REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES FOR THE SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM MASTER PLAN – PHASE 1...
1 downloads 0 Views 1MB Size
REQUEST FOR QUALIFICATIONS

FOR PROFESSIONAL CONSULTING SERVICES FOR THE SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM MASTER PLAN – PHASE 1 PROJECT

Pre-proposal Meeting March 18, 2015 10:00 a.m. at the WRD’s Administration Office

Proposal Due: April 3, 2015, 2:00 p.m. to the WRD’s Administration Office 4040 Paramount Boulevard Lakewood, California 90712 Attn: Mr. Ken Ortega

TABLE OF CONTENTS 1.0

INTRODUCTION

2.0

GENERAL REQUIREMENTS

3.0

SCOPE OF WORK

4.0

PROPOSAL FORMAT AND CONTENTS

5.0

PRE-PROPOSAL MEETING

6.0

SELECTION PROCEDURE

7.0

EVALUATION CRITERIA

8.0

PROJECT SCHEDULE

9.0

PROJECT ADMINISTRATION

10.0

ADDITIONAL PROJECT CONSIDERATIONS

11.0

TERMS AND CONSIDERATIONS

12.0

SUBMITTAL OF PROPOSALS

13.0

LEGAL ISSUES

Attachment A Key Personnel Participation in Example Projects Attachment B Consultant and Subconsultant Status as LBE, SBE and VBE Attachment C WRD Standard Agreement for Professional Services

1.0

INTRODUCTION

The Water Replenishment District of Southern California (WRD or District) is seeking proposals from qualified firms that are interested in providing professional consulting services for the Supervisory Control and Data Acquisition (SCADA) System Master Plan - Phase 1 Project. This Request for Qualifications (RFQ) generally describes the SCADA System Master Plan Phase 1 Project, the required scope of services, project milestones, the consultant selection process, and the minimum information that must be included in the proposal. Failure to submit information in accordance with these requirements and procedures may be cause for disqualification. 1.1 Background The Water Replenishment District of Southern California is a special district established in 1959 under the California Water Code. WRD manages the groundwater resources of the Central and West Coast Basins, which supply water to about four million people over a service area that covers 420 square miles in southern Los Angeles County. WRD is responsible for maintaining adequate groundwater supplies, preventing seawater intrusion into the underground aquifers, and protecting groundwater quality against contamination. The Groundwater Reliability Improvement Program (GRIP) Advanced Water Treatment Facility (AWTF) project schedule is quickly accelerating following the recent completion of the 5.20 acre parcel real property transaction/acquisition in the City of Pico Rivera. The parcel is intended to be the future home of the GRIP AWTF and related appurtenances. The new AWTF will be heavily dependent upon automation to reliably operate and monitor system performance. An extensive network of telemetering and instrumentation devices, communication backbone network, and solid-state control system, including a human-machine-interface (HMI) will ultimately be designed, installed, and integrated as part of the overall phased capital improvement program project. In addition, over the course of the past fifteen years, WRD has invested in the original Phase 1 Goldsworthy Desalter, and most recently completed the expansion of the Leo J. Vander Lans AWTF. The former Goldsworthy Desalter is scheduled to be expanded over the course of the next two years. Both treatment facilities rely heavily on Supervisory Control and Data Acquisition (SCADA) Systems to perform reliably each and every day. 1.2

Description of SCADA System Master Plan – Phase 1 Project

The term SCADA usually refers to centralized systems which monitor and control entire sites, or complexes of systems spread out over large areas. Most control actions are performed automatically by Remote Telemetering Units (RTUs) or by Programmable Logic Controllers (PLCs). For example, a PLC may control the flow of treated water through part of an advanced water treatment facility process, but the SCADA system may allow operators to change and/or monitor the set points for the flow, and enable alarm conditions, such as loss of flow and high pressure, to be displayed and recorded. The feedback control loop passes through the RTU or PLC, while the SCADA system monitors the overall performance of the loop. RFP for CM for Turnout Structures Improvement Project

