RENEWABLE WATER RESOURCES

Size: px
Start display at page:

Download "RENEWABLE WATER RESOURCES"

Transcription

1 RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina REQUEST FOR QUALIFICATION Renewable Water Resources Design-Build Plant Control System Upgrade for Mauldin Road WRRF and Lower Reedy WRRF

2 REQUEST FOR QUALIFICATION Renewable Water Resources Design-Build Plant Control System Upgrade For Mauldin Road WRRF and Lower Reedy WRRF 1.0 Solicitation Overview Renewable Water Resources (ReWa) is soliciting qualification packages from Design-Build Teams (DBTs) regularly engaged in the business of design and construction of industrial and municipal computer-based process and control system integration. The successful DBT will be short-listed based on an assessment of their detailed Statement of Qualifications (SOQs) submitted to ReWa. Each qualified DBT must have the capability to perform construction and design services as detailed herein to ensure capable staff, equipment, and experience requirements are met in order to complete the Mauldin Road WRRF and Lower Reedy WRRF Plant Control System (PCS) Upgrade in a single contract. Qualified DBTs are those that design, administer and perform general contracting services with experience in upgrading municipal wastewater plant control systems using a progressive design-build delivery. The work is comprised of all planning, design, construction and other services required, including procuring and furnishing all materials, equipment, services and labor to complete the project. The DBT will be selected utilizing a two-step procurement process. This Request for Qualification (RFQ) is step one during which a ReWa selection committee shall rank the prospective offerors from most to least qualified on the basis of the information provided in each SOQ. The RFQ process is intended to establish a list of qualified DBTs. In Step two, ReWa shall solicit proposals from the top three (3) prospective offerors by means of a Request for Proposal (RFP). Award shall then be made to the responsible and responsive offeror whose proposal is determined in writing to be the most advantageous to ReWa based on the evaluation factors set forth in the RFP. It is ReWa s project objectives to maximize the quality of work including maintaining compliance with all regulatory requirements, obtain competitive pricing for all of the work, and maintain an efficient schedule for final completion of the work. ReWa is committed to working closely and directly with DBT to achieve all project objectives. The project will be broken into two phases. Phase One is for the DBT to prepare a design to approximately 60% complete (or as otherwise mutually agreed upon) and provide a mutually agreeable guaranteed maximum price (GMP). Phase Two is for the DBT to complete design, construction and post construction tasks. This includes installation, programming, testing, startup commissioning, training, and operation and maintenance manual updates. It is ReWa s intent to utilize the attached DBIA contract documents (Doc #520, # 530 and #535) with the awarded DBT. ReWa, at its own discretion may elect to procure these services through other advertisement if it is believed to be in the best interest of the Agency. There shall be no guaranteed amount of work under this solicitation. This RFQ is subject to revision after the date of issuance via addenda that will be posted on ReWa s website and is the responsibility of the offerors to obtain all RFQ addenda for their SOQ. 1.1 Project Background The Mauldin Road WRRF has been in service over 50 years with the last major upgrade completed in The Mauldin Road WRRF discharges an annual average of 14.5 MGD with a permitted monthly average discharge of 70 MGD. The headworks consist of an influent pumping, screening, and grit removal. Primary clarification is provided by two primary clarifiers. Secondary treatment includes two biological reactors along with secondary clarification and RAS/WAS pumping. Tertiary treatment consists of deep-bed filters, UV disinfection, and post aeration. The facility operates a septage and FOG receiving station which provides for handling of these materials from commercial haulers. Solids treatment includes anaerobic digestion and gravity belt thickening with storage and land application of the biosolids. Sludge dewatering by belt filter presses for landfill disposal is a backup to land application. A sidestream treatment process treats various phosphorous laden process drain flows via rapid mix, flocculation, clarification, and sludge thickening. The effluent water is discharged to the Reedy River and the solids are land applied. There are standby power generator systems and a combined heat and power system. The Lower Reedy WRRF has been in service over 40 years with the last major upgrade completed in The largest upgrade that included most of the facility was completed in Lower Reedy discharges an average of 6 MGD annually and is permitted to for a monthly average discharge 11.5 MGD. The facility treats wastewater with a similar process to the Mauldin Road WWTP. The headworks, primary treatment, secondary #336 01/21/16_RFQ for MR and LR PCS Upgrade 2/10

