HomeMy WebLinkAboutAgreement_General_2/12/2026_McKim & Creed VILLAGE OF TEQUESTA
AGREEMENT FOR ELECTRICAL, INSTRUMENTATION, AND CONTROL SYSTEM
SERVICES
THIS AGREEMENT for electrical, instrumentation,and control system services is entered into
and effectivethis/Adayof i?4A u , 2026, byand between the VILLAGE OF TEQUESTA,
a Florida municipal corporation with offices located at 345 Tequesta Drive,Tequesta, Florida 33469,
organized and existing in accordance with the laws of the State of Florida, hereinafter "the Village";
and McKim & Creed, Inc., a Florida corporation, with offices located at 1365 Hamlet Avenue,
Clearwater, Florida 33756 hereinafter "the Contractor", and collectively with the Village, "the
Parties".
WITNESSETH
The Village and the Contractor, in consideration of the mutual covenants contained herein
and for other good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged by both Parties, hereby agree as follows:
1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby
the Contractor shall provide electrical, instrumentation, and control system services as needed by
the Village.The Parties agree to enter into this Agreement and piggyback for the pathway and minor
construction services at the unit prices described in the City of Tarpon Springs contract awarded
through Tarpon Springs RFP No. 230139-P-AS. Said contract, including its terms, conditions,
specifications, and attached exhibits/amendments, are hereby fully incorporated into this
Agreement and attached hereto as Exhibit W'.
2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be
pursuant to the unit prices provided in Exhibit "A" on a per work order basis. The Parties hereby
agree to the Village's purchase of supplies and/or services in greater or lesser amounts than
estimated in the Tarpon Springs RFP No. 230139-P-AS contract, as referenced by the proposal in
Exhibit "A". In consideration for the above Scope of Services and pursuant to any Exhibits, if
applicable, the Village shall pay the Contractor at the unit prices as described in Exhibit W'. The
goods or services shall be delivered on a per-order basis in a time, and in a manner, and location
acceptable to the Village the "Performance Date.
3. CHANGE ORDERS: Seller is aware that price and time are of the essence in this
contract and that prompt and timely performance of all such obligations is strictly required. If
conditions change that would require an increase in price, scope, or time for performance in any
work order under this agreement Seller must notify the Village in writing detailing the conditions
that have changed and requesting a change order to the contract within 30 days prior to the original
performance date "Change Order Deadline". Seller shall not proceed with any change to its
obligations under a change order request unless documented in a Change Order executed by both
Parties. If Seller requests a change order prior Village at its discretion may accept the change order
as is or with modifications, deny the change order, re-advertise and re-solicit providers for the
required goods or services or terminate this contract. If the Village elects to re-advertise and re-
solicit the need for goods or services the Village will have 30 days "Re-Solicitation Period" in which
to accept the contemplated change order or terminate this contract. At any time after execution of
this Agreement but prior to Seller's delivery of the Goods, the Village reserves the right at its
discretion to change, modify, revise add, or remove any part of its order for the Goods as described
by this Agreement and any Exhibits, if applicable. If any such change to the Village's order causes an
increase or decrease in the cost of the Goods or causes a change in the time required for delivery
of the Goods, the Village shall make an equitable adjustment in the contract price, the delivery
schedule, or both. Any change to the Village's order for the Goods and any subsequent equitable
adjustment to the terms of this Agreement shall be effectuated through a written Amendment to
this Agreement as executed by both Parties pursuant to Section 15. of this Agreement.
4.TERM;TERMINATION; NOTICE: Pursuant to the Tarpon Springs RFP No. 230139-P-AS, the
original contract term will expire on August 8th, 2028. This Agreement may be terminated by either
party upon 30 days written notice to the other party. Notice shall be considered sufficient when
sent by certified mail or hand-delivered to the Parties during regular business hours at the following
addresses:
Village Contractor
Village of Tequesta Mike Stoup
345 Tequesta Drive McKim & Creed, Inc.
Tequesta, FL 33469-0273 1365 Hamlet Avenue
Attn: Utilities Department Clearwater, FL 33756
S. INSURANCE: The Contractor shall provide proof of workman's compensation
insurance and liability insurance in such amounts as are specified in Exhibit "A" and shall name the
Village as an "additional insured" on the liability portion of the insurance policy.
6. INDEMNIFICATION: The Contractor shall at all times indemnify and hold harmless
the Village, its agents, servants, and employees, from and against any claim, demand or cause of
action of whatsoever kind or nature, arising out of the neglect error, omission, negligent act,
conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of
services under this Agreement. Nothing contained in this provision shall be construed or
interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond the
waiver provided in Section 768.28, Florida Statutes.
7. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133, Florida
Statutes, by entering into this Agreement or performing any work in furtherance hereof, the
Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform
hereunder, have not been placed on the convicted vendor list maintained by the State of Florida
Department of Management Services within thirty-six (36) months immediately preceding the date
hereof. This notice is required by Section 287.133(3)(a), Florida Statutes.
8. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an
independent contractor and not an employee of the Village. Both the Village and the Contractor
agree that this Agreement is not a contract for employment and that no relationship of employee-
employer or principal-agent is or shall be created hereby, nor shall hereafter exist by reason of the
performance of the services herein provided.
9. INSPECTOR GENERAL: Pursuant to Sections 2-421-2-432 of the Palm Beach County
Code of Ordinances, the Office of the Inspector General has jurisdiction to investigate municipal
matters, review and audit municipal contracts, and other transactions, and make reports and
recommendations to municipal governing bodies based on such audits, reviews, or investigations.
All parties doing business with the Village shall fully cooperate with the inspector general in the
exercise of the inspector general's functions, authority, and power. The inspector general has the
power to take sworn statements, require the production of records, and to audit, monitor,
investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village
in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct, and
abuses.
10. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it is in
compliance with Section 448.095, Florida Statutes, as may be amended. No later than January 1,
2021, the Contractor shall: (1) register with and use the E-Verify System (E-Verify.gov) to
electronically verify the employment eligibility of all newly hired workers, and (2) verify that all of
the Contractor's subconsultants performing the duties and obligations of this Agreement are
registered with and use the E-Verify System to electronically verify the employment eligibility of all
newly hired workers.The Contractor shall obtain from each of its sub-consultants an affidavit stating
that the sub-consultant does not employ, contract with, or subcontract with an Unauthorized Alien,
as that term is defined in Section 448.095(1)(k), Florida Statutes, as may be amended. The
Contractor shall maintain a copy of any such affidavit from a sub-consultant for, at a minimum, the
duration of the subcontract and any extension thereof. This provision shall not supersede any
provision of this Agreement which requires a longer retention period. The Village shall terminate
this Agreement if it has a good faith belief that the Contractor has knowingly violated Section
448.09(1), Florida Statutes, as may be amended. If the Contractor has a good faith belief that the
Contractor's subconsultant has knowingly violated Section 448.09(1), Florida Statutes, as may be
amended, the Village shall notify the Contractor to terminate its contract with the sub-consultant
and the Contractor shall immediately terminate its contract with the sub-consultant. In the event
of such contract termination, the Contractor shall be liable for any additional costs incurred by the
Village as a result of the termination.
11. SCRUTINIZED COMPANIES: For Contracts under $1M, the Contractor certifies that
it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725,
Florida Statutes and that it is not engaged in a boycott of Israel. The Village may terminate this
Agreement at the Village's option if the Contractor is found to have submitted a false certification
as provided under Section 287.135(5), Florida Statutes, if the Contractor has been placed on the
Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida
Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over $1M, the Contractor
i
certifies that it is not on the Scrutinized Companies with Activities in Sudan List, the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies
that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes. The Contractor
further certifies that it is not engaged in a boycott of Israel and that it does not have business
operations in Cuba or Syria, as similarly provided in Section 287.135, Florida Statutes. The Village
may terminate this Agreement at the Village's option if the Contractor is found to have submitted
a false certification as provided under Section 287.135(5), Florida Statutes or if the Contractor has
been placed on one of the aforementioned lists created pursuant to Section 215.4725, Florida
Statutes. Additionally, the Village may terminate this Agreement at the Village's option if the
Contractor is engaged in a boycott of Israel or has been engaged in business operations in Cuba or
Syria, as defined in Section 287.135, Florida Statutes.
12. ATTORNEY'S FEES: In the event, a dispute arises concerning this Agreement, the
prevailing party shall be awarded attorney's fees, including fees on appeal.
13. FORCE MAJEURE: The Contractor shall not be considered in default by reason of any
failure in performance under this Agreement if such failure arises out of causes reasonably beyond
the control of the Contractor or its subcontractors and without their fault or negligence.li ence. Such
causes include,but are not limited to:acts of God;acts of war; natural or public health emergencies;
labor disputes; freight embargoes; and abnormally severe and unusual weather conditions.
14. CHOICE OF LAW; VENUE: This Agreement shall be governed and construed in
accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should
any dispute arise with regard to this Agreement.
15. AMENDMENTS&ASSIGNMENTS: This Agreement, all Exhibits attached hereto, and
required insurance certificates constitute the entire Agreement between both parties; no
modifications shall be made to this Agreement unless in writing, agreed to by both parties, and
attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the
provision of services called for in this Agreement without prior written consent of the Village.
16. PUBLIC RECORDS: In accordance with Sec. 119.0701, Florida Statutes,
CONTRACTOR must keep and maintain this Agreement and any other records associated
therewith and that are associated with the performance of the work described in the Proposal or
Bid. Upon request from the Village's custodian of public records, CONTRACTOR must provide the
Village with copies of requested records, or allow such records to be inspected or copied, within
a reasonable time in accordance with access and cost requirements of Chapter 119, Florida
Statutes. A CONTRACTOR who fails to provide the public records to the Village, or fails to make
them available for inspection or copying, within a reasonable time may be subject to attorney's
fees and costs pursuant to Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10,
Florida Statutes. Further, CONTRACTOR shall ensure that any exempt or confidential records
associated with this Agreement or associated with the performance of the work described in the
Proposal or Bid are not disclosed except as authorized by law for the duration of the Agreement
term, and following completion of the Agreement if the CONTRACTOR does not transfer the
records to the Village. Finally, upon completion of the Agreement, CONTRACTOR shall transfer,
at no cost to the Village, all public records in possession of the CONTRACTOR, or keep and
maintain public records required by the Village. If the CONTRACTOR transfers all public records
to the Village upon completion of the Agreement, the CONTRACTOR shall destroy any duplicate
public records that are exempt or confidential and exempt from public records disclosure
requirements. If the CONTRACTOR keeps and maintains public records upon completion of the
Agreement,the CONTRACTOR shall meet all applicable requirements for retaining public records.
Records that are stored electronically must be provided to the VILLAGE, upon request from the
Village's custodian of public records, in a format that is compatible with the Village's information
technology systems.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER
119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS
CUSTODIAN FOR THE VILLAGE, AT (561) 768-0440, OR AT
imcrwilliams@tequesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA
33469.
Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has
jurisdiction to investigate municipal matters, review and audit municipal contracts and other
transactions, and make reports and recommendations to municipal governing bodies based on
such audits, reviews, or investigations. All parties doing business with the Village shall fully
cooperate with the inspector general in the exercise of the inspector general's functions,
authority, and power. The inspector general has the power to take sworn statements, require
the production of records, and to audit, monitor, investigate and inspect the activities of the
Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and
eradicate fraud, waste, mismanagement, misconduct, and abuses.
"The Village of Tequesta strives to be an inclusive environment. As such, it is the Village's policy
to comply with the requirements of Title II of the American with Disabilities Act of 1990("ADA")
by ensuring that the Contractor's [ agreement /bid documents and specifications ] are
accessible to individuals with disabilities. To comply with the ADA, the Contractor shall provide
a written statement indicating that all [ agreement /bid documents and specifications], from
Contractor, including files, images, graphics, text, audio, video, and multimedia, shall be
provided in a format that ultimately conforms to the Level AA Success Criteria and Conformance
Requirements of the Web Content Accessibility Guidelines 2.0 (Dec. 11, 2008) ("WCAG 2.0
Level AA"), published by the World Wide Web Consortium ("WK"), Web Accessibility Initiative
("WAI"), available at www.w3.org/TR/WCAG/-."
17. HEADINGS: The headings contained in this Agreement are provided for
convenience only and shall not be considered in construing, interpreting or enforcing this
Agreement.
18. SEVERABILITY: The invalidity or unenforceability of any provision of this
Agreement shall not affect the validity or enforceability or any other provision of this
Agreement and this Agreement shall be construed and enforced in all respects as if the invalid
or unenforceable provision is not contained herein.
19. WAIVER: No waiver by the Village of any provision of this Agreement shall be
deemed to be a waiver of any other provisions hereof or of any subsequent breach by the
Contractor of the same, or any other provision or the enforcement hereof. The Village's
consent to or approval of any act requiring the Village's consent or approval of any act by the
Contractor shall not be deemed to render unnecessary the obtaining of the Village's consent
to or approval of any subsequent consent or approval of, whether or not similar to the act so
consented or approved.
20. CONFLICTS: In the event of any conflict between the terms of this agreement and
any exhibits thereto this agreement shall prevail.
21. ENTIRE AGREEMENT: This eight page Agreement, including any Exhibits,
constitutes the entire agreement between the parties; no modification shall be made to this
Page 7 of 8
Agreement unless such modification is in writing, agreed to by both parties and attached hereto
as an addendum to this Agreement. In the event of a conflict between this and any other
document, this document shall prevail.
22. AUTHORITY TO OBLIGATE: Each person signing this agreement on behalf of either
Party warrants that he or she has the full legal power to execute this agreement on behalf of the
Party for whom he or she is signing and bind and obligate such party with respect to all provisions
contained in this agreement.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
date and year first above written.
WITNESSES: McKim & Creed, Inc.
BY (Print):
(Corporate Seal) .i;.....
,,•' t••��pia...• C�.
VILLAGE OF TEQUESTA "'••.... ••',t=
� 1 i
By: Molly ung,.Mayor
ATTEST: 0,F
�E........ T Q
NCORPORATED
........ .
Village Clerk
Page 8 of 8
v,MCKIM&CREED ENGINEERS
SURVEYORS
PLANNERS
January 30,2026
260127
Allyson Felsburg
Utilities Director
Village of Tequesta, FL
901 N Old Dixie Hwy
Tequesta, FL 33469
RE: SCADA HMI Replacement
Dear Ms. Felsburg,
Per your request we are pleased to offer the following proposal for your
consideration.
If you have any questions, or require additional information, please feel free to
give me a call.
Sincerely,
P6--Z-
David Ubert
Senior Project Manager
Enclosures
cc: Proposal File
6501 Congress Ave#100
Boca Raton,FL 33499
www.mckimcreed.com
VILLAGE OF TEQUESTA
SCADA HMI SYSTEM REPLACMENT
SCOPE OF SERVICES
January 30,2026
I. PROJECT DESCRIPTION
The Village of Tequesta has an existing Wonderware SCADA software system that
is out of date and unstable. The Village has decided ahead of their planned water
plant expansion to replace the Wonderware SCADA software system with VTScada
software system to improve reliability and prepare for the plant expansion.
McKim & Creed will research the existing Wonderware application, conduct a
workshop with key Village stakeholders to identify desired improvements to the
SCADA system, and develop the VTScada application accordingly. Our approach
is to install the VTScada system in parallel with the Wonderware system to
minimize plant downtime and give the operators an opportunity to learn how to
run the plant on the new VTScada system while they ensure all functionality is in
place.Upon acceptance of the VTScada system by the Village,McKim&Creed will
remove the old Wonderware system.
II. SCOPE OF SERVICES
TASK 1-Project Management
A. Provide project management for the project. This will include project
setup and coordination as well as QA/QC for project deliverables.
B. Participate in a project kick-off meeting with The Village to review the
scope, schedule and budget of the project as well as identify the goals
of the project.
C. Conduct project status update meetings as necessary throughout the
duration of the project to review the current project status and
maintain a positive project execution.
D. Monthly invoicing representative of the progress of the project.
TASK 2-VTScada Application Development and Migration
A. Research the existing Wonderware application to identify the
functionality in the current system. Evaluate each script written in the
v MCKW&CREED
Wonderware application(there are quite a few in this application and
it is highly recommended to eliminate as many as possible).
B. Conduct a one-day workshop with key stakeholders from the Village
to review the current SCADA functionality and identify any
adjustments desired.
C. Procure the VTScada licenses and load them on hardware provided by
the Village.The licenses will support the tags required and be
deployed as redundant servers.