1

Data acquisition begins at the RTU or PLC level and includes meter readings and equipment status reports that are communicated to SCADA as required. Data is then compiled and formatted in such a way that a control room operator using the Human Machine Interface (HMI) can make supervisory decisions to adjust or override normal RTU (PLC) controls. Data may also be fed to a Historian, often built on a commodity Database Management System, to allow trending and other analytical auditing, and/or reporting. Neither the original Goldsworthy Desalter nor Leo J. Vander Lans AWTF remote SCADA Systems were designed and integrated based upon a centralized master SCADA Control System standardized architecture. The opportunity now exists to develop a comprehensive SCADA Master Plan strategy and create such a standardized control system architecture in advance of both the GRIP AWTF and Phase 2 - Goldsworthy Desalter expansion projects, respectively. The Leo J. Vander Lans AWTF SCADA system would eventually be migrated into the new SCADA Control System architecture and centralized control strategy. The SCADA System Master Plan - Phase 1 Project efforts will include conducting a baseline condition assessment of existing facilities including the Goldsworthy Desalter, Leo J. Vander Lans AWTF, Groundwater Monitoring Well network, and future facilities including the expanded Phase 2 - Goldsworthy Desalter and GRIP related projects including the AWTF and Turnout Structure Nos. 001B and 002. An opportunities and constraints analysis (needs assessment) will be performed that will result in decisions and direction regarding SCADA system architecture, standards, and integration strategy recommendations including, but not limited to, hardware, software, communication architecture & protocols, reporting, cost estimate(s), and phased project(s) implementation schedule(s). 2.0 GENERAL REQUIREMENTS The District intends to award the SCADA System Master Plan – Phase 1 Project as a single professional services agreement. The consultant shall assemble a multi-discipline team and provide one lead individual, the Project Manager, who shall bear overall responsibility for all professional consulting services, and who shall be available to report directly to the District’s project manager. Subconsultants under direct contract with the consultant shall furnish required tasks that cannot be furnished by the consultant’s in-house personnel. All such subconsultants shall be identified in the proposal. The consultant shall only assign personnel and subconsultants whose qualifications and experience is commensurate with the expertise required to accomplish the assigned tasks. All work shall comply with the requirements of federal, state, and local laws, District requirements, IEEE and industry standards, best management practices, construction safety standards, and other regulations related to the automation and control of water, wastewater, and recycled water treatment & related facilities/appurtenances. 3.0

SCOPE OF WORK

The SCADA System Master Plan – Phase 1 Project initial recommended Scope of Work includes the following tasks:

RFQ for SCADA System Mater Plan Project

2

Task 1 - Project Background and Objective. Consultant shall coordinate various workshops with appropriate/designated District staff and third-party contract operators to discuss and define specific SCADA System Master Plan – Phase 1 Project goals and objectives. Deliverables: Based on workshop results, consultant shall prepare both a Background and project Objective for the SCADA System Master Plan – Phase 1 Project that describes the purpose and objective(s), and Master Plan implementation strategy (including schedule) for the overall project. Task 2 – Baseline Condition Assessment. Consultant shall evaluate existing facilities and prepare a Baseline Condition Assessment, including, but not necessarily limited to; the Phase 1 - Goldsworthy Desalter Facility, the recently expanded Leo J. Van der Lans Advanced Water Treatment Facility, and the District’s extensive Groundwater Monitoring Well(s) network. Future facilities to be reviewed and evaluated shall include, but not be limited to; the expanded Phase 2 - Goldsworthy Desalter Facility, the Groundwater Reliability Improvement Program (GRIP) Turnout Structure Nos. 001B and 002 (P&ID’s/Specification(s) available), and Advanced Water Treatment Facility (Water Campus) projects, respectively. Deliverables: Consultant shall prepare Technical Memorandum No. 1 summarizing the results/findings of the Baseline Condition Assessment described in Task 2. Task 3 - Centralized Information Center/SCADA Control Room Design Concept(s). The District plans on ultimately integrating the SCADA System and related SCADA Control Room into its comprehensive Centralized Information Center (CIC) framework/planning. The CIC is intended to serve as a centralized data repository for the District’s Enterprise Asset Management System, Computerized Maintenance & Management System, Groundwater Monitoring and Modelling System(s), Geographic Information System(s) & GIS department, and SCADA System Control Room. The SCADA System Master Plan – Phase 1 Project Consultant shall coordinate with other CIC related consultants and prepare/design various alternatives for a SCADA System Control Room/Centralized Information Center to be installed at WRD’s Headquarters (Administration Building - first floor lease space), located at 4040 Paramount Blvd., Lakewood, California. The consultant shall prepare various (alternative) room layouts/plans, lighting schemes, furniture plans, projection screen configurations, etc. Deliverables: Consultant shall prepare Technical Memorandum No. 2 summarizing the results/findings of the Centralized Information Center/SCADA System Control Room RFQ for SCADA System Mater Plan Project

