in Section 2 of this Request for Proposal. J. Respondents may request information and interpretation of the technical specifications in writing from Michael Low. P.E.. Deputv Utilities Director. (561) 742-6403. 124 East Woolbri2ht Road. Bovnton Beach. FL: lowm(il)ci. bovnton-beach.fl. us or from Procurement Services. To be considered, such a request shall be received at least ten (10) days prior to the time fixed for the opening of submittals. The respondent shall be bound by the specifications and any and all interpretations and supplemental instructions issued in the form of a written addendum. 2 Section 2 - Scope of Services A. Background The City of Boynton Beach, Florida (City) provides, Water, Wastewater, and Stormwater services through the Utilities Department. Water and wastewater services are provided to an area about twice the size of the City that includes Ocean Ridge, Briny Breezes, Village of Golf (wastewater part only), part of Hypoluxo and an unincorporated part of Palm Beach County. Stormwater services are provided only within the City limits. The utility system includes: Two well fields; two water treatment plants (one 19.2 MGD lime softening and one 8.5 MGD low pressure membrane softening plus 1.6 MGD blending); two aquifer storage and recovery wells; one Class I deep injection well for disposal of membrane concentrate water; a sewage collection and transmission system with approximately 160 wastewater lift stations and the associated water distribution and wastewater collection piping systems; and, stormwater swales and a stormwater collection and disposal system. B. Goal The City of Boynton Beach has recently adopted a plan for the future of its water supply and associated facilities, including water distribution, wastewater collection and pumpmg, stormwater handling and water reuse. The Utility has recognized that its current Manufacturing Execution Systems, including SCADA, Telemetry, Maintenance Management and Laboratory Information Management need to be expanded and updated to ensure proper stewardship of its facilities. These developments are being designed to ultimately fit into an overall Asset Management strategy and as such are being designed around an open system architecture. The goal of this RFP is to find a strategic partner with the requisite skills to work with the Utility on its current and future needs in this area. C. Scope of Services The Scope of Services is the means by which the Goal is to be evaluated and addressed. This list may not be all encompassing, and any additional specific means must be approved in advance. It is expected that all coordination of activities will be conducted through the Department's assigned liaison(s). Information and/or work documents, obtained through this Scope of Services, shall be distributed only through the Department as deemed appropriate. 1. Upgrading and integration of the current (4) SCADA systems for the water treatment plants, well fields and lift stations into a single system incorporating the chosen Trihedral VTSCADA software. Included in this will be a Process Data Historian with user definable data search capability and connectivity to any potential future Asset Management System. 3 2. Installing new or retrofitting existing remote location telemetry and control systems utilizing Motorola MOSCADTM PLC's or EQUIVALENT, and associated radio communication equipment, base stations and connections to the plant SCADA system. 3. Retrofitting portions of conventional analog based or hard-wired control systems currently in place to interface with the proscribed SCADA system. Modifications of all hardware, software and ancillary devices involved in such retrofit activities will be the sole responsibility of the respondent. The selected firm must demonstrate its familiarity with and ability to perform such tasks. 4. Expanding the SCADA system to include monitoring and/or control of additional equipment, including equipment or processes not currently automated by any existing SCADA system. 5. Installing new or retrofitting existing PLC's according to any prevalent standard, including any hardware installation issues up to and including any measurement or control device, and any associated programming. 6. Assist in troubleshooting any potentially faulty hardware, software, telemetry or associated systems, and correcting any identified faults. 7. Assisting in, or undertaking, the design and installation of any Manufacturing Execution System infrastructure including any hardware, software, control panels, wmng, instrumentation and any other related or associated systems. 8. Assist in the preparation and ongoing maintenance of all appropriate standards including those associated with Programming, System Security, HMI, hardware, software and telemetry . 4 Section 3 - Selection Criteria and Technical Submittal Information A. Request for Proposal Requirements The City staff will review all RFP responses and evaluate the proposals based upon the following criteria; and respondents shall provide, as a minimum, the information listed under each criterion. Failure to provide adequate information listed on any criterion may result in rejection of the proposal as non-responsive. Specifically, criteria for selection will be based upon demonstrable experience for the Scope of Service and Proposal. Table I - Weighting Score Sheet, Pages 7-8, will be used by City staff to score the proposals. Responses shall be evaluated by a selection committee based on all submitted information. Following the evaluations, a short list will be developed; and, the proposers named on the short list will be required to prepare a presentation and participate in an interview conducted by the