D. Develop the VTScada application to mimic the existing Wonderware
functionality and incorporating the desired items from the workshop.
We have Reviewed the existing application development items and
will provide the following:
1) HMI Graphic Screens
i. Up to 31 graphics screens
ii. Up to 11 Well/remote screens
iii. Up to 45 pop-ups
2) Up to 4700 SCADA tags
3) Up to 4 premade data trends
4) Up to 4 premade reports
5) Need to convert approximately 75 scripts
i. There are several"Key Scripts" that will not be
transferred over to the new system due to cybersecurity
concerns related to automated log ins.
E. Deploy the application to the plant and connect it to the field PLC
network so the Wonderware and VTScada systems will run in parallel.
In certain unique circumstances, systems are not able to run in parallel
due to limitations in bandwidth caused by several factors. If this
occurs,we will be unable to run parallel systems and may require
additional funds or a modified approach or both.
F. Provide eight(8) hours of informal training to the operators to instruct
them on how to operate the plant using the VTScada system.
G. SCADA data from the Wonderware historian system will not be
imported into the VTScada historian during this initial project.This
will be done during the plant upgrade project. However, this will be
reviewed and discussed during this project to properly prepare for the
successful execution of this task.
H. Address punch list items as identified in the first month.
v,MqQM&CREED
I. Upon acceptance of the VTScada system by the Village, the
Wonderware system will be removed within 2 weeks of system
acceptance.System acceptance will be given after 1 week of full system
operation(without touching the Wonderware system,only running off
of VTScada).
III. ASSUMPTIONS and CLARIFICATIONS
A. This proposal is valid for 60 days from the date of issue.
B. All computer, server and networking hardware will be provided by the
Village of Tequesta.
C. Substantial functional changes to how the Wonderware system operates
are not included.
D. Reports (up to 4) will be developed using the internal VTScada report
features. Reports must be clearly defined by the village staff and tags must
be available in the existing system.
E. The Win911 software will be abandoned and replaced by the VTScada
dialer functionality.
IV. BUDGET
The services described herein will be performed on a lump sum basis for the
engineering fee of$194,455.48 for the VTScada conversion effort plus an additional
$25,000 for contingency for a total contract value of$209,455.48. Pricing is based of
the Piggyback contract City of Tarpon Springs, FL; RFP No. 230139-P-AS
ELECTRICAL, INSTRUMENTATION&CONTROL SYSTEM SERVICES Year 3.
V. PROJECT SCHEDULE
McKim&Creed will coordinate with the Village of Tequesta to determine a
mutually agreeable schedule. We anticipate project completion 6-8 months after
the initial kick off meeting.
Approved By:
ill Mayor, age of Tequesta
Date: a? 9-oQ to
v MqMM&CREED
EXHIBIT A
AGREEMENT FOR PLANNING CONSULTANT SERVICES
This Agreement is made on the a7 day of y.f t,2023 (the "Effective Data"), by and between the
City of Tarpon Springs(the"Client")and McKie►& reed,Inc.(the"Consultant")(collectively,the"Parties").
WHEREAS,the Client has determined that it requires certain continuing Consultant services to facilita€e
its operations; and
WHEREAS,on April 26, 2023, the City of Tarpon Springs,Florida("Tarpon Springs") issued Request
for Proposals 4230139-P-AS("RFP")("EXHIBIT A"),for the purpose of receiving statements of proposals from
registered professional Consultants to provide Consultant services as described in the RFP(the"Services"); and
WHEREAS,on June 12,2023,the Consultant responded to the RFP("EXHIBIT B")and City of Tarpon
Springs subsequently selected the Consultant as the most qualified proposer; and
WHEREAS, on July 25, 2023, the Consultant and City of Tarpon Springs awarded an Agreement to
Furnish Electrical, Instrumentation, and Control System Services (the "City Contract")wherein the Consultant
agreed to perform the Services for City of Tarpon Springs in accordance with the terms and conditions described
therein; and
NOW,THEREFORE, in consideration of the mutual agreements set forth hereafter and for other good and
valuable consideration the receipt and sufficiency of which is hereby acknowledged,the Parties agree as follows:
1. Performance of the Services. The Consultant shall make available to Client, and provide to Client as
requested, the same Services m are available and provided to City of Tarpon Springs in accordance with
the terms and conditions of the City Contract, at the prices specified therein. All references to the"City"
or"City of Tarpon Springs" in the City Contract shall,for purposes of this Agreement,mean Client.
2. Additional Services. This Agreement is only for the provision of those Services provided by or made
available by Consultant to City of Tarpon Springs in the City Contract. The Parties understand that any
other Consultant services Client may wish to acquire may or may not be acquired from Consultant, and
will be acquired in accordance with applicable law and Client's procurement code and administrative
policies.
3. Incorporation_by Reference; Order of Precedence, This Agreement incorporates and makes a part hereof
by reference the following documents: (i) the RFP (EXHIBIT A), (ii) the Consultant's response to the
RFP(EXHIBIT B),(iii)the City Contract.Notwithstanding any term in the City Contract to the contrary,
in the event of any irreconcilable conflict between the terries of these respective documents,the terms in
this Agreement shall prevail over the above-listed documents. In the event of any irreconcilable conflict
between the terms of the above-listed documents the earlier-listed document shall prevail over conflicting
terms in the subsequently listed document.
4. Term and Termination of the Agreement. The term of this agreement shall be for a five (5) year period
of performance from the date of contract execution,and may be terminated as provided for in Section 2.21
of the RFP(EXHIBIT A)of the City Contract.
5, Staff'Title References. The City Contract refers in various places to certain City of Tarpon Springs
officials or employees.The Parties agree that for purposes of this Agreement,references to these officials
or employees shall mean the City of Tarpon Springs City Manager,or herlhis designee.
6. Public Records Act Compliance. The Consultant and any subconsultants shall comply with all applicable
requirements contained in the Florida Public Records Law, including but not limited to any applicable
provisions in Florida Statutes § 1 19,0701. Pursuant to that statute,the Consultant shall:
I
(a) Keep and maintain public records required by the Client to perform the Services
provided hereunder.
(b) Upon request from the Client's custodian of public records,provide the Client with a
copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in Chapter 119,Florida
Statutes,or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed,except as authorized by law for the
duration of the term of this Agreement and following completion of this Agreement
if the Consultant does not transfer the records to the CIient.
(d) Upon completion of the Agreement,transfer,at no cost,to the Client all public records
in the possession of the Consultant or keep and maintain public records required by
the Client to perform the service. If the Consultant transfers all public records to the
Client upon completion of the Agrccmcnt,the Consultant shall destroy any duplicate
public records that are exempt or confidential and exempt from public records-
disclosure requirements. If the Consultant keeps and maintains public records upon
completion of the Agreement, it shall meet all applicable requirements for retaining
public records. All records stored electronically must be provided to the Client,upon
request from the Client's custodian of public records, in a format that is compatible
with the information technology systems of the Client.
If the Consultant fails to comply with the requirements in this Section,the Client may enforce these
provisions in accordance with the terms of this Agreement.If the Consultant fails to provide the public
records to the Client within a reasonable time, it my be subject to penalties under Florida Statutes §
119,10.
IF THE CONSULTANT HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER
119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS AGREEMENT, THE
CONSULTANT SHOULD CONTACT THE CLIENT'S
CUSTODIAN OF PUBLIC RECORDS AT:
CITY CLERK
410 NORTH RING AVENUE
TARPON SPRINGS, FL 34689
727-942-5614
CITYCLERKI @CTSFL.US
7. Notices. All notices given pursuant to this Agreement, except as may otherwise be specified in the
applicable Account Documentation, shall be sent by certified U.S. mail, return receipt requested, or by
tracked overnight courier,or by in-person hand delivery,to the official and address provided below:
Client: Consultant:
City OF Tarpon Springs McKim&Creed, Inc.
2
Attn: City Manager Attn: Mike Stoup, PE
324 E. Pines Street McKim&Creed, Inc.
Tarpon Springs,FL 34689 1365 Hamlet Avenue,
Clearwater, Florida,33756
8. Representations and Warranties.
a. The Parties represent and warrant to each other that this Agreement constitutes a legal, valid,
and binding obligation enforceable in accordance with its terms, and that the execution and
performance of the Agreement(i) does not breach any agreement of such Party with any third
party, (ii) does not violate any law, rule or regulation, (iii) is within its organizational powers,
and(iv)has been authorized by all necessary action of such Party.
b. Each Party to this Agreement further represents and warrants that all appropriate authority exists
so as to duly authorize the person executing this Agreement to so execute the same and fully
bind the Party on whose behalf he or she is executing.
9. Miscellaneous.
a. This Agreement, together with the documents incorporated by reference, constitutes the entire
agreement between the Parties and supersedes any prior understanding or agreement between the
Parties,either verbal or written,respecting the same subject.
b. No delay or failure to exercise a right under this Agreement shall impair such right or shall be
construed to be a waiver thereof, but such right may be exercised from time to time and as often as
deemed expedient. The failure of one Party at any time to require performance by the other Party of
any term in this Agreement shall in no way affect the right of the demanding Party thereafter to
enforce same. Nor shall waiver by one Party of any breach of any term of this Agreement by the
other Party be taken or held to be a waiver of any succeeding breach of such term or as a waiver of
any term itself.To be effective,any waiver shall be in writing and signed by the Party granting such
waiver. Any such waiver shall be limited to the particular right so waived and shall not be deemed
to waive any other right under this Agreement.
c. No assignment of this Agreement or any right or responsibility occurring under this Agreement,
shall be made in whole or in part by the Consultant without the express written consent of the Client.
The Client shall have the right to approve or deny, with or without cause, any proposed or actual
assignment by the Consultant. Any assignment of this Agreement made by the Consultant without
the express written consent of the Client shall be null and void and shall be grounds for the Town to
declare a default of this Agreement.
d. The laws of the State of Florida shall govern the rights, obligations, duties and liabilities of the
Parties to this Agreement and shall govem the interpretation of this Agreement.Any and all legal or
equitable actions necessary to enforce this Agreement shall be held and maintained solely in the
state and federal courts in and for Pinellas County, Florida. Venue shall lie exclusively in Pinellas
County.
e. Notwithstanding Article 9(C)of the City Contract, in any civil,administrative,bankruptcy,or other
proceeding concerning this Agreement, each Party shall pay all of their own costs, attorneys' fees
and expenses, including all costs, fees, and expenses incurred in any administrative hearing, trial,
3
appeal,and mediation,notwithstanding the outcome of those proceedings.Each Party hereby waives
any award of attorney fees it might otherwise recover as the prevailing Parry in such proceedings.
f. The Consultant shall at all times comply with all laws now in effect or hereafter enacted,which are
applicable in any way to the Consultant's officers, employees, agents, or subcontractors, or the
delivery of the Consultant's Services to Client.
g. In case any provision of this Agreement shall be held to be invalid, illegal or unenforceable in any
respect, such invalidity, illegality or unenforceability shall not affect any other provisions thereof,
and this Agreement shall remain operative and binding on the Parties.
h. Nothing contained herein shall be deemed or construed by the Parties, or by any third party, as
creating the relationship of principal and agent nr of partnership or of joint venture between the
Parties, it being understood and agreed that nothing contained herein, nor any acts of the Parties,
shall be deemed to create any relationship between the Parties other than the relationship of
independent contractors.
i. This Agreement only provides rights and remedies for the CIient and Consultant. Notwithstanding
anything else contained herein,this Agreement does not provide any rights or remedies for any other
Person. There are no third-party beneficiaries under this Agreement.
j. Pursuant to Florida Statutes § 287.135, the Consultant is not eligible to enter into, or renew, this
Agreement if:
(i)The Consultant is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with activities in the Iran Petroleum Energy Sector List (as identified in Florida
Statutes §215.473);
(ii)The Consultant engages in business operations in Cuba or Syria; or
(iii) The Consultant is on the Scrutinized Companies that Boycott Israel List (as identified in
Florida Statutes§ 215.4725),or is engaged in a boycott of Israel.
By entering into this Agreement,the Consultant certifies that it is not on the Scrutinized Companies with
Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector
List,or the Scrutinized Companies that Boycott Israel List,and that it is not engaged in a boycott of Israel.
The Consultant acknowledges that it wfll execute a certification to this effect at the time it executes this
Agreement.
The Consultant shall notify the Client if,at any time during the term of this Agreement,it is placed on the
Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the
Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, or that it is
engaged in a boycott of Israel. Such notification shall be in writing and provided by the Consultant to the
Client within ten(10)days of the date of such occurrence.
In the event the Client determines,using credible information available to the public,that the Consultant
has submitted a false certification or that Consultant is found to have been placed on the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, the Scrutinized Companies with
Activities in Sudan List,or the Scrutinized Companies that Boycott Israel List or engaged in a boycott of
Israel,the Client may, in its sole discretion,terminate this Agreement and seek a civil penalty and other
4
damages and relief against the Consultant, pursuant to Florida Statutes § 287.135. In addition,the Client
may pursue any and all other legal remedies against the Consultant.
k. This Agreement may be executed in one or more counterparts, each of which shall be deemed an
original and all of which taken together shall constitute one and the same instrument.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their
respective authorized officers as of the Effective Date.
City of Tarpon Springs, Rorida McKim& Creed,Inc.
By: ✓rr By:
Mark LeCouris,City Manager
5
G�tY 0 CITY OF TARPON SPRINGS, FL
' Procurement Services
a 324 East Pine Street
a - G P.O. Box 5004
-O Tarpon Springs, Florida 34688-5004
�
0 (727) 942-5615
Fax (727) 937-1766
SPRING`'"
May 22, 2023
RFP No. 230139-P-AS
ELECTRICAL, INSTRUMENTATION & CONTROL SYSTEM SERVICES
ADDENDUM1
The purpose of this Addendum is to answer questions and extend the due date from May 24,
2023 to May 30, 2023
QUESTIONS/ANSWERS
Q1: Is it okay to subcontract part of these services, e.g., up to 10% of the work specified?
Al: The Selected Firm may partner with or subcontract other firm(s) having technical
competencies that the Selected Firm does not normally offer.
• All other requirements, terms and conditions remain the same.
• Copies of the plans and specifications may be obtained through Onvia/DemandStar
(www.demandstar.com).
Addendum 1
Page 1 of 1
G�tY 0 CITY OF TARPON SPRINGS, FL
' Procurement Services
a 324 East Pine Street
a - G P.O. Box 5004
-O Tarpon Springs, Florida 34688-5004
�
0 (727) 942-5615
Fax (727) 937-1766
SPRING`'"
May 30, 2023
RFP No. 230139-P-AS
ELECTRICAL, INSTRUMENTATION & CONTROL SYSTEM SERVICES
ADDENDUM
The purpose of this Addendum is to answer extend the due date from May 30, 2023 to June
13, 2023, due to the holiday weekend.
• All other requirements, terms and conditions remain the same.
• Copies of the plans and specifications may be obtained through Onvia/DemandStar
(www.demandstar.com).
Addendum 1
Page 1 of 1
CITY OF TARPON SPRINGS, FLORIDA
REQUEST FOR PROPOSALS
y 0
RI N `'"
RFP No. 230139-P-AS
Electrical, Instrumentation, and Control System
Services
ISSUE DATE: April 26, 2023
RESPONSES DUE: May 24, 2023
3:00 P.M. (Local Time)
SUBMIT TO: City of Tarpon Springs
Procurement Services Department
324 E. Pine St
Tarpon Springs, Florida 34689
i
CITY OF TARPON SPRINGS, FLORIDA
REQUEST FOR PROPOSALS
RFP No. 230139-P-AS
Electrical, Instrumentation, and Control System Services
The City of Tarpon Springs, Florida ("City") is requesting responses to this Request for Proposals
("RFP"), for the Electrical and Instrumentation and Control System Services. The City intends to
select one (1) firm with demonstrated expertise in providing similar services to those requested
herein.
Firms with demonstrated expertise on similar projects are invited to submit a proposal package.
The Request for Proposal (RFP) can be obtained from the website at www.demandstar.com.
Questions regarding this RFP should be directed to Anela Saday, CPPB, NIGP-CPP, Senior
Procurement Analyst. All questions must be received in writing no later than 12:00 PM (Noon),
local time, Wednesday. May 10, 2023 and will be answered via written addendum.