3

Design Concept(s) described in Task 3. Task 4 - Opportunities and Constraints Analysis. The Consultant shall consider the results of the Baseline Condition Assessment in comparison with the established/determined needs and objectives of the District’s SCADA System Master Plan – Phase 1 Project. Consultant shall prepare an opportunities and constraints analysis that evaluates various SCADA System solutions and design system architecture/integration alternatives & related implementation strategies. Deliverables: Consultant shall prepare Technical Memorandum No. 3 summarizing the results/findings of the Opportunities and Constraints Analysis described in Task 4. Task 5 – SCADA System Master Plan Recommendation(s). Consultants shall incorporate findings and conclusions from Task Nos. 1-4 mentioned above. Deliverables: Consultant shall prepare Technical Memorandum No. 4 summarizing specific SCADA System Master Plan – Phase 1 Project conclusions, findings, and specific SCADA System implementation and integration recommendations including, but not limited to; Hardware (Programmable Logic Controllers, Telemetering & Instrumentation Equipment, Motor Control Center Equipment, Switchgear, etc.), Software (Human Machine Interface), Network (Ethernet connectivity), Communication Architecture/Protocol(s), Reporting, Alarming, Cost Estimate(s) by Phase/Project, and overall Phased Project Implementation/Integration Schedule. Task 6 – Draft/Final SCADA System Master Plan – Phase 1 Project Report. Consultant shall prepare a draft and final SCADA System Master Plan – Phase 1 Project Report that incorporates/combines the findings, conclusions, and recommendations of Technical Memorandums Nos. 1-4 into a single comprehensive/coordinated report. Five (5) bound copies of the administrative draft Report shall be provided to the District for its review and consideration. District will provide comments on the administrative draft Report to the consultant for incorporation into the final Report. Deliverables: Consultant shall provide District with a total of five (5) bound copies of final Report and one (1) digital copy in Adobe PDF Format. Any original AutoCAD drawing files shall also be provided electronically in their native (original) file format. 4.0 PROPOSAL FORMAT AND CONTENTS The proposal shall be of such scope and depth to sufficiently describe and demonstrate the proposer’s understanding of and approach to the project. The information requested below will be used to evaluate the respondent’s proposal based on the evaluation criteria outlined in this RFQ. Proposals may be deemed non-responsive if they do not respond to all areas described further, and contained herein.

RFQ for SCADA System Mater Plan Project

4

Proposals shall be prepared simply and economically, providing a straightforward and concise description of how the proposal has satisfied all the requirements of this RFQ. Emphasis shall be on completeness and clarity of content with sufficient detail to allow for accurate evaluation and comparative analysis. Excessive or irrelevant materials will not be favorably received. 4.1

Project Overview and Approach 4.1.1

Present a narrative overview of the proposer’s understanding of the project requirements, based on the information provided in this RFQ, and the approach to completing these requirements.

4.1.2

Include any comments or suggestions the proposer may have regarding the scope of work for this project, the project schedule, or any other aspects of the work that the proposer feels would be helpful to WRD in selecting a consultant for this project. Identify the impact on the project schedule and cost estimate that these recommendations would have if accepted. Tasks above the minimum to complete the work herein shall be clearly identified as “optional” in a table similar to but separate from the Task Hour Breakdown table and cost proposal described below.