3 treatment, tertiary treatment, disinfection, solids treatment are also part of the Lower Reedy WRRF process. Lower Reedy also has standby power generators. The facility is less complex in that is has no combined heat and power system, sidestream treatment, or septage receiving. The Mauldin Road and Lower Reedy WRRF s PCSs are hybrid system of Virtual Logic Controllers (VLCs) and Programmable Logic Controllers (PLCs). Both facilities have two control loops with 2 VLCs per loop. The existing Input/Output (I/O) counts for the facilities are as follows (note excludes PLC I/O): Mauldin Road: Lower Reedy: Total Analog Inputs/Outputs: 384/152 Total Discrete Inputs/Outputs: 1248/496 Total Analog Inputs/Outputs: 192/120 Total Discrete Inputs/Outputs: 832/256 The Wonderware Tag counts (Includes PLCs) for the facilities are as follows: Mauldin Road: 8,649 tags used, tag license 61,402 Lower Reedy: 3,872 tags used, tag license 61,402 The Mauldin Road WRRF has approximately 20 PLCs in different locations that will need to be reviewed as part of the work for this project. These PLCs may be outdated, not on the network, or may need control schematics documentation developed. Several PLCs work via radio communications as is typical on the old side of the Mauldin Road WRRF. The Lower Reedy WRRF has approximately 5 PLCs that are in need of updating. Significant portions of each facility were not upgraded during their most recent, respective upgrades leaving major components of each PCS outdated and past their useful life cycles. 1.2 Project Scope The project scope for both WRRFs includes the design and replacement of the existing plant control system with new hardware and software for the control and monitoring of existing process equipment. PC-based VLCs and distributed I/O will be removed and replaced with new PLC-based controllers, using existing enclosures, wire and cable where possible. New enclosures and cable will be provided where needed. The existing VLC programming will be translated from Steeplechase and converted to PLC programming in the local controllers. The human-machine interface (HMI) software will be upgraded to a new version of Wondeware, ArchestrA System Platform. The alarm notification software will be updated to WIN 911. Wonderware Historian and Historical Database software will be updated to the latest version. HMI graphics will be 3D and custom to each facility. New computers will be furnished to run the new HMI software. This will include but is not limited to operator workstations, historical servers, terminal servers, combination terminal I/O servers, and network attached storage servers. The project includes replacement of all existing panel hardware, power supply, relays, and switches. The scope includes testing all fiber, wiring, patch kits, and other cabling and determining if replacement is required. Construction sequencing will require replacing panel-mounted equipment in one process area at a time or in a combined manner proposed by the DBT that will allow WRRF operations to remain unaffected and expedite schedule. This project requires both the old and new HMI systems to be operational through the upgrade. Both facilities have systems operating with existing PLCs and those systems are expected to be updated and integrated in into the new controls platform. The existing PLCs will need to be updated to the current specified PLC and the DBT will coordinate with process and equipment manufactures as necessary to assist in providing ReWa with standardized PLCs. The DBT shall review all existing control schemes and propose modern field instrumentation and modified controls schemes to benefit the operation of each facility. This review may evaluate the compatibility and functionality of existing instrumentation and modification or replacement of the field instruments. Any necessary replacements or modifications and new controls functions are to be defined as part of this project. #336 01/21/16_RFQ for MR and LR PCS Upgrade 3/10