selection committee. Appointments will be scheduled on dates and times mutually agreeable to all parties approximately twenty (20) days after the RFP's are publicly opened. The original and all seven (7) copies of submittal shall be secured in a tabbed booklet with a table of contents. Booklets shall be no larger than a 1 'l'2" three-ring binder, or equivalent and be presented in the following order: 1. Chapter One - Letter of Interest 2. Chapter Two - Achievement of City's Goal 3. Chapter Three - Qualifications of the Firm 4. Chapter Four - Financial Responsibility 5. Chapter Five - Specific Experience a. Summary Table of Project Experience 6. Chapter Six - Qualifications of Project Team, Engineering, Technical and Special Resource providers (key project members) a. Organizational Chart b. Biosketches 7. Chapter Seven - Key Project Member Resumes 8. Chapter Eight - Current and Projected Workload 9. Chapter Nine - References 10. Chapter Ten - Licenses 11. Chapter Eleven - Proof of Professional Liability Insurance 12. Chapter Twelve - Other Supplemental Information 13. Chapter Thirteen - Proposal for Goods and Services 5 14. Chapter Fourteen - Forms Required by Procurement Services a. Qualifier Acknowledgement b. Addenda c. Anti-Kickback Affidavit d. Noncollusion Affidavit of Prime Qualifier e. Confirmation of Minority Owned Business f. Confirmation of Drug-Free Workplace g. Schedule of Sub-Consultants h. Statement of Non-Submittal (if applicable) 6 TABLE 1- WEIGH.:lNG SCORE SHEET RFP #037-2821-07/CJD NAME OF RESPONDENT: RESPONDENT'S ADDRESS: NAME OF RFP: SCADA AND TELEMETRY SYSTEM GOODS AND SERVICES FOR THE CITY OF BOYNTON BEACH Weighting 1 = Poor 2 = Below 3 = Average 4 = Above 5 = Excellent Avera e Avera e Completeness of Submittal 5.0 Achievement of City's Goal Conceptual Approach 5.0 Short Term Concept 5.0 Long Term Concept 5.0 , Overall Content 5.0 General qualifications of firm 10.0 Financial stability of firm 2.5 Location of firm and local staffing levels for 10.0 res onsiveness to meet needs Professional personnel qualifications of "key ro.ect members": Organizational chart 2.0 Biosketches 2.0 Resumes 2.0 Staffing tenure 6.0 7 TABLE 1- WEIGH'.lING SCORE SHEET RFP #037-2821-07/CJD NAME OF RESPONDENT: RESPONDENT'S ADDRESS: NAME OF RFP: SCADA AND TELEMETRY SYSTEM GOODS AND SERVICES FOR THE CITY OF BOYNTON BEACH 1 = Poor 2 = Below 3 = Average 4 = Above 5 = Excellent Avera e Avera e Workloads, current and projected that will im act sco e: Firm State of Florida Local Project Experience Innovative Design 2.0 Timely Development 2.0 Engineer's EstimateIFinal Cost 2.0 Contract Performance 2.0 Client Satisfaction 2.0 Proposal for Goods and Services Sec. 1 Personnel Hourly Rates 5.0 Sec. 2 Telemetry Hardware 7.5 Sec. 3 Pump Control System 5.0 TOTAL SCORE 100 A criteria weighting score sheet will be completed by all evaluation committee members for each submittal. Scores will be tabulated to determine a ranking. 8 B. Technical Submittal Information 1. Letter of Interest The Letter of Interest shall be a maximum of two (2) pages that summarizes the respondent's primary qualifications and firm commitment to provide all necessary resources to fulfill this request for goods and services. The Letter of Interest shall be signed by the respondent or person authorized to bind the respondent to the submitted RFP. 2. Achievement of City's Goal Describe, in detail, a conceptual approach to achieve the City's Goal as stated under Section 2 - Scope of Services, B. Goal, Page 3. The conceptual approach should include, as a minimum, the Firm's adequacy to achieve both a short and long term objective. 3. Qualifications of the Respondent Provide an overview of the respondent's qualifications to provide goods and services requested by the RFP including: a) Corporate headquarters for the Firm b) History of the Firm including the number of years performing services defined in the Scope of Services c) General qualifications and summary of projects in providing services defined in the Scope of Services d) Number and summary by discipline of employees, both on a firm wide and State of Florida basis e) Descriptions of quality assurance/quality control management method f) Descriptions of policies and methods for project monitoring and budgeting control as well as adherence to project schedule g) Specific descriptions of project management and QA/QC efforts The information described above shall be provided for all sub-consultant firms that may be assigned more than five (5%) percent of the work. 9 3. Financial Responsibility Provide proof of the financial stability, responsibility, and resources of the Firm as it relates to the Firm's ability to devote the necessary resources to the project. Financial information to be provided shall include the following items: a) Form of business b) Number of years in business c) List previous names used by the Firm in the last five (5) years d) Bank reference e) Credit ratings f) A list of all lawsuits in which the Firm has been named as a party in the past four (4) years. g) Other information the respondent may desire to supply to further verify financial responsibility of the Firm 4. Specific Experience Provide specific experience in performing services named in the Scope of Services, including any miscellaneous services related to this RFP. a) Using the Summary Table of Applicable Project Experience form provided on Page 34 of the RFP documents, provide a description of up to five (5) Florida based projects in the last three (3) years that the respondent believes best characterize their performance in the Scope of Service. In addition to the information required on the Summary Table of Applicable Project Experience, on a separate sheet of paper provide the name, address, and telephone number of the key project members named on the projects listed. Respondents are encouraged to include graphics such as pictures or supply supplemental information to illustrate key aspects of these projects. This form may be duplicated as needed and reproduced in an 11" X 17" format to facilitate data entry. 