4.2 Technical Qualifications The proposal package shall include the following information that will be used to assess the proposer's technical qualifications. 4.2.1

Project Experience — Describe Proposer’s experience in completing similar SCADA System Master Plan work. Using the form in Attachment A, listing at least three to five successfully completed projects of similar nature that demonstrate the firm’s and subconsultants’ competence to perform the work that is likely to be required on this project. Consulting projects currently being performed may be submitted for consideration. Clearly delineate the role of all team members in each of the projects listed. Respondents should identify how the Scope of Work detailed in this RFQ relate to each reference project provided. For each of the reference projects listed, provide the following information: 1. Name and location of project; 2. A description of type and extent of services provided for each project; 3. Project schedule milestones (both projected and "as completed"). Include dates of key milestones and deliverables, completion date or status of the project; 4. Name and address of each project owner/sponsor; 5. Name and current phone number of owner's/sponsor’s representative intimately familiar with the project, to contact for reference. Verify that the reference person can be contacted at the phone number provided; 6. Applicability and relevance of the referenced project to the services required by WRD; and

RFQ for SCADA System Mater Plan Project

5

7. Total cost of each referenced project. 4.2.2

Project Team — Provide an organizational chart for the proposed project team, including subconsultants. Identify a project manager who will be WRD’s main point of contact. Clearly identify who will lead the execution of various project components. Identify key tasks and the respective personnel assigned to them. Include the resumes of all members of the project team. The proposal should identify all individuals who will actually perform and oversee work on the project. The Project Manager assigned to the project shall not be reassigned without prior approval from the District. The Consultant shall request approval of the District in advance of new personnel being assigned to the projects. The District reserves the right to reject and/or remove personnel performing services in this contract. Identify the primary office location for each team member, including subconsultants. List in a summary table the percentages of proposed labor hours (including subconsultants, as outlined below) that will be distributed to various offices of the consultant. The locations of the offices must be divided by Cities for offices in Southern California. Modification to the project team or additions of key personnel not identified in the proposal will not be allowed without prior written approval by WRD. Complete a table (an example is provided in Attachment B) that summarizes the percentage of work (based on fees) to be performed by the Consultant and each Subconsultant. Specify the certification status of the consultant and its subconsultants with respect to Local Business Enterprise (LBE), Small Business Enterprise (SBE), and Veteran Business Enterprise (VBE). The status of business enterprise are requested information in this proposal and will be used as a criteria for proposal evaluation. Failure to include the completed form may be grounds for considering the proposal to be nonresponsive. Please refer to sections further below for definitions of LBE, SBE, and VBE.

4.2.3

Subconsultants — List proposed subconsultants, if any, and describe their expertise and qualifications, as well as specific involvement in this project. State the specific duties and pertinent experience of the subconsultants, including all licenses and certifications. Identify key tasks and the respective personnel assigned to them. Include the resumes of all members of the project team, including licenses and certifications, as an appendix. Include sub-consultant’s commitment letter to provide the proposer for this project with the listed personnel in the event the proposer is selected.

4.3 Project Schedule Include a detailed time schedule. The time schedules should be presented as bar graphs, timelines, or Gantt Charts and should detail the time requirements for each of the project tasks, including all optional tasks. Tasks should be broken down into subtasks and included in the RFQ for SCADA System Mater Plan Project

6

schedule. The time schedules should provide the number of working days required for each of the project tasks and milestone dates. 4.4 Project Costs and Labor Hours Cost proposals (if required) shall include the following: 4.4.1

Task-Hour Breakdown — Provide a table with task-hour breakdowns by the project tasks and subtasks identified in Section 3.0 (including other subtasks as the proposer sees fit) and associated hours required by each of the personnel listed (i.e., hours to be provided by subconsultants), as well as total hours. Incorporate hours for meetings and other communications in the respective tasks (i.e., do not separately list hours for project management, meetings and coordination). Proposed optional tasks, if any, shall be presented in a separate table to differentiate from the Scope of Work.

4.4.2

Expand the table for task-hour breakdown to show breakdown by personnel including labor hours, hourly rates (if required) and fees for the Scope of Work. These items shall be detailed by task and individuals performing the work. The labor hours and fees for optional tasks, if any, shall be presented in a separate table to differentiate from the baseline Scope of Work.