Proposal Submission, Date and Time:
No later than 3:00 PM, local time, May 24, 2023
RFP No. 230139-P-AS
Project: Electrical, Instrumentation, and Control System Services
Bid Bond: N/A
Performance Bond: N/A
Proposals are expected to be submitted electronically. If you elect to respond to this proposal
you must submit the bid electronically though the online services of DemandStar, all documents
and attachments must be uploaded by the date and time indicated. Respondents who are E-
Bidding for the first time are strongly encouraged to contact DemandStar.com at (800)711-1712
or obtain assistance by e-mailing questions to suppliersservices(a)onvia.com. Solicitation
responses uploaded to DemandStar.com (i.e., www.demandstar.com) after the Solicitation
Response Due Date and time shall not be considered. It is the sole responsibility of the
Respondent to ensure that its solicitation response is uploaded before such date and time. Tarpon
Springs Procurement Services shall not be responsible for delays caused by any power outages
or internet failures. No exceptions will be made.
Note: It is strongly recommended to upload your response in adequate time to assure that it will
post on the day prior to the closing date.
The City of Tarpon Springs' staff will evaluate the proposals based on the criteria established in
the Request for Proposals. After the ranking is completed, the City Board of Commissioners'
approval will be sought to approve the ranking and award a negotiated Agreement, which will be
in the best interest of the City, with the top ranked Firm.
Ex-Parte Communication. In order to ensure fair evaluation of proposals, ex parte
communication initiated by Proposers is prohibited from the time the responses are opened until
a final decision has been made. No Proposer may initiate communication with any City
Commissioner or any City official, staff, or employee who is participating in the evaluation process.
Any and all communication initiated by an Proposer after the responses are opened must be in
writing to:
Janina Lewis, CPPO, NIGP-CPP
Procurement Services Director
City of Tarpon Springs
ii
Procurement Services
PO Box 5004
Tarpon Springs, FL 34688-5004
ilewis(a�ctsfl.us
The City may, however, initiate communication with any Proposer in order to obtain
additional information or clarification necessary for fair evaluation of their proposal. Ex parte
communication initiated by an Proposer may disqualify that Proposer from consideration for this
or future Request for Proposals.
The City will not pay any costs incurred by Proposers in the preparation of its proposal or
presentations. Proposals may not be withdrawn for 90 days after bid opening. The City reserves
the right to reject any and all proposals and to waive minor informalities.
If you elect to respond to this Request for Proposals, provide one (1) electronic uploaded copy
of your proposal to this office by the date indicated.
Late proposals will be rejected.
Janina Lewis, CPPO, NIGP-CPP
Procurement Services Director
Attachments
JL: as
iii
RFP No. 230139-P-AS,
Electrical, Instrumentation, and Control System Services
Table of Contents
SECTION 1 — SCOPE OF SERVICES
1.1. Definitions................................................................................................7
1.2. Services Summary....................................................................................8
1.3. Qualifications......................................................................................... .11
1.4. After Hours/Emergency Call-Outs................................................................12
1.6. Systemic Reports (SRs)............................................................................12
1.7. Budget...................................................................................................12
1.8. Tentative Schedule..................................................................................13
SECTION 2— SPECIAL CONDITIONS
2.1. Intent .....................................................................................................................13
2.2. Agreement Term....................................................................................................13
2.3. Licenses and Permits ............................................................................................13
2.4. No Liens................................................................................................................13
2.5. No Waiver..............................................................................................................13
2.6. Performance..........................................................................................................13
2.7. Safety Standards...................................................................................................14
2.8. Unauthorized Personnel ........................................................................................14
2.9. Use of City Property, Facilities and Equipment......................................................14
2.10. Damage................................................................................................................14
2.11. Examination of Work.............................................................................................14
2.12. Use of Premises ...................................................................................................14
2.13. Clean-up...............................................................................................................14
2.14. Non-Exclusive.......................................................................................................14
2.15. Relationship of Parties..........................................................................................15
2.16. Subcontracting......................................................................................................15
2.17. Equipment Storage Space....................................................................................15
2.18. Purchase Agreement............................................................................................15
2.19. Termination ..........................................................................................................15
2.20. Material Warranty...................................................................................16
2.21. Performance Warranty............................................................................16
2.22. Background Checks................................................................................16
SECTION 3— PROPOSAL REQUIREMENTS
3.1. Required Format.....................................................................................................17
SECTION 4—EVALUATION OF PROPOSALS
4.1. Evaluation of Proposals..........................................................................................19
4.2. Evaluation Committee.............................................................................................19
4.3. Proposal Clarifications............................................................................................19
4.4. Proposal Evaluations and Ranking .........................................................................20
4.5. The Evaluation Committee's Recommendation ......................................................20
SECTION 5 — ADMINISTRATIVE REQUIREMENTS-INSTRUCTIONS TO PROPOSERS AND
GENERAL PROVISIONS
5.1. Preparation of the RFP..........................................................................................22
5.2. Submission or Receipt of Proposals ......................................................................23
5.3. Right to Reject Proposal ........................................................................................23
5.4. Explanations..........................................................................................................23
5.5. Acceptance of Offer...............................................................................................23
5.6. Modification or Withdrawal of Offer........................................................................23
5.7. Discrepancies, Errors, and Omissions...................................................................23
5.8. Disqualification ......................................................................................................23
5.9. Mistakes.......................................iv 23
5.10. Taxes ...................................................................................................................24
5.11. Governmental Restrictions....................................................................................24
5.12. Advertising............................................................................................................24
5.13. Excess Reprocurement Liability............................................................................24
5.14. Waiver of Breach ..................................................................................................24
5.15. Entire Agreement..................................................................................................24
5.16. Execution of Agreement .......................................................................................24
5.17. Proper Expenses..................................................................................................24
5.18. Public Records Law..............................................................................................25
5.19. Compliance with Laws..........................................................................................26
5.20. Governing Law; Consent to Jurisdiction................................................................26
5.21. Attorney's Fees.....................................................................................................27
5.22. Force Majeure ......................................................................................................27
5.23. Hold Harmless......................................................................................................27
5.24. Drug-Free Workplace ...........................................................................................27
5.25. Public Entity Crimes..............................................................................................27
5.26. Tentative Schedule...............................................................................................28
5.27. Award Without Discussion ....................................................................................28
5.28. Award of Agreement.............................................................................................28
5.29. Non-budgeted Funds............................................................................................28
5.30. Disputes and Complaints......................................................................................28
5.31. Compliance with Labor and Immigration Laws......................................................28
5.32. Assignment...........................................................................................................29
SECTION 6— PROPOSAL FORMS
ATTACHMENTS
v
SECTION 1- SERVICES SUMMARY
INTRODUCTION
The City of Tarpon Springs seeks the submittal of proposals from a single firm qualified in
Electrical and Instrumentation and Control System Services. The services shall include,
planning, designing, and integration of utility electrical and instrumentation and control
systems, including subsystems such as electrical, instrumentation, Supervisory Control and
Data Acquisition (SCADA) systems, servers, and network communications as they relate to
the utility SCADA system located at various facilities throughout the City. The Selected Firm
shall have experience in the water and/or wastewater industry and a proficient understanding
of SCADA systems, network communications, computer and server systems, telemetry,
engineering design, electrical power, motor control, electrical safety, and instrumentation for
a variety of platforms and manufacturers.
Selected Firm shall have the ability to service multiple locations at any given time. The
Selected Firm shall have the ability to review and implement the integration of additional sites
into the current SCADA systems at the City's request. All proposers shall be familiar with all
the requirements, whether general or specific.
The Selected Firm will also work closely with potential third-party Firms on upcoming
cybersecurity initiatives, as well as a future third-party Firm that will be tasked with day-to-day
monitoring and maintenance of the SCADA OT Network. The City is currently planning to
implement a new OT Network, and a third-party Firm will be selected to manage network
monitoring and maintenance for cybersecurity purposes. The Selected Firm from this RFP
may also be tasked with providing periodic updates on network and hardware health,
assessment of vulnerabilities, emerging regulations and other cybersecurity or operational
resiliency items as needed.
All work must be performed in accordance with applicable Federal, State and Local
regulations. Selected Firm shall work with the City's Information Technology (IT) Team to
abide by the City's technological standards, guidelines, policies and procedures.
GENERAL
During the Contract Term, work is performed as a series of individual work authorizations.
Each work authorization, initiated by the City, is defined cooperatively by the City
representatives and Selected Firm. Work Authorizations may include planning, design,
permitting, installation, repair, replacement, and programming of SCADA, electrical,
instrumentation, server, and network systems. These services include but are not limited to
engineering, maintenance, repair, refurbishment, programming, construction, and
replacement of SCADA and electrical systems and related assets including control panels,
programmable logic controllers (PLCs), HM I software platforms, power systems, motor control
equipment, instrumentation, server systems, network communication systems, and remote
terminal units (RTUs). The Selected Firm shall furnish all parts, materials, equipment,
subcontractors, labor, and supervision as necessary to program, maintain, furnish, and install
the assigned work as outlined in the agreed upon scope of work provided with each work
authorization. Upon arrival, the Selected Firm's staff shall sign-in and out at the reception
6
area of facility during each visit. The City reserves the right to make owner direct purchases
(ODP) for components purchased when deemed in the best interest of the City.
The City's SCADA components are critical assets and must remain in service 24 hours per
day, 7 days per week, and 52 weeks per year. At least two (2) 24-hour contact numbers shall
be provided by the Selected Firm for use by the City. The City's intent is to have all work
reasonably scheduled during normal hours with the Selected Firm in advance.
All mileage and travel time to and from the job site is not reimbursable. Mileage and travel
costs shall be included in the hourly rate quoted for labor in the Proposal. Time spent on
technical support services provided to other non-City of Tarpon Springs customers during their
visit and/or meals, shall not be included in billable hours worked for City. Invoicing provided
by Firm shall be itemized with times/dates of service and submitted to the appropriate
Department(s) for payment.
1.1. DEFINITIONS
Addendum: A modification of the Bid/Agreements issued by Procurement Services and
distributed to prospective Proposers prior to the bid due date and time.
Bid. The written submittal of a Proposer, submitted on the Bid Form to provide goods
and/or perform the work/services in accordance with the requirements and specifications
of the Bid Documents and stating the consideration that the Proposer will require for doing
so.
Proposer. An individual, partnership or corporation submitted a bid, on the attached Bid
Form, for the item and/or service contemplated.
City: The term City means the City of Tarpon Springs, Florida.
Change Order. A written order issued by the Chief Procurement Officer to the Successful
Proposer/Contractor directing certain changes, additions or reductions in work or services
or in the materials or methods to be used.
Contract: The written agreement between the City and the Successful
Proposer/Contractor for the provision of goods and/or performance of the work or services
in accordance with the requirements of the Bid Documents and for the payment at the
agreed bid price or adjusted as a result of an approved change order.
Agreements. The Bidding Documents, Purchase Order, Contract, and Performance and
Payment Bond, together with all Addenda, Supplemental Agreements and Change
Orders.
Request for Proposals. The term Request for Proposals means a solicitation of formal
sealed proposals. The acronym "RFP" means Request for Proposals, the RFP includes
the Instructions to Proposers, General Conditions, purchase descriptions and/or
specifications and may also include additional terms and conditions and all documents
whether attached or incorporated by reference, utilized for soliciting sealed proposals.
Price is usually not a primary evaluation factor.
7
Laws: The term laws means current and future federal, state, and local statutes, rules,
regulations and ordinances, the federal and state constitutions, and the orders and
decrees of any lawful authorities having jurisdiction over the matter of issue.
Responsible Proposer. The term responsible Proposer means a Proposer who has the
capability in all respects to perform fully the contract requirements, and the tenacity,
perseverance, experience, integrity, reliability, capacity, facilities, equipment, and credit
which will assure good faith performance.
Responsive Proposer. The term responsive Proposer means a Proposer who has
submitted a proposal which conforms in all material respects to the requirements set forth
in the Request for Proposal (RFP).
Supplies. All property, including but not limited to equipment, materials, printing,
insurance, and leases of real property, excluding land or a permanent interest in land.
Services. The furnishing of labor, time, or effort by a contractor, not involving the delivery
of a specific end product other than reports which are merely incidental to the requirement
performance. The term shall not include employment agreements or collective bargaining
agreements.
Selected Firm. Successful Proposer that was contractually awarded an Agreement as
the result of a solicitation, e.g., RFP.
1.2. SERVICES SUMMARY DESCRIPTION
The following lists major Electrical and Instrumentation and Control System tasks that the
Selected Firm shall be expected to perform:
1.2.1. Provide design services for SCADA system architecture, communications
networks, electrical power systems, motor control systems, lighting, grounding,
and process and instrumentation diagrams.
1.2.2. Provide electrical engineering services as needed for utility facilities, including
design, permitting, planning, procurement assistance, construction management,
and other related services for electrical improvements to utility facilities.
1.2.3. Provide engineering and technical services to smoothly integrate projects into the
City's existing SCADA infrastructure. Develop logical and technically sound
phasing and scheduling of individual components for all projects to maintain
continuity of operations.
1.2.4. Planning and integration of multiple independent SCADA systems into a unified
utility-wide system best suited for the City.
1.2.5. Design, maintain, install, and program remote telemetry units, programmable
logic controllers, servers, network equipment, and associated electrical and
instrumentation equipment associated with operation of the City's systems.
1.2.6. Properly document all system changes, revisions, modifications, and
improvements such that a chronological list of activities is maintained throughout
the duration of each work authorization. Provide as-built documentation using a
City compatible computer-aided design (CAD) software. Operation and
Maintenance manuals for all work performed shall be provided in printed and
electronic formats.
8
1.2.7. Provide as-needed services to quickly resolve problems, restore connections, and
maintain network connectivity of all City systems.
1.2.8. Provide all work in accordance with City and local Codes, existing standards, and
preferences.
1.2.9. Provide SCADA programming for new automated control processes and to modify
existing automated control processes in coordination with existing standards and
systems.
1.2.10. Design and implement server systems in support of SCADA specific applications
and general server infrastructure such as active directory, disaster recovery,
routine backups, and services such as domain name system (DNS) and Dynamic
Host Configuration Protocol (DHCP).
1.2.11. Design and implement network security rules, system routing, and network
configurations for high availability and secure network communications in
accordance with City and industry standards.
1.2.12. Support the City's electrical safety program through safe and reliable electrical
installations and safety studies including short circuit current and coordination
studies.
1.2.13. Install and calibrate instrumentation including but not limited to pressure
transmitters, level transmitters, flow meters, and analyzers.
1.2.14. Evaluate, design, implement, and maintain cyber security measures.
1.2.15. Troubleshooting and installing VFD's: Allen Bradley (AB), Schneider, and
Yaskawa.
1.2.16. Integration of access control and monitoring systems used: Camera monitoring,
gate controls, door locks, smoke detector and security systems.
1.2.17. Provide evaluations and recommendations with proposed equipment
modifications and upgrades.
Technical Competency
1.2.18. Selected Firm shall show a high level of technical competency in one (1) or more
of the following technical competency groups:
SCADA Technical Competency
1.2.19. Provide expertise necessary to design, maintain, inspect, and implement SCADA
systems consisting of, but not limited to:
• Design of SCADA system architectures and creation of PIDs for process
control systems.
• Configuration and integration of third-party process control systems or
software
• Configuration and programming of PLCs specifically including the following:
• Rockwell Automation PLC platforms (including legacy Allen Bradley
systems)
• RSLogix
• M DS RTU's (TLTPC)
1.2.20. Configuration and programming of HMI systems specifically including the
following:
• VTSCADA
• Data Flow Systems (DFS)
• Rockwell Automation (Allen Bradley)
9
• YSI
• Hach
• Historian
1.2.21. Industrial communication networks including the following:
• Modbus and Modbus TCP
• RTU
• Design and construction of industrial control panels
• UL Certified 508A Panel Manufacturer shall construct all panels. All
control panels supplied shall have UL 508A label affixed.
• Cellular Modem communication, MDS Entranet radio communication
• Secure communication with remote sites
• Fiber Optic Communications and repair as needed Instrumentation and
controls.
• Solar powered control panels
• Schneider Electric/Square D power distribution, power monitoring, and
motor control equipment.
• GE power distribution and motor control center equipment
Electrical Technical Competency
1.2.22. Provide expertise necessary to design, maintain, inspect, and implement
electrical work pertaining to utility facility electrical systems, SCADA, and related control
systems consisting of, but not limited to:
• Electrical Engineering services for utilities Design and implementation of
electrical power, grounding, lighting, and motor control systems.