4 1.3 Project Budget and Schedule ReWa anticipates all work, Phase One and Two, to be complete within 22 months of Notice to Proceed. ReWa envisions the PCS conversions for Lower Reedy and Mauldin Road WRRFs occurring separately or not concurrently. The design work may be concurrent for both facilities. The approach should focus on completion of the Lower Reedy WRRF conversion prior to the Mauldin Road WRRF. ReWa has budgeted approximately 4 million dollars for the work. 1.4 Progressive Design-Build Services The Design-Build Team (DBT) is comprised of the Design-Builder (DB), the Design Consultant (DC), and any other subcontractors or subconsultants identified by the Design-Builder. The Design Consultant is part of the Design-Builder or other firm (such as a subconsultant or Joint Venture) that will provide design services and is responsible for the design. The Design-Builder Is the entity that will enter into the contract with ReWa and will be the point of accountability to ReWa for delivering the project. The DBT will have a licensed South Carolina General Contractor able to bond up to 5 million dollars. DBTs may be either engineer or contractor led teams. The project will be broken into two phases. Phase One is for the DBT to perform preliminary engineering work and prepare a design to 60% complete (or as otherwise mutually agreed upon) and provide a mutually agreeable guaranteed maximum price (GMP). Phase Two is to complete design, construction and post construction tasks. This includes installation, programming, testing, startup commissioning, training, and operation and maintenance manual updates. The DB will be responsible for obtaining pricing from control system integrators and subcontractors to develop the GMP. ReWa is encouraging competition and expects quotes to be received from multiple Controls Systems Integrators that ReWa and the DBT approves as qualified. If the DBT includes a Controls System Integrator as part of the team, that control system integrator will be barred from quoting the control system integration work needed to establish the GMP. The DB will perform contract administration, oversight of the subcontractors, and may self-perform portions of the work. Phase One services consist of preliminary services. The preliminary services will consist of data and information gathering and review of the existing facilities necessary to perform the work and develop the GMP. This includes collection and review of the record documents, existing system architecture, O&M documents with the existing function descriptions, Steeplechase and Wonderware data, panel schematics, wiring diagrams, existing I/O listing, and any other information needed to perform and complete the work. The preliminary work will include identifying any deficiencies to be addressed as part of the project work. Phase One Services Preliminary Services Design Development Report- establishes design basis and packages such as electrical, field instrumentation, integration, etc. Engineering Design with intermediate design review at 30% and 60% of drawings and Specifications Opinions of Probable Costs Submit GMP based on competitive pricing from Owner approved Controls System Integrators and other subcontractors Permitting if necessary Phase Two Services Complete the final design Procure the equipment and services Construct the work Conduct Factory Testing and Site Acceptance Testing Startup and commissioning Provide necessary training and all project documentation 2.0 Qualification Package To be considered, please refer and strictly adhere to Section 5.0 Submittals and Section 6.0 Due Dates and Inquiries for detailed information on the package submittal requirements and due dates. Packages shall be in the following format: #336 01/21/16_RFQ for MR and LR PCS Upgrade 4/10

5 2.1 Design-Builder Information Briefly describe the firm s organization. Provide the DB (contract holder) information as described below. Address each of the following items and provide the firm profile information (items c., d., e., f., g.) for each firm that is part of the DBT: a. Business Structure (Corporation, Joint Venture, Partnership) b. Financial Statement This statement will be an audited report with comments not older than one (1) year. If the most current report has not yet been audited, the previous audited report with comment shall accompany the most recent financial statement. The Financial Statement is not included in overall page count. Provide the DB s (contract holder) name (as shown on IRS form W9) postal address, state of incorporation. c. Number of years in business. Provide the year the DB was established, years the DB has operated under the current name d. Total staff and firm s experience profile. This criteria identifies the relative size of the firm, including management, technical, and support staff. Technical staff shall be those persons proposed to be associated with the implementation of this project; project managers, engineers, supervisors, estimators, quality control manager, etc. e. Distance of the proposed operating office from the site. The operating office is defined as the primary location from which the project team will operate. f. Describe and explain any litigation, major disputes, contract defaults, and liens in the last 10 years. Provide DB s history, including present ownership and key management individuals. Describe any anticipated or existing changes in overall corporate management ownership. If the DB is involved in any bankruptcy or reorganization proceedings, include bankruptcy petition, showing the case number and the date on which the petition was filed, and a copy of the Bankruptcy Court's discharge order, or of any other document that ended the case, if no discharge order was issued. Applicant must have been in existence for a minimum of five (5) years under its current company name. Changes in company name during the experience period are acceptable if the continuity of the company structure can be demonstrated. g. A one hundred percent (100%) payment and performance bond are required. Offerors must provide a letter from their bonding company verifying their bonding limit and certifying they can obtain the required bonds once the final cost is established. Letter shall be based on a 5 million dollar project. 2.2 DBT Experience All of the project references for the DBT must meet below listed criteria. Identify any other firms (subcontractors or subconsultants) included in the DBT along with the DB. Please note that if the DBT has not performed 5 projects as team please list 5 projects and references for the DB and the other firms separately. a. Provide a brief summary of the number and type of projects performed by the DBT to date with the DBT working on the same project as a team. Indicate if it was a Design-Build contract or otherwise. b. Describe five (5) recent and successful projects of similar type and size to this project and defined as control system control integration with value of at least $1,000,000 that included a minimum of 500 I/O points (and one with a minimum of 1000 I/O) in the scope of work either at new and existing municipal or industrial water treatment or wastewater treatment facility completed within the last five (5) years. Three of the projects must be municipal-owned wastewater treatment plants. If the DBT does not have 5 successful and similar projects as a team, please list 5 successful projects for the DB and also 5 successful projects for the DC similar in scope and size to the work anticipated for the Mauldin Road and Lower Reedy WRRF PCS Upgrade. c. Do not list projects completed more than 10 years ago or more than 10 projects. d. Identify any other firms in the DBT in addition to the DB that required to meet the project experience identified herein. Indicate each firm s services and responsibilities in Phase One and Two of the project and how the DB will manage other firms on the team. e. Provide the following information for each of the 5 project references: Owner, Name, location, and delivery method of the project Project Description including scope of work and HMI software platform The nature of the firm s responsibility on this project Project owner s representative name, address, and phone number Date project was anticipated to be completed and actual completion date Size of project (provide number of I/O points) Original Contract value and actual cost of project Percentage of self-performed work (if applicable) #336 01/21/16_RFQ for MR and LR PCS Upgrade 5/10