4.4.3

A description of the anticipated method of billing for services performed with provisions for monthly billing that will include itemized accounting of hours of personnel, hourly rates, and percent completion for each task identified.

4.5 Conflict of Interest Provide a statement that the proposer, individuals employed by the proposer, or firms employed by or associated with the proposer, including subconsultants, do not have a conflict of interest with the Project. Conflicts of interest include, but are not limited to, financial or other interests in the outcome or eventual development of the proposed project, any vested interest in the proposed future development in the project area. If a conflict of interest may exist in any form, provide details of the potential conflict. Proposers are subject to disqualification on the basis of a conflict of interest as determined by WRD. 4.6 General Contract Specification Guarantee A statement shall be included signifying that all work tasks included in the RFQ and proposal package shall be performed in accordance with the provisions stated therein. 4.7 Exceptions to Standard Contract The selected Consultant for this project shall be expected to execute an agreement similar to the sample WRD Professional Services Agreement (included as Attachment C). If any exceptions are taken to any of the terms in the standard agreement, the proposer should identify the exceptions in the proposal. Proposals submitted that are unwilling to execute the WRD Professional Services Agreement may be rejected.

RFQ for SCADA System Mater Plan Project

7

5.0

PRE-PROPOSAL MEETING

An optional pre-proposal meeting is scheduled for March 18, 2015, 10:00 a.m. at WRD’s Administration Office at 4040 Paramount Boulevard, Lakewood, California 90712. This preproposal meeting is optional. Proposers may submit proposals for this project without attending the pre-proposal meeting. Meeting participants are required to sign in upon arrival at the meeting room. A copy of the sign-in sheet will be sent to all meeting participants (with names and email addresses shown on the sign-in sheet) via emails. WRD’s project manager will provide project background information at the pre-proposal meeting. 6.0

SELECTION PROCEDURE

Proposals will be evaluated by a selection committee. The proposal shall be of such scope and depth to sufficiently describe and demonstrate the proposer’s understanding of and approach to the project. Submittal of incomplete or vague responses to any section or subsection of this RFQ may result in rejection of the proposal. Proposals will be evaluated and ranked based on the criteria specified in Section 7 of this RFQ. The selection committee may short list highly ranked proposers and may (if deemed necessary) conduct an interview with the short-listed proposers. Based on the results of this procedure, WRD will initiate negotiation with the top-rated proposer. If WRD is unable to reach an agreement with the top-rated proposer, negotiations will be formally terminated. WRD will then (at its sole option) negotiate with the next highest-rated proposer. Once negotiations with a proposer are terminated, WRD will not renegotiate with that proposer. 7.0 EVALUATION CRITERIA Selection will be made on the basis of WRD’s judgment as to which proposal best serves WRD’s interest. The proposal and interview (if conducted) will be evaluated on the basis of the criteria listed below in this section. 7.1 Project Team Qualifications and Management Plan The proposed project team’s technical and management competence to perform the work specified herein will be evaluated. Considerations include, but may not be limited to, the following:  Direct experience of Project Manager, especially involving automation and control systems integration for recycled and potable water treatment facilities using microfiltration, reverse osmosis, and ultraviolet light.  Demonstration on how the proposer will organize the execution of the project including the make-up of the team, the leadership of the team, the accountability of the team leader, and the lines of authority. Individuals will be shown by name and project title. The intent is to show that the team is composed of the appropriate mix of skills and disciplines, and that there is definite authority vested in the project manager to execute the project.  The accessibility of the proposer’s staff and subconsultants to meet a short turnaround of project requests and changes, including the geographic proximity of the consultant’s offices where team members are located with respect to the project site.

RFQ for SCADA System Mater Plan Project

8

     7.2    

The management plan to complete the work including work methodology, project management structure, activity coordination, and subconsultant integration. A solid quality assurance and control program that demonstrates a clear understanding of the need and process of ensuring WRD receives the highest quality product required for this project. Tasks are clearly defined. Demonstrated timing to meet schedule. Involvement/commitment of key personnel. Project Understanding and Approach Understanding of the key issues associated with the successful implementation of the SCADA System Master Plan - Phase 1 Project. Responsiveness to issues identified in the RFQ. Level of details discussed. Other issues not addressed in the RFQ but deemed essential to the effective completion of the project.