• Electrical and instrumentation wiring and duct bank systems.
• Electrical evaluations and studies including short circuit current studies and
arc flash mitigation.
• Design and implementation of voice/data/video networks using fiber optic,
UTP and Ethernet systems.
• Familiarity with Schneider Electric/Square D power distribution and motor
control equipment.
• Interface of SCADA and electrical systems
GE Power Distribution and Motor Control Center Equipment Instrumentation
Technical Competency
1.2.23. Provide expertise necessary to design, maintain, inspect, and implement
Instrumentation work pertaining to SCADA and related control systems consisting of, but
not limited to:
• Design of PIDs for process control systems and related software control
solutions
• Calibration and maintenance of instrumentation specifically including but
not limited to the following:
• Level transmitters
• Flow meters
• Pressure transducers
• Online process control analyzers such as pH, ORP, Cl, etc.
10
• Valve actuators
• Design and implementation of new instrumentation systems for process
control.
Server and Networking Technical Competency
1.2.24. Provide expertise necessary to design, maintain, inspect, and implement
server and network systems related to the SCADA system consisting of, but not limited
to:
• Design, setup, and configuration of the following types of servers:
• SCADA HMI
• DNS
• MS SQL Server
• Excel Reporter
• Dynamic Host Configuration Protocol (DHCP)
• AD and domain controllers
• WSUS
• Expertise with Microsoft Server OS.
• Software Defined Storage
• Virtualized server systems based on HyperV
• Network design and configuration including the following:
• Layer 2 and 3 Switches
• Routers
• Firewall systems
• High availability systems
Cybersecurity Competency
1.2.25. Experience with cybersecurity in critical infrastructure, including but not
limited to:
• Network vulnerability assessment
• Endpoint detection and response
• Assisting clients with emerging cybersecurity threats and regulations
Subcontracted Services
1.2.26. The Selected Firm(s) may be, may partner with or sub-contract the
following:
• State of Florida Certified Electrical Contractor (EC) qualified to obtain
permit(s) for the installation, repair, or renovation of County control panels
and associated wiring modifications.
• Other firm(s) having technical competencies that the Selected Firm(s) does
not normally offer.
1.3. QUALIFICATIONS
11
Proposers shall have a minimum of five (5) years' experience in VTSCADA (by Trihedral)
system integration, maintenance and repair service and have qualified technicians on staff
to complete the work as detailed in this scope of services. Selected Firm shall also
demonstrate experience and ability to work with DFS SCADA (Data Flow Systems, Inc.)
software.
A "qualified technician" is one who can perform all work without need of technical support
or training from City staff.
1.4. AFTER HOUR/EMERGENCY CALL-OUTS
The Selected Firm shall verbally respond to all requests for emergency services within one
(1) hour and or via remote VPN access within one(1) hour, and/or be on site to perform repairs
within two (2) hours after being contacted. The City Representative will notify the Selected
Firm if a call constitutes an emergency. Selected Firm shall contact the City Representative
upon arrival at the job site. Emergency work shall be performed during normal working hours
whenever possible; however, services shall be performed on a 24-hour, seven days per week
basis if deemed necessary by the City Representative.
1.5. WORK PERFORMANCE REPORTS (WPRs)
The Selected Firm shall provide original completed WPRs to the respective City
Representative at the City Department listed on the RFP, upon completion of work on any
components. This will be used to communicate changes that occurred with City staff. The
Selected Firm shall retain a copy of and maintain a log of all WPRs for each component. The
WPRs shall identify the system or component by building and/or facility number, location if
remote, or equipment number if possible). WPRs shall list the date of the service, document
the arrival and departure times in facility visitor log, inspection and/or repair performed, work
completed, parts/materials used, and any other pertinent information regarding the
component or system. The technician conducting the work shall complete and sign all WPRs.
Receipts for parts and profit margin shall be furnished to the City at the time all invoices are
submitted for all items purchased. Selected Firm shall provide updates to "as builts" to reflect
programming changes when they occur.
1.6. SYSTEMIC REPORTS (SRs)
The Selected Firm shall provide an all-inclusive written and/or computerized SR based on
each system after testing, maintenance and repairs are completed in each location. The data
in the SR shall be based on a summary of all WPRs previously provided to the City
Representative. The SR will advise of all inspection problems or potential problems and
include the maintenance history of all components within each system and documented on
the WPRs.
1.7. BUDGET
All costs associated with delivering the requested services shall be detailed in the format
requested.
The City has budgeted $500,000 annually for this project.
12
1.8. TENTATIVE SCHEDULE*
Solicitation...................................................................................................April 26, 2023
Deadline for Questions................................................................................ May 12, 2023
ProposalOpening........................................................................................ May 24, 2023
Shortlist......................................................................................................................TBD
Board Approval.............................................................................. June 27, 2023
*Dates are subject to change and listed here for planning purposes
SECTION 2 - SPECIAL CONDITIONS
2.1. Scope/Intent
Selected Firm shall furnish all labor, material, equipment, supervision, and travel to
provide Electrical and Instrumentation and Control System Services including planning,
design, permitting, installation, repair, replacement, and programming of SCADA,
electrical, instrumentation, server, and network systems at the City's utility facilities.
• The intent of this document is to describe the requirements, terms, and conditions
for Electrical and Instrumentation and Control System Services.
2.2. Term
The term of this agreement shall be for an initial period of five (5) years from the date of
contract execution, with one (1), five (5) year extension.
2.3. Licenses and Permits
Selected Firm shall be responsible for obtaining any and all necessary licenses,
certifications and approvals which required by any government agency in connection with
Selected Firm's performance of this Agreement. Selected Firm shall provide the City with
written evidence of such licenses, certifications, and approvals.
2.4. No Liens
Selected Firm shall not suffer any liens to be filed against any City property by reason of
any work, labor, services, or materials performed at or furnished to City property, to
Proposer, or to anyone using City property through or under Proposer. Nothing contained
in this Agreement shall be construed as consent on the part of the City to subject City
property or any part thereof to any lien or liability under any Laws.
2.5. No Waiver
No provision of this Agreement will be deemed waived unless expressly waived in writing
signed by the waiving party. No waiver shall be implied by delay or any other act or
omission of either party. No waiver by either party of any provision of this Agreement shall
be deemed a waiver of such provision with respect to any subsequent matter relating to
such provision, and the City's consent respecting any action by Proposer shall not
constitute a waiver of the requirement for obtaining the City's consent respecting any
subsequent action.
2.6. Performance
Selected Firm shall be responsible for performing the work necessary to meet City
standards in a safe, neat, and good workmanlike manner, using only generally accepted
methods in carrying out the work, and complying with all federal and state laws, and all
ordinances and codes of the City relating to such work.
13
2.7. Safety Standards
Selected Firm shall be responsible for ensuring that personnel assigned to the Agreement
follow all established safety regulations pertaining to the work to be performed per OSHA
and/or City standards.
2.8. Unauthorized Personnel
Selected Firm's employees are not to be accompanied in their work areas on City
premises by acquaintances, family members, or any other person unless said individual
is an authorized Firm's employee. The City of Tarpon Springs prohibits teenagers, minors,
or children from working in City-owned buildings under this Agreement. All employees of
the Selected Firm must be eighteen (18) years of age or older.
2.9. Use of City Property, Facilities and Equipment
Selected Firm shall not use City facilities, property, or equipment, including computers,
copy machines, telephones, fax machines, calculators, and other items for personal or
company business. The City telephones shall be used only for medical emergencies or
to call City representative(s). If used, a notice of use shall be provided to the City
Representative when no City employees are on site.
2.10. Damage
Selected Firm shall carry out the work with such care and methods as not to result in
damage to public or private property adjacent to the work. Should any public or private
property be damaged or destroyed, Selected Firm, at its expense, shall repair or make
restoration as is practical and acceptable to the City and/or owners of destroyed or
damaged property promptly within a reasonable length of time. (Not to exceed 30 calendar
days from date damage was done.)
2.11. Examination of the Work
The City shall be furnished with every means to verify whether or not the materials and
work are in accordance with the requirements of this Agreement. Failure to reject or
condemn defective work at the time it is done will not prevent its rejection whenever it is
discovered.
2.12. Use of Premises
Selected Firm shall confine its equipment, apparatus, and the operation of its workmen to
the limits indicated by Laws or direction of the project manager and shall not unreasonably
encumber the premises with its materials. Selected Firm shall take all measures
necessary to protect its own materials.
2.13. Clean-up
At the end of each working day, Selected Firm shall clean and remove from the premises,
all discarded materials and rubbish and shall restore in an acceptable manner all property,
both public and private, which has been damaged during the prosecution of the work.
Selected Firm shall leave the work site in a neat and presentable condition.
2.14. Non-Exclusive
Award of this Agreement shall impose no obligation on the City to utilize Selected Firm for
all work of this type, which may develop during the agreement period. This is not an
exclusive contract. The City specifically reserves the right to concurrently contract with
other companies for similar work if it deems such action to be in the City's best interest.
14
2.15. Relationship of Parties
Nothing contained herein shall be deemed or construed as creating the relationship of
principal and agent or of partnership or of joint venture between the City and Selected
Firm. It is understood and agreed that nothing contained herein, nor any acts of the City
or Selected Firm, shall be deemed to create any relationship other than the relationship of
independent Proposers and principals of their own accounts.
Neither Selected Firm nor its employees shall be the employees of the City under the
meaning or application of any Laws, including but not limited to unemployment insurance
or workers' compensation. Selected Firm shall assume all liabilities and obligations
imposed by any such Laws with respect to its employees. Selected Firm and its employees
shall have no authority to act as the agent of the City and shall not hold itself out as such.
2.16. Subcontracting
The hiring or use of outside services or subcontractors in connection with the performance
of Selected Firm's obligations under this Agreement shall not be permitted without the
prior written approval of the City. Selected Firm shall promptly pay all subcontractors and
suppliers. Any subcontracting, so permitted by the City, shall be subject to all the terms
and conditions and other provisions of this Agreement. If work is subcontracted, the
Selected Firm retains full responsibility for the acts and omissions of its subcontractors
and of persons employed by the subcontractor.
Notwithstanding any such subcontracting, Selected Firm shall remain obligated and
responsible to the City for the performance of all terms and conditions and other provisions
of this Agreement.
2.17. Equipment Storage Space
Equipment storage space and maintenance areas shall be provided by the City. Although
provided by the City, it will be the responsibility of the Selected Firm to keep the area neat
and clean at all times.
2.18. Purchase Agreement
The Selected Firm shall be issued an Agreement and/or Purchase Order, which by
reference, incorporates all terms and conditions as set forth in this RFP, any Addenda
issued, and the Selected Firm's response.
The Agreement and/or Purchase Order, RFP document, any Addenda issued, and the
Selected Firm's response shall constitute the entire Agreement between the City and the
successful Selected Firm.
• Selected Firm shall reference the Purchase Order number on any invoice
submitted to the City for payment.
2.19. Termination of Contract
The City of Tarpon Springs reserves the right to terminate this Agreement with 30 days
written notice if:
a. Selected Firm is determined by the City to be in breach of any of the terms and
conditions of this Agreement;
15
b. The City has determined that such termination will be in the best interest of the
City to terminate this Agreement for its own convenience; or
c. Funds are not available for this service. The City's obligation is contingent upon
the availability of appropriated funds.
2.20. Material Warranty
Parts furnished under the purchase order shall be the latest improved models in current
production, as offered to commercial trade, and shall be of quality material; used,
shopworn, demonstrator, prototype, reconditioned or discontinued models or materials are
not acceptable. The warranty period for Firm provided materials shall be for a period of
one year after completion of the installation or within the manufacturer's warranty,
whichever is later. The warranty period shall commence upon date of acceptance by City.
The Selected Firm shall provide City Representative with all manufacturers' warranty
documents.
2.21. As applicable, the Selected Firm will register the City of Tarpon Springs as the owner of
supplied hardware and software to ensure that the City is the beneficiary of manufacturers
warranties and technical support provided by the OEM manufacturer.
2.22. Performance Warranty
The Selected Firm shall guarantee all work, equipment and materials included in the
service against any defects in workmanship; and shall satisfactorily correct, at no cost to
City, any such defect that may become apparent within a period of one year after
completion of work. The warranty period shall commence upon date of acceptance,
inspection, and approval by City Representative only. If the Firm is notified in writing of a
deficiency in the work provided, within one year from completion of the work, the Selected
Firm shall, at City's option, re-perform the work in question at no additional cost to City, or
refund the original charges for the work in question to City, including the difference in cost
if any, to re-perform the work if completed by another Firm.
2.23. Background Checks
The Selected Firm shall provide the City of Tarpon Springs background checks on all
Firm's employees who will perform services at City facilities. Persons without a
background check clearance or with one (1) or more of the following criteria will fail the
City's requirements and will not be allowed access:
• Be listed on the FBI's list of suspected terrorists.
Have an outstanding arrest warrant against them.
Been convicted of a 1st or 2nd Degree Felony
Been convicted for drugs or lewd and lascivious behavior.
• The Selected Firm shall pay for background checks.
• The background checks shall, at a minimum, consist of the following:
a. National/Federal Criminal History. Lists all criminal arrests/convictions, which have
been reported to the state repository, which reveals criminal arrest history.
b. Felony Convictions. A statewide search conducted of the state's Department of
Corrections files for the purpose of identifying any and all reported felony convictions
in a particular state.
16
c. County Level Felony & Misdemeanor. A search of the county seat for any and all
criminal records. Information returned includes felony, misdemeanor, and some
criminal traffic.
d. Statewide Driving History/Record (by State). Includes dates and description of traffic
violations, current license status, any suspensions, or revocations.
SECTION 3 - PROPOSAL REQUIREMENTS
3.1. Required Format
a. The electronic version of the proposal shall be in pdf or Microsoft Office® format and
shall include all the information and documentation requested in this Section IV,
Proposal Requirements. The electronic version of Proposer's proposal submission
should be a continuous document in one file, a separate file for the Pricing Proposal,
and shall clearly identify the Proposer and the RFP number. The proposal shall be
individually tabbed for each of the sections listed below and be consecutively page
numbered.
b. The following is an explanation of the minimum information that should be included in
each of the sections. Proposals must conform to this format. Pape Limit: The total
page count for proposals shall be limited to 60 pages, including the cover letter, table
of contents, and subsequent sections. Proposals that exceed the page limit will not
be considered. Font size in the main body of text shall not be less than 11.
Title Page: (Non-scored)
Title page shall show the request for proposal's subject, title, and proposal number; the
firm's name; address and telephone number of a contact person; and the date of the
proposal.
Tab 1 —Transmittal Letter: (Non-Scored)
Responses limited to two pages. The cover letter must include the full legal name of the
firm; a brief summary of the proposing firm; a statement of the Proposer's understanding
of the scope of services to be provided; the address of the office conducting the service
and of the office administering the Agreement, the names of the person(s) who will be
authorized to make representations for the Proposer, their titles, addresses, telephone
numbers, and e-mail addresses. The cover letter must be signed by an authorized official
of the company, preferably the President. Proposer shall provide proof with its offer of
signing authority for any official who signs the cover letter other than the President.
Tab 2—Table of Contents
The table of contents must include a clear identification of the material, by section and by
page number.
Tab 3— Price: (10 points)
Pricing is scored by Procurements; should be clearly marked Tab 3—Price, and submitted
in a separate file from the Proposal submittals. Proposer's are to return the pricing form
attached in Attachment A. Grand Total for the five years will be used to score the pricing
points.
17
Tab 4— Previous Experience: (25 points)
Include in this section a summary of the Proposer's relevant project experience, and a
description of how the Proposer's relevant experience would benefit the City as a provider
of Electrical and Instrumentation and Control System Services. This section shall also
include a list of up to five (5) current or previous client references, including contact
information. Firm must have successful experience with multiple projects of similar scope
and size in the water and wastewater industry within the State of Florida. Project
experience must cover each of the five (5) areas of technical competency.
o SCADA Technical Competency
o Electrical Technical Competency
o GE Power Distribution and Motor Control Center Equipment
Instrumentation Technical Competency
o Server and Networking Technical Competency
o Cybersecurity Competency
Tab 5—Ability of Firm to Perform (30 points)
Include in this section a summary of how the Proposer plans to meet client needs for
Electrical and Instrumentation and Control System Services from a technical, staffing, and
project management perspective. Relevant information to include would be the Proposer's
approach to managing project costs and schedules, as well as their approach to meeting
urgent needs for Electrical and Instrumentation and Control System Support in emergency
situations. Additional information to include would be the Proposer's approach to meeting
the service needs of a small to medium sized utility in a competitive and busy environment
for water and wastewater projects with competing client needs.