6 Work for which the staff was responsible Project Manager and other key professionals involved on listed project and who of that staff would be assigned to this project 2.3 Project Team List the key personnel proposed for the project and include short résumés for each. Describe the key personnel s role in Phase One and Phase Two of the Project. Provide organizational charts for Phase One and Phase Two of the Project demonstrating the reporting hierarchy. Describe the commitment of each key personnel as percentage of time on the project. a. The Project Manager must have experience in managing and administering at least three (3) similar projects within the last ten (10) years and must have at least seven (7) years of experience serving as a project manager. Provide the following information for each of the three (3) project references for the Project Manager. If the Project Manager is different in Phase One and Two of the Project provide the project reference information for both Project Managers: Owner, Project Name, location, and delivery method of the project Project Description including scope of work The nature of the Project Manager s responsibility on this project Project owner s representative name, address, and phone number Date project was completed Original Contract value and actual cost of project b. The Design Consultant shall consist of a Lead Project Designer with demonstrated experience in designing projects at facilities with similar processes and complexity. Provide the qualifications and professional experience as it relates to the project of the Lead Project Designer in a short résumé. The Lead Project Designer assigned to this Project must have served as the Lead Project Designer on at least three (3) similar Control System Projects projects within the last five (5) years. The individual must have at least eight (8) years of experience serving as a design and software programming engineer. Provide the project experience within the last five (5) years on at least one project with the use of Wonderware as the HMI software platform. As an optional experience bonus, highlight any programming or project experience with Steeplechase. Provide the following information for each of the three (3) project references for the Lead Project Designer. Owner, Project Name, location, and delivery method of the Project Project Description including scope of work The nature of the Project Manager s responsibility on this project Project owner s representative name, address, and phone number Date project was completed Original Contract value and actual cost of project c. List any key sub-consultants proposed for the work and describe their respective role and qualifications. 2.4 Project Approach Please describe your approach to providing the services as in Section 1 herein. Describe the general tasks required to fulfill a project of this type and magnitude as well as the firm s approach to completing those tasks in a timely and efficient manner. Include a description of innovative concepts or solutions proposed to enhance value, quality, control cost, and schedule for this project. A more detailed project approach will be requested in the Request for Proposal for the short listed DBTs. The project criteria will be defined further in the RFP and provided to the qualified firms in step two of the procurement process. 3.0 Evaluation Criteria The top three (3) prospective offerors shall be identified utilizing the following process. Part A is comprised of the following pass/fail evaluation criteria: a. Performance / Payment Bond b. Surety Rating c. Valid S.C. General Contractor s License d. Bankruptcy / Reorganization e. Insurance Coverage #336 01/21/16_RFQ for MR and LR PCS Upgrade 6/10