7.3 Performance on Similar or Related Projects Past performances will be assessed through direct communication with the proposer’s previous clients. Factors to be considered will include, but may not be limited to, project coordination, cost control, work quality, technical capability, and completion of previous work on schedule. WRD reserves the right to conduct an independent verification of the respondent’s qualifications by contacting project references, accessing public information, or contacting independent parties. Additional information may be requested during the evaluations of proposals. 7.4 Proposed Labor Hours and Fees Consultant’s proposed labor hours and fees, with the exception of the labor hours and fees for optional tasks recommended by a consultant, will be considered during the evaluation of the proposals. 7.5

Communication Skills

Written and verbal communication skills as determined by the proposal and interview. 7.6

Capability of Meeting Project Schedule

Capability under current workload to perform the work specified herein within the Project Schedule. Factors to be considered include, but may not be limited to, number of staff to be allocated to this project, hours of staff time allotted, knowledge of local conditions, and demonstrated ability to meet the proposed project schedule.

RFQ for SCADA System Mater Plan Project

9

7.7

Accessibility and Experience of Staff

The accessibility and experience of the proposer’s staff and sub-consultants is an important criterion for assessing the ability to arrange consultations on short notice and to effect a short turnaround of project requests and changes. Preference will be given to those proposers whose team (staff, consultants, sub-consultants) will be working primarily in offices in the Los Angeles County vicinity. 7.8

Approach to Completing Specified Work

The approach to completing the work specified herein as indicated in the proposal will be assessed. Factors to be considered include, but may not be limited to, work methodology, project management structure, activity coordination (including how the proposer’s staff will interact with the District’s team and project coordinator/manager), subconsultant integration, and reasonableness of the proposed work completion schedule. 7.9

Local Business Enterprise (LBE) and Small Business Enterprise (SBE) and Veteran Business Enterprise (VBE) Preference

The District may give preference in the evaluation of proposals to respondents based on the extent of participation demonstrated through compliance with Section 4.2.2 above. For purposes of this evaluation, the District may provide preference of up to 5% of the total evaluation points for consultants with at least 20% participations of LBE or at least 20% participations of SBE. A Local Business Enterprise (LBE) is defined as a vendor, contractor, or consultant who has a valid physical business address and an established place of business: (1) located within five miles of the District’s service boundary or (2) located within a city that is situated within five miles of the District’s service boundary. A list of zip codes for areas in District’s service boundary is available via download using the link provided in Section 1.2 of this RFQ. A Small Business Enterprise (SBE) shall mean a small business enterprise certified as such by any branch of the Federal Government, the State of California, or by any other Public Entity within the State of California as defined by California Public Contract Code Section 1100. To qualify for the SBE Preference, SBEs must be certified as such at the time the proposal is submitted to the District. Proof of certification should be submitted to the District along with the proposal, and not later than two business days after the deadline for submitting proposals. Proof shall include a copy of each SBE’s certification or other appropriate documentary evidence by the certifying public entity. Proof of certification may be subject to verification by the District. The District shall not, however, be required to verify the accuracy of any such certifications, and shall have the sole discretion to determine if a respondent is a SBE. Companies having certifications for Veteran Business Enterprise (VBE) may submit such certifications, which may be used by the District in partial fulfillment of the 20% SBE participation. For companies with multiple offices, the office affiliation of the proposed individuals working on the project will be used as a means to estimate the company’s LBE or SBE participation.