Firm must demonstrate the following:
1. A successful management strategy to meet City project needs from a technical,
staffing, and project management perspective, including cost and schedule control.
2. A successful approach to meeting urgent needs for Electrical and Instrumentation and
Control System Support in emergency situations for the City.
3. A successful approach to meeting service needs of a small to medium sized utility in
a competitive and busy environment for water and wastewater projects with competing
client needs.
Tab 6—Qualifications of Key Personnel (25 points)
Include in this section a list of staff that will be working on this project, along with the
number of years' experience of each. Include in this section a one (1) page resume for
each Programmer, Senior Programmer, Field Technician, Design Engineer, and Senior
Engineer, and Principal / Subject Matter Expert, as well as other key team members that
will be providing Electrical and Instrumentation and Control System services to the City.
Please include the location of key team personnel in this section.
Firm must demonstrate a high level of technical competency on the project team in all five
of the core technical competency categories in water and wastewater applications:
1. SCADA Technical Competency
2. Electrical Technical Competency
3. GE Power Distribution and Motor Control Center Equipment Instrumentation Technical
Competency
4. Server and Networking Technical Competency
18
5. Cybersecurity Competency
Tab 7— Location of Personnel (10 points)-Maximum of 3 Pages
Include in this section a list of staff that will be working on this project, along with the
number of years' experience of each. Specify who in the Proposer's organizational chart
will oversee the elements of the work. Specify the members of the project team and office
location for each. A firm shall be considered local if it is within the Tampa Bay Regional
Partnership area, made up of Hillsborough, Pinellas, Pasco, Polk, Manatee, Sarasota, and
Hernando Counties.
Tab 8—Any other Forms or Documents Applicable to the solicitation— Not Scored
SECTION 4 - EVALUATION OF PROPOSALS
4.1. Evaluation of Proposals
The City endeavors to maintain strict confidentiality and objectivity throughout this procurement
process to the extent allowed by law. Thus, Proposers shall in no way attempt to communicate
with City staff, City Board of Commissioners, and other key project stakeholders except as
outlined in the RFP.
Proposals will be evaluated and scored by committee, per the criteria outlined herein. As part of
the evaluation process, the City will also take into consideration the responsiveness and
responsibility of the Proposers. The criteria for responsiveness and responsibility are as follows:
Responsiveness: The City will determine whether the Proposal complies with the instructions
contained herein, including completeness, submission of all required forms, adherence to
response format instructions, compliance with minimum qualifications, etc.
Responsibility: The City will determine whether the Proposer is one with whom it can or should
do business. Factors that the City may evaluate to determine "responsibility" include, but are not
limited to: past performance on projects for the City of Tarpon Springs and outside agencies,
references (including those found outside the Proposal), compliance with laws (including tax
laws), Proposer's record of performance and integrity(including delinquency, unfaithfulness, legal
qualification to enter into a contract, financial stability, perceived ability to completely perform as
specified, etc.), financial resources, facilities, equipment, and personnel (including that of
subcontractors). City staff may also utilize Duns & Bradstreet and/or any generally available
industry information. The City will determine whether any failure to supply information, or the
quality of the information provided, will result in rejection.
4.2. Evaluation Committee
A City Evaluation Committee ("CEC") shall be established by the City Manager (or designee).
The City Manager (or designee) shall approve the members of the CEC.
Such other City staff person(s), attorneys or outside consultants may, as deemed
appropriate by the CEC Chair, may also be requested or allowed to attend CEC
meetings for the purposes of assisting/advising CEC members, monitoring the
evaluation process, or for any other reason determined by the Chair to be in the
City's best interests.
19
Where the Manager determines (due to a lack of in-house expertise, the existence
of a cooperative procurement effort, the availability of an individual with unique
expertise, the source of project funding, or other good cause) that it is in the City's
best interests, an employee of another governmental agency may be asked to serve
on the CEC.
CEC members shall not receive any compensation for serving in that role apart
from their normal City compensation (as to City employees) or such
compensation as they are provided by their employing agency (as to members
from other agencies).
The City's procurement staff, working as needed with the City Attorney's Office,
will ensure appointed CEC members are informed of the applicability of Florida's
Sunshine, Ethics, and Public Records laws apply to their service (including their
communications with each other) so as to ensure those laws are complied with by
the members. CEC members shall not solicit nor accept anything of value from
any Firm or agent of a Firm, including a gift, loan, reward, promise of future
employment, favor, or service, and shall report any offers of same to the Manager.
The City's procurement staff assigned to assist the CEC will serve as its clerk, will take minutes
of the meetings, and will ensure the CEC's records, meeting notices and minutes, are
maintained with the RFQ's file.
The Evaluation Committee will develop distinct final ranking list. The Evaluation Committee will
then report its recommendations to the Procurement Services Director who will recommend that
Proposer to the City Board of Commissioners and seek to enter into Agreement with the
selected Proposer. The City will enter into an agreement with the Proposer that is selected by
the Board of Commissioners to best meet the needs of the City.
4.3. Proposal Clarifications
The Evaluation Committee members will determine if any additional clarifications regarding any
and all portions of a Proposal for any of the Proposers are necessary. If additional clarification
is deemed necessary, these clarification requests will be submitted to the Proposers in writing.
Proposers will have a minimum of five (5) business days to provide a response to the clarification
request correspondence.
Proposers are notified that responses to the clarification requests will be considered in the final
rankings and may be included in the final Agreement.
4.4. Proposal Evaluations and Ranking
The Evaluation Committee will evaluate and rank the Proposals based on the following criteria.
Proposers are encouraged to identify and include critical proposal elements and keep their
proposals concise:
Criteria Points
Price 10
Previous Experience 25
20
Ability of Firm to Perform 30
Qualifications of Key Personnel 25
Location of Personnel 10
Total Points 100
Each criterion and methodology for scoring is further described below.
Evaluation Criteria No. 1 : Price (10 Total Points Available)
Calculation of points for cost will be completed as described in the following EXAMPLE using the
sum of the total cost.
Proposal Lowest Cost % of Low Multiplier Total Points
Cost Proposed Assigned
Company #1 $100,000 $100,000 100.0% 15 15
Company#2 $108,000 $100,000 92.6% 15 13.89
Company #3 $120,000 $100,000 83.3% 15 12.495
Evaluation Criteria No. 2: Previous Experience (25 Total Points Available)
To receive full number of points, a firm must demonstrate successful experience performing
multiple projects of similar size and scope in the water and wastewater industry within the State
of Florida. Previous project experience must cover each of the five (5) areas of technical
competency as described in Evaluation Criteria No. 4, below.
Evaluation Criteria No. 3: Ability of Firm to Perform (30 Total Points Available)
To receive the full number of points, a firm must demonstrate the following:
1. A successful management strategy to meet City project needs from a technical,
staffing, and project management perspective, including cost and schedule control.
2. A successful approach to meeting urgent needs for Electrical and Instrumentation and
Control System Support in emergency situations for the City.
3. A successful approach to meeting service needs of a small to medium sized utility in
a competitive and busy environment for water and wastewater projects with competing
client needs.
Evaluation Criteria No. 4: Qualifications of Key Personnel (25 Total Points Available)
To receive the full number of points, a firm must demonstrate a high level of technical
competency on the project team in all five (5) of the following core technical competency
categories in water and wastewater applications:
1. SCADA Technical Competency
2. Electrical Technical Competency
3. GE Power Distribution and Motor Control Center Equipment Instrumentation
Technical Competency
4. Server and Networking Technical Competency
5. Cybersecurity Competency
21
Evaluation Criteria No. 5: Location of Personnel (10 Points Available)
To receive the full number of points, a firm must demonstrate that all of the project team
is local, with redundant staffing available for emergency response. (Local is any county
within the Tampa Bay Regional Partnership area, i.e., Hillsborough, Pinellas, Pasco,
Manatee, Sarasota, and Hernando Counties.) Reduced points will be awarded if key
members of the project team are not locally available, or if the location of key members
would adversely affect emergency response. Scoring will be as follows:
0 Non-local location of most of project team including the Project Manager, may
adversely affect work quality, schedule, and emergency response
1-4 Non-local location of some of project team (project manager local) may
adversely affect work quality, schedule, and emergency response
5-8 One or two key elements of project teams are non-local and may aversely
affect work quality and schedule. Emergency response is locally staffed.
9 Only minor elements of project team are non-local and probably will not affect
work quality or schedule. Emergency response is locally staffed.
10 All of the project team is local (except for Principal/Subject Matter Experts) with
redundant staffing available for emergency response.
4.5. The Selection Committee's Recommendation
The proposals will be evaluated based on the factors set forth in the RFP and may be reduced to
three (3) or fewer Proposers (or Proposers). Discussions may be conducted with these Proposers
to further clarify the City's requirements and the Proposer's proposals. Proposers may be required
to make presentations.
The City reserves the right to invite the top-ranked Proposers to attend an interview/oral
presentation. This provides an opportunity for the Proposers to clarify or elaborate on their
Proposal. This is a fact finding and explanation session only and does not include negotiation.
The City's Procurement Services Department will schedule the time and location of the interview
or presentation. All interviews or presentations shall be held on site at a City location unless virtual
attendance is coordinated in advance with the City, and all costs involved shall be the
responsibility of the Proposer. Interviews or presentations are an option of the City and may or
may not be conducted. A specific time schedule will be established after the Proposals are
received and reviewed. Upon completion of the oral presentation(s), the Committee will re-
evaluate, re-rate and re-rank the proposals remaining in consideration based upon the written
documents combined with the oral presentation, utilizing the same evaluation criteria detailed
herein.
Written notification of the Selection Committee's ranking of the proposals will be published online
and made available to Proposers.
SECTION 5 — ADMINISTRATIVE REQUIREMENTS -INSTRUCTIONS TO PROPOSERS AND
GENERAL PROVISIONS
5.1. Preparation of the RFP
22
Proposers are expected to examine this RFP and all related documents. Failure to do so
is at the Proposer's risk. Each Proposer shall furnish the information required by the RFP.
The Proposer shall print or type the Proposer's name, address and telephone number on
the face page, and each continuation sheet must be identified with Proposer's name.
• The Proposers shall retain a copy of all documents for future reference. All
proposals must be signed with the company or firm's legal name and by an officer
or employee having authority to bind the company or firm by his or her signature.
5.2. Submission or Receipt of Proposals
Proposals are to be submitted electronically through the e-bidding process via,
Demandstar.com.
Facsimile or e-mail proposals will not be considered; however, proposals may be modified
by facsimile notice provided such notices are received prior to the hour and date specified
in the RFP.
Late proposals and modifications will not be considered. Failure to follow the instructions
in the RFP is cause for rejection of offer.
This form may be signed by ink signature, copy of ink signature, copy of signature, e-
signature or any other form of signature. By submitting this proposal, the Proposer agrees
that its signature will have the same legal effect as an original ink signature. This form may
be signed by ink signature, copy of ink signature, copy of signature, e-signature, or any
other form of signature. By submitting this proposal, the Proposer agrees that its signature
will have the same legal effect as an original ink signature.
5.3. Right to Reject Proposal
Right is reserved to reject any or all proposals for any reason and to disregard
typographical, mathematical, or obvious errors. The City will not pay any costs incurred by
any Proposers in the preparation of proposals or presentations.
5.4. Explanations
Explanations or instructions shall not materially alter the RFP unless they are in writing.
Oral explanations or instructions given before the award of the Agreement will not be
binding. If necessary, a written addendum to the RFP will be issued by the City of Tarpon
Springs through DemandStar/Onvia (www.demand star). Responses will not be made to
questions submitted after the deadline.
5.5. Acceptance of Offer
The signed proposal shall be considered an offer on the part of the Proposer.
5.6. Modification or Withdrawal of Offer
An offer may not be modified, withdrawn, or canceled by the Proposer for 90 days following
the time and date designated for the opening of proposals (except when requested by the
City for clarification, presentation, or best and final offers) and the Proposer so agrees by
submitting its proposal.
5.7. Discrepancies, Errors, and Omissions
Any discrepancies, errors, or ambiguities in the RFP or addenda (if any) should be
reported in writing to the City's Procurement Services Department. Should it be found
23
necessary, a written addendum will be incorporated in the RFP and will become part of
the Agreement. The City will not be responsible for any oral instructions, clarifications, or
other communications.
5.8. Disqualification
The City reserves the right to disqualify offers before or after opening, upon evidence of
collusion with intent to defraud or other illegal practices on the part of the Proposers.
5.9 Mistakes
Due care and diligence have been used in preparing these specifications and related
information. However, no warranties are made as to the accuracy and completeness of
the required information. It is the responsibility of the Proposer to ensure that they have
all the information necessary to affect their proposal. The City will not be responsible for
the failure on the part of the Proposer to determine the full extent of the risk exposure and
scope of work required to effectively perform under contract. Proposers are expected to
examine the conditions, scope of work, special conditions, technical specifications, and all
instructions pertaining to services involved. Failure to do so will be at Proposer's risk.
5.10. Taxes
The City does not pay Federal Excise and Sales Taxes or State Excise and Use Taxes.
The Tax Exemption Number is 85-8012621696C-2.
5.11. Governmental Restrictions
In the event any governmental restrictions may be imposed which would necessitate
alteration of the services offered in this proposal prior to their beginning of work, it shall be
the responsibility of the Selected Firm to notify the City of Tarpon Springs at once,
indicating in writing the specific regulation which required an alteration. City reserves the
right to accept any such alteration, including any price adjustments occasioned thereby,
or to cancel the contract at no expense to City.
5.12. Advertising
In submitting a proposal, Proposer agrees not to use the results as a part of any
advertising.
5.13. Excess Reprocurement Liability
Selected Firm shall be liable to City for all expenses incurred by City in re-procuring
elsewhere the same or similar services offered by Selected Firm hereunder, should
Selected Firm fail to perform. Such re-procurement expense obligation by Selected Firm
shall be limited to the excess over the agreed upon price.
5.14. Waiver of Breach
No waiver of any breach of this agreement shall be held to be a waiver of any subsequent
breach of this agreement.
5.15. Entire Agreement
This agreement contains the entire understanding of the parties and supersedes all
previous verbal and written agreements; there are no other agreements, representations
or warranties not set forth herein. In the event any portion of this agreement shall be
declared by any court of competent jurisdiction to be invalid or unenforceable, the parties
agree that such invalid or unenforceable portion shall be severable, and the contract shall
be treated as though that portion had never been part of this agreement.
24
5.16. Execution of Agreement
The individual, firm, or corporation to which the Agreement has been awarded shall sign
the necessary Agreement entering a contract with the City and return it to the City within
ten (10) business days from the date the final approved Agreement has been received by
the Selected Firm(s). The Agreement shall not be considered binding upon the City until
it has been properly executed.
5.17. Proposer Expenses
The City is not responsible for any expenses that Proposer may incur in preparing and
submitting responses called for in this request. The City will not pay for any such expenses
and will not be liable for any costs incurred by the Proposer in connection with any
interviews/presentations.
5.18. Public Records Law
The Contractor shall comply with all applicable requirements contained in the Florida Public
Records Law, including but not limited to any applicable provisions in Florida Statutes §
119.0701, and shall include this section in its contracts with qualifying subcontractors
performing services under this contract. Pursuant to that statute, the Contractor shall:
(a) Keep and maintain public records required by the Town to perform the services provided
hereunder.
(b) Upon request from the City's custodian of public records, provide the City with a copy of
the requested records or allow the records to be inspected or copied within a reasonable time
at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as
otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed, except as authorized by law for the duration of the
term of this Agreement and following completion of this Agreement if the Contractor does not
transfer the records to the City.
(d) Upon completion of the Agreement, transfer, at no cost, to the City all public records in
the possession of the Contractor or keep and maintain public records required by the City to
perform the service. If the Contractor transfers all public records to the City upon completion
of the Agreement, the Contractor shall destroy any duplicate public records that are exempt
or confidential and exempt from public records disclosure requirements. If the Contractor
keeps and maintains public records upon completion of the Agreement, the Contractor shall
meet all applicable requirements for retaining public records. All records stored electronically
must be provided to the Town, upon request from the City's custodian of public records, in a
format that is compatible with the information technology systems of the City.