7 Part B, shall utilize the following criteria in order of relative importance: e. Related experience on similar projects f. Experience of professional personnel to be assigned to the project g. Project approach and insight related to the project h. Past Performance i. Demonstrated ability to meet time and budget requirements j. Current and projected workloads of the firms; k. locality Those top three (3) highest ranking offerors will be asked to propose on the design and construction services of this project during the Request for Proposal (RFP) phase. A pre-proposal meeting will be held with the top three (3) offerors. ReWa will provide additional project criteria in the RFP. 4.0 Insurance Requirements ReWa shall be named as additional insured for its interest on all policies of insurance except Worker's Compensation as regards ongoing operations, products and completed operations and this shall be noted on the face of the Certificate of Insurance. Certificates for all such policies shall be provided by the CONTRACTOR'S insurance agent or broker to ReWa within 10 (ten) working days from the date of award. CONTRACTOR will provide Owner a minimum of 30 days advance notice in the event of the insurance policies or insurance policy is canceled. SUBCONTRACTORS approved by Owner to perform work on this project are subject to all of the requirements in this section. CONTRACTOR agrees to maintain and keep in force during the life of this Agreement, with a company or companies authorized to do business in South Carolina for the following insurance policies: Employer s Liability $500,000 Per Occurrence Automobile Liability $ 1,000,000 Per Occurrence - Combined Single Limit Coverage shall include bodily injury and property damage and cover all vehicles including owned, non-owned and hired. Commercial General Liability Including XCU $ 1,000,000 Per Occurrence Products/Comp. Operations $ 2,000,000 Umbrella Liability $ 1,000,000 Installation Floater Equipment Total Worker's Compensation Coverage A State of South Carolina Statutory Coverage B Employers Liability 5.0 Submittals and Inquiries The qualification package should be no more than thirty (30) pages in length. Financial, Safety, Quality Assurance and Substance Abuse information shall not be included in the page count. Résumés may be in an appendix and no more than three (3) pages in length and not included in the page count. Pages shall be 8.5 x11 with the exception of charts, photos, and exhibits which may utilize 11 x17 folded to 8.5 x11. Pages shall use standard text no smaller than 10 point. To be considered, packages should include one (1) original and seven (7) copies including one (1) CD mailed or delivered to: #336 01/21/16_RFQ for MR and LR PCS Upgrade 7/10

8 ReWa Purchasing Department 561 Mauldin Road Greenville, South Carolina Re: #336 01/21/16 RFQ Mauldin Road WRRF and Lower Reedy WRRF PCS Upgrade 6.0 Due Dates Qualification packages must be received no later than January 21st, 2016 at 2:00 p.m. local time at the address shown above. Questions should be directed to Maryanna Levenson at ext. 275 or via at no later than January 15th, 2016 at 5:00 p.m. No others are to be contacted regarding this solicitation. ReWa will not be responsible for or bound by any oral instructions made by any employee(s) of ReWa regarding this solicitation. 7.0 Terms and Conditions All aspects of this solicitation shall be governed by the Procurement Code adopted by ReWa. The highest ranked DB shall be expected to sign a Contract for Professional Services. ReWa reserves the right to amend such Contract as mutually agreed upon by the parties. #336 01/21/16_RFQ for MR and LR PCS Upgrade 8/10

9 INSTRUCTIONS TO RESPONDENTS 1. All aspects of this solicitation shall be governed by the Procurement Code adopted by ReWa. 2. Response amendments thereto or withdrawal requests received after the time advertised for opening will be void regardless of when they were mailed. 3. Attach complete specifications for and permitted substitutions offered, or when amplification is desirable or necessary. 4. If specifications or descriptive papers are submitted with the response, enter respondents name thereon. 5. If applicable, unit prices shall govern over extended prices, and written out prices shall govern over numeric prices, unless otherwise stated in notice. 6. Responses must be based upon payment 30 EOM. Discounts for payment in less than thirty (30) days will not be considered in making award. 7. In case of Respondent s default ReWa reserves the right to purchase any or all items/services in default on open market, charging Respondent with any excessive costs. 8. The right is reserved to reject any response in which the delivery time indicated is considered sufficient to delay the operation for which the goods/services are intended. *********************** In compliance with solicitation, and subject to all conditions, thereof, the undersigned offers and agrees to, if this response is accepted. Below listed Addenda (if applicable) is hereby acknowledged: Company Name: Phone: Address: Fax: Response signed in writing by: Signature: Printed Name: Title: Response Date: #336 01/21/16_RFQ for MR and LR PCS Upgrade 9/10

10 Applicant s Statement of Intent to Propose As Applicant for the Mauldin Road and Lower Reedy WRRFs PCS Upgrade for Renewable Water Resources solicitation, I hereby give notice of the Applicant s intent to submit a Proposal. Type of legal entity: Applicant: DB: By: Title: Signature: #336 01/21/16_RFQ for MR and LR PCS Upgrade 10/10