RFQ for SCADA System Mater Plan Project

10

8.0 PROPOSAL AND CONSTRUCTION BID SCHEDULE The timetable for this project is as follows: Release Request for Qualifications Optional Pre-Proposal Meeting Proposals Due Notice to Proceed (tentative) Estimated Completion 9.0

March 6, 2015 March 18, 2015 April 3, 2015 April 20, 2015 8-10 Months

PROJECT ADMINISTRATION

9.1 Progress Reports and Invoices Each month, the Consultant shall submit a progress report along with an invoice for the work accomplished during the reporting period. The report shall describe in detail the progress made during the previous month and the hours spent on each task. Percentage completed and anticipated date of completion for each task shall be included. Invoices submitted shall be consistent with the monthly progress report format. The approved budget shall not be exceeded, unless previously authorized in writing by WRD. The Consultant shall notify WRD’s Project Manager immediately upon reaching 50 and 75 percent of the project’s budget. At a minimum, each invoice shall contain the purchase order number and shall be itemized by task. A subtotal cost for each task shall be included. Names of persons, their job titles, hourly billing rates, actual hours worked during the billing period, and subtotal labor costs must be summarized in a table. Attach to each invoice any documentation for other direct costs in the form of receipts or print outs of time and/or costs, with the applicable costs identified, for such items such as telephone calls and number of copies. WRD will provide reporting requirements to Consultant, and Consultant shall prepare invoices that comply with the requirements. Failure to satisfy the reporting requirements may result in rejection of the invoices by WRD. 9.2 Project Coordination The Consultant’s Project Manager shall be the primary contact for WRD. For WRD, the primary contact is: Mr. Ken Ortega, Assistant General Manager Water Replenishment District of Southern California 4040 Paramount Blvd. Lakewood, CA 90712 (562) 275-4250 E-mail: [email protected] During the RFQ process, proposers shall direct all questions to the WRD’s primary contact listed above.

RFQ for SCADA System Mater Plan Project

11

9.3 Termination WRD may terminate this project at any time at its sole discretion. Notice of termination will be provided in writing. Upon termination of the project, WRD shall make payment to the Consultant only for services provided up to the date of termination. 10.0 ADDITIONAL PROJECT CONSIDERATIONS The proposer should specify if any of the requirements included in this section or any other section of the RFQ pose a specific problem, and if so, identify the problem and its impact on the proposal. 10.1 Entire Agreement The services required in the RFQ, the successful proposal with any proposed optional tasks adopted by WRD, the purchase order and any written changes or amendments to the scope of services shall represent the entire agreement between the parties and shall supersede all prior written or oral representations, discussions, and agreements. Furthermore, this RFQ is not only meant to aid in the preparation of proposals, but it is also intended to serve as a binding technical guidance document for the Consultant. The consulting firm awarded to provide services shall be deemed bound to execute all requirements as listed and prescribed in this RFQ unless WRD modifies aspects of the scope of work or any conditions in the RFQ in writing. 10.2 Additional Services Not Specified The Consultant may be required to provide additional services under a negotiated change order approved in writing by WRD. 10.3 Project Changes Changes that affect the scope of work, period of performance or time schedule, and costs will be effected by written notices of amendment. No payments will be made for work performed outside the original scope of work unless prior written approval was granted by WRD. 10.4 Period of Performance WRD shall set forth the date of commencement of work and due dates for the various work products, and procedures associated with performance. 10.5 Project Security The Consultant will be required to treat WRD’s documents in confidence and shall indemnify WRD in case of alteration, loss, or damage thereto. The Consultant shall not release to the general public, public agencies, or private businesses in any manner, any information, data, or documents developed pursuant to the performance of services specified herein without the expressed written consent of WRD. Any preliminary or working drafts, notes, and inter-agency or intra-agency memoranda that are not expected to be retained by the Consultant or WRD in the ordinary course of business shall be exempt from disclosure to any public entity under provisions of the Public Records Act.

RFQ for SCADA System Mater Plan Project

12

10.6 Business Records Access and Retention All records pertaining to this project, which are retained by the Consultant, shall be accessible to WRD while work is ongoing and for at least five years thereafter. 11.0