If the Contractor fails to comply with the requirements in this Section, the City may enforce
these provisions in accordance with the terms of this Agreement. If the Contractor fails to
provide the public records to the City within a reasonable time, it may be subject to penalties
under Section 119.10, Florida Statutes.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE
25
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT:
CITY CLERK
410 NORTH RING AVENUE
TARPON SPRINGS, FL 34689
727-942-5614
CITYCLERK1(a-)-CTSFL.US
PUBLIC RECORDS CUSTODIAN
IF THE SELECTED FIRM(S) (CONTRACTOR) HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S
DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT
THE CUSTODIAN OF PUBLIC RECORDS AT:
CITY CLERK
410 NORTH RING AVENUE
TARPON SPRINGS, FL 34689
727-942-5614
CITYCLERK(&CTSFL.US
Offeror shall comply with all applicable federal, state, and local laws, ordinances, rules
and regulations, the federal and state constitutions, and orders and decrees of any
lawful authorities having jurisdiction over the matter at issue (collectively, "Laws"),
including but not limited to Laws relating to nondiscrimination in employment, the
furnishing of equal employment opportunity, occupational safety, and environmental
Laws. Offeror shall also comply with City policies and procedures including but not
limited to policies and procedures related to security and internet access.
5.20. Governing Law; Consent to Jurisdiction
The laws of the State of Florida shall govern the rights, obligations, duties, and liabilities
of the Parties to this Agreement and shall govern the interpretation of this Agreement. Any
and all legal or equitable actions necessary to enforce this Agreement shall be held and
maintained solely in the state and federal courts in and for Pinellas County, Florida. Venue
shall lie exclusively in Pinellas County.
5.21. Attorney's Fees
In any civil, administrative, bankruptcy, or other proceeding concerning the interpretation,
performance or enforcement of this Agreement, each Party shall pay all their own costs,
attorneys' fees and expenses, including all costs, fees, and expenses incurred in any
administrative hearing, trial, appeal, and mediation. Each Party hereby waives any award
of attorney fees it might otherwise recover as the prevailing Party in such proceedings.
5.22. Force Majeure
In the event that either party hereto shall be delayed or hindered in or prevented from the
performance required hereunder by reason of strikes, lockouts, labor troubles, failure of
power, riots, insurrection, war, acts of God, or other reason of like nature not the fault of
the party delayed in performing work or doing acts ("Permitted Delay"), such party shall
be excused for the period of time equivalent to the delay caused by such Permitted Delay.
Notwithstanding the foregoing, any extension of time for a Permitted Delay shall be
26
conditioned upon the party seeking an extension of time delivering written notice of such
Permitted Delay to the other party within ten (10) days of the event causing the Permitted
Delay.
5.23. Hold Harmless
Selected Firm agrees to indemnify, hold harmless, and defend City of, from, and against
all liability and expense, including reasonable attorney's fees, in connection with any and
all claims whatsoever for personal injuries or property damage caused by the negligent or
deliberate act or omission of the Selected Firm, its agents, officers, employees, and all
other persons as a result of the performance of the services. This includes claims made
by the employees of the Selected Firm against the City of Tarpon Springs and Contractor
hereby waives its entitlement, if any, to immunity under Section 440.11, Florida Statutes.
This shall not be construed in any way as a waiving of any immunity the City may have
under the Doctrine of Sovereign Immunity or of 768.28, Florida Statutes.
5.24. Drug-Free Workplace
Preference shall be given to businesses with drug-free workplace programs in accordance
with Section 287.087, Florida Statutes. Whenever two or more proposals which are equal
with respect to price, quality, and service are received by the City for the procurement of
commodities or contractual services; a proposal received from a business that certifies
that it has implemented a drug-free workplace program shall be given preference in the
award process. Established procedures for processing tie proposals will be followed if
none of the tied Proposers have a drug-free workplace program.
5.25. Public Entity Crimes
A person or affiliate who has been placed on the convicted Firm list following a conviction
for a public entity crime may not submit a bid on a contract to provide any goods or services
to a public entity, may not submit a bid on a contract with a public entity for the construction
or repair of a public building or public work, may not submit bids on leases of real property
to a public entity, may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity, and may not transact
business with any public entity in excess of the threshold amount provided in Section
287.017, for CATEGORY TWO for a period of 36 months from the date of being placed
on the convicted Firm list.
5.26. Award Without Discussion
The City may award the Agreement on the basis of initial offers received, without
discussions. Therefore, each initial offer should contain the Proposer's best terms from a
cost or price and technical standpoint.
5.27. Award of Agreement
An award shall be made to the responsible Proposer whose proposal is determined, in
writing, to be the most advantageous to the City, taking into consideration price and the
evaluation factors set forth in the RFP.
5.28. Non-budgeted Funds
In the event that sufficient budgeted funds are not available for a new fiscal period, the
City shall notify the Proposer of such occurrence and the contract shall terminate on the
last day of the current fiscal year without penalty or expense to the City.
5.29. Disputes and Complaints
27
All complaints or grievances shall be in accordance with the City of Tarpon Springs
Ordinance No. 2008-15.
5.31. Compliance with Labor and Immigration Laws
The Selected Firm shall comply with all Applicable Laws concerning the protection and
rights of employees, including but not limited to equal employment opportunity laws,
minimum wage laws, immigration laws, the Americans with Disabilities Act, and the Fair
Labor Standards Act.
Immigration Compliance; E-Verify. Selected Firm acknowledges that it is responsible for
complying with the provisions of the Immigration Reform and Control Act of 1986, U.S.C.
§ 1324, et seq., and regulations relating thereto. Failure to comply with the above statutory
provisions shall be considered a material breach and shall be grounds for immediate
termination of this Agreement. The Selected Firm's employment of unauthorized aliens is
a violation of § 274(e) of the Federal Immigration and Employment Act. The Selected
Firm shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired during the term of this Agreement and
shall require the same verification procedure of any Subcontractors authorized by the City.
Pursuant to Florida Statutes § 448.095(2), beginning January 1st 2021, Selected Firm
shall register with and use the E-Verify system to verify the work authorization status of all
newly hired employees. Selected Firm's Agreement with the City cannot be renewed
unless, at the time of renewal, Selected Firm certifies in writing to the City that it has
registered with and uses the E-Verify system. If Selected Firm enters into a contract with
a subcontractor, the subcontractor must provide the Selected Firm with an affidavit stating
that the subcontractor does not employ, contract with, or subcontract with an unauthorized
alien and Selected Firm shall maintain a copy of such affidavit for the duration of the
contract. If Selected Firm develops a good faith belief that any subcontractor with which
it is contracting has knowingly violated Florida Statutes §448.09(1) (making it unlawful for
any person knowingly to employ, hire, recruit, or refer, either for herself or himself or on
behalf of another, for private or public employment within the state, an alien who is not
duly authorized to work by the immigration laws or the Attorney General of the United
States) Selected Firm shall terminate the contract with the subcontractor. If the City
develops a good faith belief that Selected Firm has knowingly violated Florida Statutes §
448.09(1) (making it unlawful for any person knowingly to employ, hire, recruit, or refer,
either for herself or himself or on behalf of another, for private or public employment within
the state, an alien who is not duly authorized to work by the immigration laws or the
Attorney General of the United States) City shall terminate this contract. Pursuant to
Florida Statutes § 448.095(2)(c)(3), termination under the above circumstances is not a
breach of contract and may not be considered as such.
5.32. Assignment
No assignment of this Agreement or any right or responsibility occurring under this
Agreement, shall be made in whole or in part by the Selected Firm without the express
written consent of the City. The City shall have the right to approve or deny, with or without
cause, any proposed or actual assignment by the Selected Firm. Any assignment of this
Agreement made by the Selected Firm without the express written consent of the City
shall be null and void and shall be grounds for the City to declare a default of this
Agreement. If any assignment is approved by the City, the assignee shall fully and
expressly assume all of the obligations, duties, and liabilities of the Selected Firm under
this Agreement.
28
SECTION 6 — PROPOSAL FORMS
Firm Information
References
Non-Collusion Affidavit
Drug Free Workplace Certification
Lobbying and Conflict of Interest
29
PROPOSAL FORMS
FIRM INFORMATION SHEET
The information below is reauired to complete vour proposal packet. Type or print only.
Company Name:
Address 1:
Address 2:
City:
State:
Zip Code:
Phone Number:
Fax Number:
Project Contact:
e-mail address:
Remittance (Payment) Mailing Information
Address 1:
Address 2:
City: State:
Zip Code:
Phone Number:
Fax Number:
Project Contact:
e-mail address:
Federal Tax ID No.:
Tax ID Type: _Federal Tax ID _Social Security Number
1. The undersigned Proposer proposes and agrees, if this Proposal is accepted, to enter into
an Agreement with City of Tarpon Springs to perform as specified and in accordance with
the scope of services and the other terms and conditions of the Contract Documents.
2. This Proposal will remain subject to acceptance for 90 days after the day of Proposal
opening.
3. In submitting this Proposal; Proposer represents, as more fully set forth in the Agreement,
that:
(a) Proposer has examined and carefully studied the Proposal Documents and the
following Addenda (receipt of all which is hereby acknowledged):
Date Number Date Number
(b) Proposer is familiar with and is satisfied as to all federal, state and local Laws and
Regulations that may affect furnishing of the Work.
(c) This Proposal is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity with any
agreement or rules of any group, association, organization or corporation; Proposer
30
has not directly or indirectly induced or solicited any other Proposer to submit a false
or sham Proposal; Proposer has not solicited or induced any person, firm or
corporation to refrain from bidding; and Proposer has not sought by collusion to obtain
for itself any advantage over any other Proposer or over City of Tarpon Springs.
4. Proposer will perform scope of services in accordance with the Proposal Documents for prices
shown on the Pricing Summary submitted with the Proposal.
Proposer: (signature)
31
ATTACHMENT A
Proposal Pricing Form
ELECTRICAL AND INSTRUMENTATION AND CONTROL SYSTEM SERVICES
RFP No. 230139-P-AS
Include Attachment A - Proposal Pricing Form with RFP Response
Proposer will furnish goods/provide all services in accordance with the Contract
Documents for the unit prices shown below:
Estimated Annual Amount for Services Pursuant to the Solicitation:
Item
# Year Total for Year
1 Year 1 $
2 Year 2 $
3 Year 3 $
4 Year 4 $
5 Year 5 $
Grand Total $
32
Rate Estimated Total for
Item per Hours Year 1
# Title Days/Hours Hour
Senior
1 1 Programmer M-F 7:30 a-5:00 p $ 300
Nights/Weekends or
Holidays $ 30
2 Programmer M-F 7:30 a-5:00 p $ 400
Nights/Weekends or
Holidays $ 40
3 Field Technician M-F 7:30 a-5:00 p $ 400
Nights/Weekends or
Holidays $ 40
4 Design Engineer M-F 7:30 a-5:00 p $ 300
5 Senior Engineer M-F 7:30 a-5:00 p $ 300
Principal / Subject
6 Matter Expert M-F 7:30 a-5:00 p $ 200
Grand Total
Repair Parts and Subconsultant Services (if necessary) Mark Up: % (must
not exceed 15%)
(Back-up for materials and subconsultant costs must be included with invoices)
Senior Programmer: This classification would typically be utilized for complex or advanced
modifications and customization of the instrumentation and control system, with a focus on
software and network components, such as the creation of new programs or major updates
to control systems.
Programmer: This classification would typically be utilized for modifications and
customization of existing instrumentation and control system, with a focus on software and
network components.
Field Technician: This classification would typically be utilized for repair, modification,
troubleshooting, calibration, and installation of hardware components of the utility control
system, such as online instruments, analyzers, meters, PLCs, control panels, and other
related components of the electrical and instrumentation and control system.
33
Design Engineer: This classification would typically be utilized for designing, permitting,
procuring, and implementing new control systems or electrical systems and providing CAD
drawings for upgrades.
Senior Engineer: This classification would typically be utilized for designing, permitting,
procuring, and implementing new control systems or electrical systems and providing CAD
drawings for upgrades. This classification would also be used for project management or
oversight of projects and would typically be required to possess a Professional Engineer
license in the State of Florida.
Principal / Subject Matter Expert: This classification would typically be utilized for individual
team members with specific expertise, experience, and responsibility in a particular field.
This classification would also be utilized for senior managerial staff involved in the project
management or oversight of larger or more complex projects. Typical titles associated with
this level of work might include Principal Engineer/Scientist, Project Director, Group
Lead/Manager, Practice Leader, or similar roles.
OFFER SUBMITTED BY: on 20
34
RFP No. 230139-P-AS
Electrical, Instrumentation, and Control System Services
REFERENCES — INCLUDE IN TAB 4
#1 Agency
Address
City, State, Zip
Contact Person
Telephone: Email:
Date(s) of
Service
Type of Service
Comments
#2 Agency
Address
City, State, Zip
Contact Person
Telephone: Email:
Date(s) of
Service
Type of Service
Comments
#3 Agency
Address
City, State, Zip
Contact Person
Telephone: Email:
35
Date(s) of
Service
Type of Service
Comments
#4 Agency
Address
City, State, Zip
Contact Person
Telephone: Email:
Date(s) of
Service
Type of Service
Comments
#5 Agency
Address
City, State, Zip
Contact Person
Telephone: Email:
Date(s) of
Service
Type of Service
Comments
36
NON-COLLUSION AFFIDAVIT
I, depose and say that:
1. 1 am of the firm of
the firm submitting the response described in this Request for Proposals for:
RFP 230139-P-AS, Electrical, Instrumentation, and Control System Services and that I
executed the said response with full authority to do so:
2. the prices in this bid have been arrived at independently without collusion, consultation,
communication or agreement for the purpose of restricting competition, as to any matter
relating to such prices with any other bidder or with any competitor;
3. unless otherwise required by law, the prices which have been quoted in this bid have
not been knowingly disclosed by the bidder and will not knowingly be disclosed by the
bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor;
and
4. no attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit, or not to submit, a bid for the purpose of restricting
competition;
5. the statements contained in this affidavit are true and correct, and made with full
knowledge that the City of Tarpon Springs relies upon the truth of the statements contained
in this affidavit in awarding contracts for said project.
Signature of Bidder: Date:
STATE OF: CITY OF:
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
who, after first being sworn by me, (name of individual signing) affixed his/her signature in
the space provided above on this day of 202_.
NOTARY PUBLIC
My Commission Expires:
37
DRUG FREE WORKPLACE CERTIFICATION
The SIGNED PROPOSER (Below) CERTIFIES that it has implemented a drug-free workplace
program. In order to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business policy
of maintaining a drug-free workplace, any available drug counseling, rehabilitation and
employee assistance programs, and the penalties that may be imposed upon employees
for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under quote a copy of the statement specified in subsection 1.
4. In the statement specified in subsection 1, notify the employees that, as a condition of
working on the commodities or contractual services that are under quote, the employee
will abide by the terms of the statement and will notify the employer of any conviction of,
or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled
substance law of the United States or any state, for a violation occurring the workplace
no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in, drug abuse assistance
or rehabilitation program if such is available in employee's community, by any employee
who is convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
As the person authorized to sign this statement, I certify that this firm complies fully with
the above requirements.
Date: Signature:
Company: Name:
(Typed or Printed)
Address:
Title:
E-Mail:
Phone No:
38
LOBBYING AND CONFLICT OF INTEREST CLAUSE ETHICS CLAUSE
(Company)
warrants that he/it has not employed, retained or otherwise had
act on his/its behalf any former ity officer or employee or any City officer or employee. For breach
or violation of this provision the City may, in its discretion, terminate this contract without liability
and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover,
the full amount of any fee, commission, percentage, gift, or consideration paid to the former City
officer or employee".
Signature
Date:
STATE OF: CITY OF:
Subscribed and sworn to (or affirmed) before me on (date) by (name of affiant). He/She is
personally known to me or has produced as identification. (type of identification)
NOTARY PUBLIC
My commission expires:
39
MINIMUM INSURANCE REQUIREMENTS
1. Insurance
Contractor shall carry the following minimum types and amounts of insurance at its own
expense, for the contract period:
A. The insurance required must be written by an insurer authorized to do business in the
State of Florida and also have an "A" policyholder's rating and a financial rating of at
least Class VIII in accordance with the most current A.M. Best Company, Inc. Key
Rating Guide. Prior to the time the contractor is entitled to commence any part of the
project, work, or services under this contract, Contractor shall procure, pay for, and
maintain at least the following insurance coverages and limits. Said insurance shall
be evidenced by delivery to Procurement Services for the City of Tarpon Springs of a
Certificate of Insurance executed on a standard ACORD form, listing all coverage and
limits, expiration dates and terms of policies, and all endorsements whether or not
required by the City. The insurance requirements shall remain in effect throughout the
term of this Contract, or any Contract extension.