5. Qualifications of Project Team (key project members) and availability of specialty resources. Provide an overview of the qualifications ofthe specific project team to be provided by the Firm to perform the requested services including: 10 a) An organizational chart that clearly defines the lines of authority and specifically lists the Client Service Manager, Project Manager, and primary Project Professional. These project team members are hereafter referenced as "key project members", Sub- consultant firms and key personnel from these firms shall be clearly identified. Respondents are to recognize that the City will not allow substitution of key project members without the agreement of the City, b) Biosketches for all key project members identified above are required. Biosketches shall include educational and experience levels and a description of appropriate experience on a project-specific basis including project role and assigned office location. Biosketches should be one page maximum; full resumes should be presented in Chapter Seven. Biosketches shall also be included for all key sub- consultants personnel. 6. Current and Projected Workload - by Office Location (if applicable) 6.1 Provide quantitative data that clearly indicates the ability of the respondent to devote the necessary services to successfully complete these services and projects in a timely manner. Current and projected workload data shall be provided for each key project member as follows: a) Current project work listing and remaining labor commitments b) Historically, describe the typical number of projects handled by the respondent's key project managers at any given time c) Projected workload 6.2 Respondents shall also provide a professional services availability estimate for all personnel employed by the respondent in the State of Florida or under the direct organizational supervision of the Officer in Charge. The professional services availability estimate shall include the following information for the next twelve (12) month period: a) Current project work listing and remaining labor commitments b) Historically, describe the typical number of projects handled by the respondent's key project managers at the State level at any given time c) Projected workload d) The respondent's current staffing levels in the area or organizational level as described above in the State of Florida 11 6.3 Clearly identify the local office where each project will be managed and produced. Specific office location shall be identified for the following items: a) Current project work listing and remaining labor commitments b) Historically, describe the typical number of projects handled by the respondent's key project managers at the local level at any given time c) Projected workload d) Primary project management activities including electrical, mechanical and instrumentation & control design e) Sub-consultant firms providing significant services 12 Section 4 - Additional Data Required A. Other Requested Information The following information shall be presented as subsequent chapters as indicated: 1. Chapter Seven - Key Project Member Resumes 2. Chapter Nine - Reference listing, including contact names and phone numbers 3. Chapter Ten - Current Florida Professional License, including evidence of possession of required licenses or business permits. 4. Chapter Eleven - Proof of Professional Liability Insurance 5. Chapter Twelve - Other Supplemental Information (at discretion of respondent) Section 5 - General Information A. The following items are attached with the RFP in Appendix A and must be completed and submitted with any RFP response in order to be considered a valid submittal. They are: 1. Respondent's Acknowledgement 2. Addenda 3. Summary Table of Project Experience 4. Anti-Kickback Affidavit 5. Noncollusion Affidavit of Respondent 6. Confirmation of Minority Owned Business 7. Confirmation of a Drug Free Workplace 8. Schedule of Sub-Consultants/Contractors 9. Statement of Non-Submittal (if applicable) Respondents shall submit one (1) original, so designated, and seven (7) copies of the proposal in a sealed package to the City of Boynton Beach, Procurement Services, 100 East Boynton Beach Boulevard, Boynton Beach, Florida 33435. 13 B. Responses shall be evaluated by a selection committee based on all submitted information. Following the evaluations, a short list will be developed; and, the proposers named on the short list will be required to prepare a presentation and participate in an interview conducted by the selection committee. Appointments will be scheduled on dates and times mutually agreeable to all parties approximately twenty (20) days after the RFP's are publicly opened. C. Only criteria disclosed in the respondent's submittal may be used to evaluate the items or services proposed. D. The City will make a recommendation to the City Commission for the award of the RFP. The award recommendation will be the most res onsive res onsible qualifier who meets all criteria and is in the best interest of the City. E. The City reserves the right to include additional provisions if the inclusion is in the best interest of the City, as determined solely by the City. The final contract will be formalized by the City Attorney and submitted to the City Commission for their consideration and approval. 14