TERMS AND CONSIDERATIONS

11.1 WRD’s Right to Reject a Proposal WRD reserves the right to reject any or all proposals, or to negotiate a purchase order with the next most qualified proposer if the successful proposer does not execute or agree to terms of purchase order within ten days after the proposer is informed of the selection. 11.2 Proposal Clarification WRD reserves the right to request clarification of information submitted and to request additional information from any or all proposers. 11.3 Duration of Proposal Any proposal may be withdrawn prior to the due date and time indicated herein for proposal submittal. Any proposal not so withdrawn shall constitute an irrevocable offer, for a period of ninety days, to WRD the services set forth in the proposal. 11.4 RFQ Revision WRD reserves the right to revise this RFQ. Notices of revisions to the RFQ shall be transmitted via electronic mails (e-mails) to all potential proposers who were initially forwarded the RFQ via e-mails as well as other potential proposers who have subsequently provided WRD with their contact information. Revisions to the RFQ (Addenda) will be available for download at WRD’s Internet Web site (www.wrd.org) under the category “Jobs & RFQs/RFPs.” All tentative proposers should also provide an e-mail contact and telephone number for rapid dissemination of revisions or corrections to the RFQ. 11.5 Project Revision In submitting a response to this RFQ, the proposer is deemed to understand and agree to the full measure of work specified herein. The proposer further understands that all services herein shall be provided whether or not a service is specifically responded to in the proposal unless a project task is subsequently deleted or supplanted with WRD’s work at the direction of WRD, in which case the proposer shall acknowledge a commensurate reduction in the level of effort and a reduction or elimination of the billable services or hours for that task. 12.0

SUBMITTAL OF PROPOSALS

12.1 Proposal Format The proposal shall be limited to no more than 25 pages in length. This does not include cover letter, appendices, dividers, and résumés. The proposal shall be printed on 8.5” x 11” size recycled paper or recyclable white bond paper, paginated, and bound. Any oversized documents such as charts or tables must be folded to size and secured in the proposal

RFQ for SCADA System Mater Plan Project

13

Five hard copies of the proposal shall be submitted to WRD no later than the proposal due date. In addition, an electronic copy of the Proposal on CD shall be submitted. All files shall be in a text searchable PDF format (i.e., not scanned images) compatible with Adobe Acrobat. The main directory of the CD shall contain the entire Proposal as a single PDF file and a folder titled “Proposal Sections.” In the folder labeled “Proposal Sections,” each section of the Proposal shall be individually saved as a PDF file. The file name shall correspond to the title of the Proposal Section. 12.2 Proposer Signature Each proposal shall be signed by an officer, or officers, authorized to execute legal documents on behalf of the proposer. 12.3 Proposal Deadline Five hard copies and one electronic copy of the proposal must be received by WRD, no later than the proposal due date and time indicated in this RFQ, at the following address: Water Replenishment District of Southern California 4040 Paramount Blvd. Lakewood, CA 90712 Attention: Mr. Ken Ortega, Assistant General Manager Failure to submit proposals by this date and time shall be grounds for rejection. Questions concerning proposal procedures or the technical aspects of this RFQ shall be directed to Mr. Ken Ortega at [email protected] or (562) 275-4250. 13.0

LEGAL ISSUES

13.1 Compliance The Consultant shall abide by and obey all applicable federal, state, and local laws, rules, regulations, and ordinances. 13.2 Governing Laws and Requirements Performance of services herein shall be governed and construed in accordance with the laws of the State of California. The selected Consultant hereby agrees that in any action relative to the performance of said services, venue shall be in the County of Los Angeles, State of California. 13.3 Public Releases The Consultant agrees not to use or otherwise make public in any manner, either for profit or nonprofit, any of the information, data, procedures, systems, or documentation developed pursuant to the performance of services specified herein without the expressed written permission of WRD. 13.4 Business License The Consultant will be required to show evidence of a valid business license, which must be in effect during the period of the performance of services specified herein.

RFQ for SCADA System Mater Plan Project

14

13.5 WRD’s Property All deliverables submitted pursuant to the performance of services specified herein shall become the sole property of WRD and they may be used in any manner and for any purpose WRD deems in its best interest.

RFQ for SCADA System Mater Plan Project

15

Attachment A

Key Personnel Participation in Example Projects

RFQ for SCADA System Mater Plan Project

16

RFQ for SCADA System Mater Plan Project

17

Attachment B

Consultant and Subconsultant Status as LBE, SBE and VBE

RFQ for SCADA System Mater Plan Project

18

RFQ for SCADA System Mater Plan Project

19

Attachment C

WRD Standard Agreement for Professional Services

RFQ for SCADA System Mater Plan Project

20