1. Commercial General Liability
Each Occurrence $1,000,000
General Aggregate $1,000,000
Products-Completed Operations Aggregate $1,000,000
Personal and Advertising Injury $1,000,000
Broad Form Property Damage and Fire Legal $50,000
Liability(Per Occurrence)
2. Automobile Liability
Each Occurrence Combined Single Limit $1,000,000
General Aggregate $1,000,000
3. Worker's Compensation $1,000,000
4. Employer's Liability
Each Accident $1,000,000
Disease Each Employee $1,000,000
Disease Policy Limit $1,000,000
B. Each Insurance Policy shall include the following conditions by endorsement to the
policy:
1) Each policy shall require that thirty (30) days prior to expiration, cancellation, non-
renewal, or any material change in coverages or limits, a notice thereof shall be given
to the City by certified mail to: City of Tarpon Springs, c/o Procurement Services, P.O.
Box 5004, Tarpon Springs, Florida, 34688-5004. Contractor shall also notify City, in a
like manner, within twenty-four (24) hours after receipt, of any notices of expiration,
cancellation, non-renewal, or material change in coverage received by said Contractor
40
from its insurer; and nothing contained herein shall absolve Contractor of this
requirement to provide notice.
2) Companies issuing the insurance policy, or policies, shall have no recourse against
City for payment of premiums or assessments for any deductibles which all are at the
sole assessments for any deductibles which all are at the sole responsibility and risk
of Contractor.
3) The term "CITY" shall include all Authorities, Boards, Commissions, Divisions,
Departments, and offices of City and individual members, employees thereof in their
official capacities, and/or while acting on behalf of the City.
4) City of Tarpon Springs shall be endorsed to the required policy or policies as an
"Additional Insured" or "Additional Named Insured", endorsed on the policy/policies.
5) The policy clause "Other Insurance" shall not apply to any insurance coverage
currently held by City to any such future coverage, or to City's Self-Insured Retentions
of whatever nature.
C. Cyber Liability Technology: Including Errors and Omissions with minimum limits of
$3,000,000.00 per occurrence, prior to performing services, Contractor will provide to
the owner a certificate of insurance including Cyber Security Insurance Coverage in
the event of data breach. Failure to provide said certificate or failure to maintain said
Cyber Security Insurance during Agreement's term shall constitute a material breach
of the Agreement.
DATA SECURITY: The parties agree to abide by and maintain adequate security
measures, consistent with industry standards and best practices to protect
Confidential Electronic data from unauthorize disclosure or acquisition by an
unauthorized person. These measures shall include, but are not limited to:
1. Data Encryption both at rest and in transit.
2. Strong Authentication and Appropriate Access Control for any data shares.
3. Data Classification clearly labeling the sensitivity of shared information defined as
classified or sensitive.
41
Request for Proposals
ELECTRICAL, INSTRUMENTATION, AND CONTROL SYSTEM SERVICES
A
+ I
RFP#230139-P-AS
SU BM ITTE D TO:
CITY OF TARPON SPRINGS
Tarpon Springs, Florida
SUBMITTED BY:
MCKIM & CREED
Clearwater, Florida v, MCKIM&CREED
ENGINEERS SURVEYORS PLANNERS
r
r
J RFQ TITLE: Electrical, Instrumentation &Control
System Services
RFP NUMBER: 230139-P-AS
McKim & Creed, Inc.
Mike Stoup, PE
1365 Hamlet Avenue
Clearwater, FL 33756-3331
727.442.7196
2023 13
l
/ -
|�
r -
.��, , /
. � � ��• ,
\ �
� 6
��* . � � � � - � • °
� ■ ■ � � ■
■
June 13, 2023
City of Tarpon Springs v MCMM&CREED
Procurement Services Department ENGINEERS SURVEYORS PLANNERS
324 E. Pine St
Tarpon Springs, Florida 34689
RE: RFP#230139-P-AS: Electrical, Instrumentation, and Control System Services
Dear Members of the Selection Committee:
The McKim &Creed team is grateful for the opportunity to be considered for this important contract and looks
forward to continuing to serve the City of Tarpon Springs.
PHILOSOPHY OF PLAY/With our business mission of"People Helping People Achieve Their Goals and Dreams,"
we always put our clients' needs first. We pursue this by comprehending your issues, challenges, and requirements.
We recognize the value and relevance of maintaining working electrical systems and an up-to-date SCADA system.
As a utility, consistent power and an up-to-date SCADA system are required to power, monitor, and manage the
processes.A coordinated system that integrates data from power systems and plant SCADA systems saves time and
allows operators to focus on more critical activities.
TEAM QUALIFICATIONS/The electrical and instrumentation (E&I)Group at McKim &Creed consists of 28
engineers, designers, programmers, integrators, and field administrators. We can also combine these resources
with those of our internal IT department and our subcontractor OT Overwatch to secure the security of your utility
system.We have over 150 years of combined experience with electrical and SCADA systems in municipal and
industrial industries. We employ ten licensed professional engineers with licenses in more than 15 states. Our team's
expertise includes critical specialty services such as IT resources, electrical engineering assistance, and MEP design.
EXPERIENCE& KNOWLEDGE / McKim &Creed,founded in 1978, provides a comprehensive range of engineering,
surveying, and planning services. Electrical engineering, SCADA system design, PLC programming, SCADA HMI
configuration, IT networks and cybersecurity, water and wastewater process planning and design, electrical and site/
civil engineering, landscape architecture, structural engineering, and surveying specialties are among the firm's core
competencies.
FOR OUR ORGANIZATION, SCADA IS NOT SECONDARY, BUT RATHER OUR PRIMARY FOCUS.
Our team has extensive experience ranging from standard design engineering to master planning investigations.
This is supplemented by considerable experience in PLC, HMI, and related software development, network
communications,system integration, instrument calibrations, and plant control system starting and conversions.The
municipal water and wastewater industry is where McKim &Creed's SCADA expertise shines.
UNDERSTANDING OF THE SCOPE/We understand the necessity to keep operations running, and we have vast
expertise in upgrading electrical and control systems to meet these needs.We understand the selected consultant
will get individual work orders on an ongoing basis to offer electrical and SCADA planning, design, and integration
at City facilities under this contract. We will also be able to help with networking issues, cybersecurity concerns, and
process enhancements thanks to our enhanced in-house expertise.
Sincerely,
McKim &Creed, Inc. Mike Stoup, PE
Project Manager
1365 Hamlet Avenue
Clearwater,FL 33756-3331
Mike Stoup, PE 727.442.7196
Project Manager mstoup@mckimcreed.com
2023 OFFICER LIST
Titles of Officers Names Business Street Address City State ZiR
Chief Financial Officer Chris Nelson 1731 Varsity Drive,Suite 500 Raleigh NC 27606
President&CEO A Street Lee 1365 Hamlet Avenue Clearwater FL 33756
Chairman of the Board John Lucey 242 North Front Street Wilmington NC 28401
Director and Secretary Herbert P.McKim,Jr. 243 North Front Street Wilmington NC 28401
Director Mark Mulhern 1730 Varsity Drive Suite 500 Raleigh NC 27606
Director Ken Garcia 1730 Varsity Drive,Suite 500 Raleigh NC 27606
Director Paula Sims 1730 Varsity Drive,Suite 500 Raleigh NC 27606
Director Jeanne Cormier 1730 Varsity Drive,Suite 500 Raleigh NC 27606
Senior Vice President Geomatics David L.Jones 242 North Front Street Wilmington NC 28401
Senior Vice President Geomatics Tom Ruschkewicz 8868 Research Blvd Austin TX 78758
Senior Vice President Matthew Daves 1730 Varsity Drive,Suite 500 Raleigh NC 27606
Senior Vice President Grant Liven good 1730 Varsity Drive Suite 500 Raleigh NC 27606
Vice President John D.Thompson 243 North Front Street Wilmington NC 28401
Vice President Tim VanGelder 1730 Varsity Drive,Suite 500 Raleigh NC 27606
Vice President Tony Boahn 243 North Front Street Wilmington NC 28401
Vice President Donald Pettigrew 8020 Tower Point Drive Charlotte NC 28227
Vice President Tom Lawr 2593 Wexford Bayne Rd.,Suite 306 Sewickely PA 15143
Vice President Robert Garland 551 North Cattlemen Rd Sarasota FL 34232
Vice President Edward Pollard 1730 Varsity Drive,Suite 500 Raleigh NC 27606
Vice President Glenn Halstead 1206 N.Palafox St Pensacola FL 32501
Vice President Patrick Jehle 1206 N.Palafox St Pensacola FL 32501
Vice President Chris Martin 1730 Varsity Drive Suite 500 Ralei h NC 27606
Vice President Mike Stoup 1365 Hamlet Avenue Clearwater FL 33756
Vice President Barry Hales 243 North Front Street Wilmin ton INC 28401
Vice President Glenn Shaheen 1022 Pur era Avenue Gonzales LA 70737
Vice President Daniel Keck 1365 Hamlet Avenue Clearwater FL 33756
Vice President Christopher Bosshart 3903 Northdale Blvd.Suite 115E Tama FL 33624
Vice President Richard Dorr 9960 West Sam Houston Parkway Houston TX 77099
Vice President William Wudte 551 North Cattlemen Rd Sarasota FL 34232
Vice President James Rudd 370 N.Louisiana Ave., Asheville NC 28806
Vice President Brad Palmisiano 300 Bilmar Drive Pittsbur h IPA 15205
Vice President John Reese 300 Bilmar Drive Pittsburgh PA 15205
Vice President Gregory Schmidt 12718 Century Dr. Stafford TX 77477
Vice President Brian Nesvadba 12718 Century Dr. Stafford TX 77477
Assistant Vice President Engineering Charles Hill 1901 Mason Avenue,Suite 102 Daytona Beach FL 32117
Assistant Vice President Engineering Richard Collier 243 North Front Street Wilmington NC 28401
Assistant Vice President Engineering Emmett Anderson 4720 Salisbury Road,Suite 117 Jacksonville FL 32256
Assistant Vice President Engineering Bob Huffm er 2593 Wexford Bayne Rd,Ste 306 Sewicklev PA 15143
fi
I
i
I
4 I �
I �
L
5 ti
ws -
'Ip
k � �
Table of
CONTENTS
TAB 1 Transmittal Letter 01
TAB 2 Table of Contents 04
TAB 3 Price 06
TAB 4 Previous Experience 10
TAB 5 Ability of Firm to Perform 16
TAB 6 Qualifications of Key Personnel 20
TAB 7 Location of Personnel 29
TAB 8 Any Other Documents Applicable to the Solicitation 33
McKim & Creed RFP#230139-P-AS
,Wmmp�
_ M d
llp-
30
r-
. r
r
.k
J� I
TAB
PRICE
■
f
■
T
i
11
i
I
i
,
OAS-NEEDED INSTRUMENTS,SCADA,PLC'S,ELECTRICAL AUDIT
TARPON SPRINGS, FL
McKim &Creed worked closely with KEY HIGHLIGHTS
the City of Tarpon Springs to provide
comprehensive support for I&C and O Citect to VTScada
electrical systems,focusing on Citect Conversion
before the conversion of VTScada,
VTScada after the conversion,and Allen- O Process Optimization
Bradley PLCs. McKim &Creed assisted
with their communication systems O Fast Response with all
for their remote sites and provided requests
instrumentation calibration for DEP Q PLC code
compliance. McKim &Creed worked ` enhancements
closely with the City of Tarpon to improve
the control systems and optimize i PROJECT DETAILS
their water and wastewater treatment
processes.The enhancements have OWNER
increased efficiency and improved both - Tarpon Springs, FL
performance and regulatory compliance Raymond Page
for the facilities. • Utilities Superintendent
rpage@ctsfl.us
+ . 727.224.3024
LOCATION
`y Tarpon Springs
PROJECT DATES
t N 2018- Present
PROJECT COSTS
$760,000
SERVICES PERFORMED
SCADA Cybersecurity Audit
Field Research
Final Report
` i PROJECT TEAM
- No-Mike Stoup, PE
Do-Eric Brown
r._
►Flavio Velecela, El
f _ ►Ian Ott
►jon Van Waardhuizen
} ►Adam DiRienzo
McKim & Creed I RFP#230139-P-AS
dig 1
- f .
OMASTER PLAN-PLANNING,VISION,PLC'S,SCADA,MCC'S,BACKUP GENERATION
TARPON SPRINGS, FL
McKim &Creed provided a thorough review and evaluation of the electrical and I&C KEY HIGHLIGHTS
systems for the City of Tarpon Springs. Evaluations included the power distribution
and backup generation gear at both facilities and the remote pumping stations,as O Identified Obsolete
well as a complete review of the SCADA and PLC systems.The network switches and Equipment
connectivity were also reviewed for the SCADA network as part of the plan to identify
any cybersecurity issues.Telemetry options to add redundancy were evaluated due O Road Map for Electrical
to the risk Florida has for hurricanes. All findings were assembled into a technical Upgrades
memorandum including recommendations for improvement. Project profiles were O Future CIP Planning
developed including scopes, budget estimates, and priority of execution were included
in the report to assist the City with CIP planning. PROJECT DETAILS
OWNER
Tarpon Springs, FL
Thomas Kiger, P.E.
Assistant Public Services
Director
_ 727-942-5616 Ext. 2300
LOCATION
Tarpon Springs
PROJECT DATES
2022-2023
PROJECT COSTS
$79,054
SERVICES PERFORMED
SCADA Cybersecurity Audit
Field Research
Final Report
CIP Project Recommendations
PROJECT TEAM
a � , No-Mike Stoup, PE
No-Eric Brown
►Chris Anderson
a ►Suvath Seng
Do-Brian Thorniley, PE
No-Mike Fadini, PE
McKim & Creed I RFP#230139-P-AS
f
OSCADA SYSTEM CYBERSECURITY AUDIT
CHARLOTTE COUNTY
Charlotte County Utilities(CCU) The County's SCADA network hardware, KEY HIGHLIGHTS
recognized they could be a more mature configurations and policies were reviewed
security organization.They engaged as well as their PLC hardware to ensure O Rogue Device Removal
McKim &Creed and Crimson Resolve for the most recent firmware versions were
a supervisory control and data acquisition in use.A more comprehensive network O Internet Visible
(SCADA) System Cybersecurity Audit. audit was also be performed to provide Exploitable Firewalls
Our team identified several architectural recommendations for improved security. Found/Replaced
issues and firewall misconfigu rations Primary items audited were the SCADA O Unknown Network
that could allow threat actors to gain facility and remote communication found with no
access to both the IT and OT networks. networks, network architecture, remote ownership
Additionally,we upgraded several access, and the current backup and
Internet discoverable and accessible disaster recovery plan.A roadmap to Q Roadmap to
devices to newer models, making them Maturity was prepared to give the County architectural maturity
not visible via the internet. guidance for moving the organization reported
towards a high level of security maturity.
During our audit, CCU acted very quickly PROJECT DETAILS
to remediate issues upon discovery, Charlotte County Utilities improved
such as disabling several insecure its security posture significantly and OWNER
protocols such as SMBv2 and NetBIOS. provided a roadmap for future maturity Charlotte County
Our team identified the protocols and due to the attention given by the McKim Bryan Hatfield
improperly configured Business Modems, &Creed and Crimson Resolve Team. Project Manager
then corrected the configurations and Bryan.Hatfield@
mitigated the protocols. charlottecountyfl.gov
941-764-4385
LOCATION
Port Charlotte
PROJECT DATES
2020-2021
PROJECT COSTS
_ $140,384
N
--• SERVICES PERFORMED
r v r SCADA Cybersecurity Audit
Field Research
Final Report
PROJECT TEAM
No-Mike Stoup, PE
Do-Eric Brown
►Robert Burney
12 McKim & Creed I RFP#230139-P-AS
r+
! I -
!'sOL
1 - 1
_ yyr,4.L.4tat
I,II`II. 1
OAS NEEDED-SERVER,NETWORKS,INSTRUMENTS,PLC'S,SCADA
CHARLOTTE COUNTY
McKim &Creed worked closely � � KEY HIGHLIGHTS
with Charlotte County to provide
comprehensive support for I&C O PLC Troubleshooting
and electrical systems,focusing on
Wonderware before the conversion of O SCADA Enhancements
VTScada,VTScada after the conversion,
and Allen-Bradley PLCs. McKim &Creed I� , O Process Optimization
assisted the County with its OT network Q OT Network Assistance
and supported the IT Department when
needed.As part of this contract,we PROJECT DETAILS
provided emergency repair services
to minimize downtime and prevent OWNER
disruptions to the treatment processes. Peter Giannotti
&C
We installed new instrumentation and , * Supervisor
electrical equipment as required for
Peter.Giannotti@
system expansion or replacement; ttefl.gov
941-626-0013
ounty
implemented upgrades and retrofits to 41-6
enhance the performance, reliability, and LOCATION
efficiency of existing systems; ensured Port Charlotte
seamless integration of new equipment J PROJECT DATES
with the client's current infrastructure; 2019-Present
and assisted with the commissioning and
startup of the upgraded systems. PROJECT COSTS
$232,000
SERVICES PERFORMED
PLC Programming
- I Wonderware/VTScada
Programming
Networking
kit + �# PROJECT TEAM
No-Eric Brown
{ s �� ►Flavio Velecela, El
�•_ Do-Brian Thorniley, PE
No-Ian Ott
No-Jason Burnett
i
y
K
McKim & Creed RFP#230139-P-AS
Irt
■ 9 ,
OMANATEE SWWRF POWER UPGRADE-POWER DISTRIBUTION,MCC'S,BACKUP GENERATION
MANATEE COUNTY
KEY HIGHLIGHTS
McKim &Creed provided design and construction of various electrical improvements 0 Design Build
at the Manatee County Southwest Water Reclamation Facility.The project included Construction
the replacement of medium voltage switchgear into a new climate-controlled room
and replacing and reconfiguring six(6) existing substations with the creation of a new Q Advanced Protection
Florida Power and Light Transformer Vault.The project included I&C implementation Relays to Mitigate Arc
of the electrical equipment in the facility's SCADA system and upgrading its obsolete Flash
PLC.
O Advanced Power Quality
Monitoring
O Reduction of Heat
Loading
PROJECT DETAILS
OWNER
Wharton-Smith
Helia Baxley
Project Manager
HBaxley@whartonsmith.com
813-369-8681
LOCATION
Bradenton, FL
PROJECT DATES
2021-2023
PROJECT COSTS
$854,694.75
SERVICES PERFORMED
Medium Voltage Design
I&C Implementation
Construction Services
PROJECT TEAM
►Aubrey Haudricourt, PE
►Mike Tweedel, PE
►Eric Brown
►Suvath Seng, El
Do-Laurel Smith, PE
Do-Mike Stoup, PE
►David Stoner, El
14
ro
Lo
" 1
FAP
1 �'.
� �►� '� �' ElddRfiEl,'Cj:
AL
r
1
S J
t
5 TAB 5: ABILITY OF FIRM TO PERFORM
5 ABILITY OF FIRM TO PERFORM
McKim &Creed has years of experience with the City of Tarpon Springs'SCADA systems and decades of experience
with electrical and SCADA systems throughout the Southeast US. Our scope of services ranges from equipment
evaluation, initial conceptual design, detailed design, programming, commissioning, construction administration, and
cost estimating. Our staff is trained and located to provide exemplary service to the City of Tarpon Springs for all of
their electrical and SCADA needs.
McKim & Creed's E&I Group is comprised of 28 engineers, designers, programmers, integrators and field
administrators. Collectively we have over 150 years of experience with electrical and SCADA systems in the
municipal and industrial markets. We have ten licensed professional engineers on staff that hold licenses in over 15
states.
We will service this contract from our E&I Group's Clearwater, FL office where we have 16 engineers, designers and
programmers. Eric Brown, our Florida I&C Manager, lives less than two miles from the Tarpon Springs Wastewater
Treatment Plant and will be available for support and project for the City.
We • proficient in the following hardware, software, and communication networks:
HARDWARE SOFTWARE COMMUNICATION
Allen-Bradley PLC5,SLC-500, Trihedral VTScada Ethernet
MicroLogix,CompactLogix
and ControlLogix Schneider Electric Citect Ethernet I/P
Schneider SCADAPack, M340 Wonderware InTouch and Modbus
and M580 System Platform
Modbus TCP
Modicon Quantum Rockwell FTViewSE and
FTViewM E DN P3
Siemens S5 Series and S7
Series GE Intellution and iFix Fiber Optic Networks
including both single-mode
GE 9030 and RX3i Induction Automation Ignition and multi-mode
Automation Direct PLCs Data Flow Systems(DFS) Licensed and Unlicensed
Radio Frequencies
Data Flow Systems(DFS) Cellular
WE ALSO HAVE EXTENSIVE PROCESS EXPERIENCE IN ALL AREAS OF THE
WATER AND WASTEWATER FIELD INCLUDING:
Water Plant Processes » Sewer Pump Station
Processes
Wastewater Plant Processes �
Stormwater Pumping �
Well Field Processes
Sluice Gate Control '
Surface Water Applications
16 McKim & Creed I RFP#230139-P-AS
CONTROL AND AUTOMATION EQUIPMENT AND METHODS: ADDITIONAL SERVICES:
Remote Telemetry Devices and Systems >> Conceptual Design and Scope Development
Data Flow Systems(DFS) » Engineering Design and RFP Development
Integrating OEM packages into overall plant systems » Support through bidding and award of integration
Green field design of new plants or plant expansions » Development of PLC and HMI programs and
Upgrade designs of plant control systems integration
Cloud-hosted HMI solutions
Design/Build solutions
Virtualized server solutions » Construction Administration
Construction Management
Field Investigation
ELECTRICAL AREAS OF EXPERTISE: » As-Built documentation development
Power distribution design— 15kv and below » Panel fabrication
Transformers,automatic transfer switches, » Field installation
redundant busses » System check-out,startup and commissioning
Utility service and coordination » Training and O&M Manual Development
Backup&emergency generation
Grounding, lighting, lightning protection The City of Tarpon Springs can continue
Fire systems
Master planning to depend on the McKim & Creed E61
Asset inventory and evaluation
Arc flash studies and labels team as they have since 2007
CYBERSECURITY
McKim &Creed also brings extended services with us McKim &Creed at its core is a professional engineering
to this contract for IT services, Cybersecurity experience consultant firm and brings to every project our formal
and knowledge of the Tarpon Springs processes. project management program. eTOPS(Electronic
SCADA, IT and plant processes are all inter-related Threshold Operating Procedures and Standards) is
and the firm that can speak all three languages and closely woven into the fabric of the company and
interconnect them in design and application will produce provides a sound, proven project management
a more well-rounded project solution. Sean Bolster is approach to ensure success.
a member of our internal IT Group and will be available
to the City for networking design and configuration
support. Sean lives in Spring Hill, FL and works in
the Tampa and Clearwater offices. Robert Burney, a
subcontractor to us from Overwatch OT, lives in Sarasota
and has extensive experience with Cybersecurity. He PROJECT MANAGEMENT MODEL
has worked with McKim &Creed and the City in the
recent past to audit the cybersecurity profile and Monitor
prepare a path towards a more mature system. He will
work with our local SCADA resources to lead the City
through the risk assessment and mitigation strategies to
ensure a secure system. control
While having all of this experience, knowledge and
capabilities internally is important,without solid project
management we cannot execute successful projects.
17 McKim & Creed RFP#230139-P-AS
r
2
1
44-
Our method to managing and completing this project comments are saved for further consideration as part
will include developing the scope,timeline, and fees, of the QA/QC process.These reviews are performed
forecasting manpower, allocating resources, quality and approved by successively higher-level people to
control, and reporting project progress. Where guarantee that both the tiniest detail and the general
applicable, our scope creation approach involves goal of the design scope are accomplished.
research of current stations, interviews with key
employees,and the application of years of industry Our considerable experience in the municipal sector has
experience. Internally, draft scopes are examined by taught us the value of public safety and service. Every
top management before being given to the City for project undertaken by a municipality has the public as its
evaluation and discussion, with the final scope being the ultimate client,and the project's performance is inversely
result. The project manager and/or project engineer proportional to its influence on the community. When
assigned to the project develop the schedule and carrying out projects,visually beautiful installations that
fees. Schedules and fees are created utilizing a work do not disrupt public activities,the reduction or removal
breakdown structure(WEIS)approach, in which the of environmental consequences, as well as thoughtful
project is divided into smaller jobs with their own costs work schedules and alternatives to reduce noise and
and dates. Prior to submission, all schedules and fees air pollution,are all priorities. Involving public and
are checked by higher management. municipal project resources in project planning reduces
the impact on the community and adds to a successful
Team members are assigned to each project depending project. McKim & Creed has the experience required to
on technical needs,availability, and project timeline. detect and resolve possible challenges through the use
Tasks are assigned based on team member experience of innovative concepts and methodologies.
and capability, and younger staff members work under
the supervision and direction of senior staff members. McKim &Creed has had a fruitful 15-year collaboration
with the City of Tarpon Springs. Our team designed a
Each project begins with a kick-off meeting attended by large portion of the SCADA system and was significantly
the City, McKim &Creed,and suitable subcontractors. involved in its installation. We recently completed a
A communication plan is prepared after reviewing the master plan for your electrical and SCADA systems to
safety program,scope,schedule, and budget.All projects assist you in creating a vision for the future, and in the
have a purpose, which is frequently lost during the RFP process,we got an extensive understanding of your
and solicitation phases.We believe it is critical to discuss plants. We will apply this knowledge and experience to
the project purpose during the kick-off meeting so that improve plant operations by improving the process via
we completely comprehend the project's aim, not just SCADA data gathering and analysis. Our IT Group and
the written scope. This technique frequently leads to Cybersecurity experts will collaborate with City staff to
value engineering opportunities that would otherwise be integrate the controls and city networks in a secure and
overlooked or ignored. easy-to-maintain manner.
Projects are carried out using both internal McKim & McKim & Creed is one of the few firms that has worked
Creed project management methods and industry- on Data Flow Systems(DFS) and has merged their
standard project management processes. Using both hardware and software into other SCADA systems. We
of these ensures a solid,well-rounded management have integrated data collecting and control with DFS
strategy and a successful project.Throughout the systems at your site,as well as those in Manatee County,
length of the project, regular project meetings are Charlotte County, Palm Coast,the City of Clearwater,
held both internally and with the City.A single point of Citrus County, and Marion County.
contact, usually the project manager, is designated. A
formal QA/QC process that involves peer review and McKim &Creed is the apparent choice as the best
project engineer/manager evaluation is used to assess firm for this contract based on its proximity to the City,
all submittals. Electronic and/or textual comments knowledge of the City's systems and processes, and
are recorded and included into the final submittal, ability to provide in-house IT and Cybersecurity support.
depending on the submittal being authorized. These We are excited to work with the City again.
18 McKim & Creed I RFP#230139-P-AS
f
;1
c �
t
� r
r■ � � '■fir
L !
��� — •- r ra :ti•r. `fir �
WIL
110
t .
40
1 19
Ad
_ # t
- . MA_ ,.
Mp
~ t +
1
+�a
Wo
r
Y /
- � W61 'i
6 ALIFI ATI NOFPERSONNEL
QU C 0 S KEY
Backed by more than 40 years of industry experience,the KEY PERSONNEL:
instrumentation, controls and electrical professionals at McKim
&Creed know and understand water and wastewater operations ........... Mike Stoup, PE
and the processes that control them.Through our approach of
collaborative teamwork, outstanding engineering design,seamless
system integration,thorough training and ongoing support,we plan, ••••••••••• Eric Brown
design, and implement in-plant and system-wide SCADA/ I&C systems
and in-plant power distribution systems that enable utilities to operate
efficiently, effectively and safely. ® ......••••• Flavio Velecela, El
To strengthen our team event further,we have added Robert Burney,
with Overwatch OT as a subcontractor. Robert is located in Sarasota, FL ® ..........• Ian Ott
and has extensive experience with Cybersecurity. He has worked with
McKim & Creed and the City recently to audit the cybersecurity profile
and prepare a path toward a more mature system. He will work with ® ........... Adam DiRienzo
our local SCADA resources to lead the City through risk assessment
and mitigation strategies to ensure a secure system.
Below is a table that highlights our proposed team, their office """""• Laurel Smith, PE
locations,years of experience and their areas of technical competency
highlighted in the RFP. In addition,full-page resumes have been Mike Fadini, PE
included for our KEY STAFF identified to the right.
TEAM'S TECHNICAL COMPETENCY
Ln
qMikeStoup,PE Clearwater,FL 28 • • • • •
Eric Brown Clearwater,FL 29 • • • • •
Mike Fadini,PE Clearwater,FL 36 • • •
U Brian Thorniley,PE Clearwater,FL 32 • • • •
v Laurel Smith,PE Clearwater,FL 8 • • •
Q
E Suvath,Seng,El Clearwater,FL 6 • • •
0
Ian Ott Clearwater,FL 13 • • •
V
c Adam DiRienzo Clearwater,FL 12 • • •
ajJon Van Waardhuizen Sarasota,FL 2 • •
°n Jason Burnett Sarasota,FL 15 • • •
C
David Stoner,El Clearwater,FL 3 • • •
V
J Chris Anderson Clearwater,FL 21 • • •
URegina Sandbach Clearwater,FL 12 • •
a,
Dan Cox,PE Clearwater,FL 13 • • •
Q
LU
X Flavio Velecela,El Clearwater,FL 24 • • • •
E Sean Bolster Tampa,FL 16 • •
n5
a,
Chris White Clearwater,FL 26 • • •
a, Sterling Graham Clearwater,FL 12 • • •
FRobert Burney Sarasota,FL 16 • •
20 McKim & Creed RFP#230139-P-AS
v MCKIM&CREED
ENGINEERS SURVEYORS PLANNERS
Mike Stoup, PE
LN PROJECT MANAGER
Mike's career spans over 28 years of planning, design, implementation and management
of SCADA system and process instrumentation and controls projects in the industrial
and municipal marketplace. He offers extensive experience in the areas of project
QUALIFICATIONS management, QA/QC, control system planning and design, PLC and HMI software
implementation, communications and network planning and control systems
O Team management implementation. His system hardware and software knowledge extends to platforms
provided by VTScada,Allen Bradley/Rockwell, Schneider Electric,Trihedral, Inductive
Extensive E&I experience Automation and Wonderware software.
O Knowledge of ►Project Experience
available technology
O Focus on practical SCADA Modernization I Virginia Beach,VA: Project Manager. McKim &Creed worked
application of with Virginia Beach and the contractor to put together a comprehensive plan to
automation upgrade 450 stations while continuing to provide uninterrupted services to the
residents and businesses of Virginia Beach.This plan included the offline testing of
each component of the system prior to deployment to the field to ensure minimum
downtime.Virginia Beach Operations was included in the plan development so they
EDUCATION could make system configuration changes to maintain service during the upgrade
outage.
B.S., Electrical HMI Evaluation and Recommendation I Hillsborough County I Tampa,FL: Project
Engineering, University Manager.The McKim & Creed team evaluated six different SCADA Human Machine
of South Florida Interface (HMI) software platforms and submitted an evaluation report of the findings
LICENSURE with recommendations to Hillsborough County.The evaluation was performed to
provide the County with a basis for determining if an upgrade to its HMI software
Professional Engineer, is required, and which of the available software platforms would best support the
FL#65702 County's management of its water and wastewater utilities.
Professional Engineer, Charlotte County SCADA Master Plan I Charlotte County, FL: QA/QC Manager.
LA,TX, NC Charlotte County enlisted McKim &Creed to develop a SCADA master plan that acts
as a detailed roadmap to the County for enacting SCADA system improvements. Our
AFFILIATIONS team's scope of work included five key elements: project management, goals/objectives
workshops,system data collection, information analysis and development of the
FS-AWWA Information master plan document.
Systems Division Chair FMS Phase II SCADA Server Split and Rebuild I Hillsborough County, FL: Project
FS-AWWA Automation Manager. McKim & Creed was selected to create a single Citect HMI application with
Past Committee Chair four separate clusters(FMS, FMSN, FMSC and FMSS)for the Northwest pumps, BSOC
and South County AWTP Citect application zones.This single application was loaded on
ISA Tampa Chapter Past each of the three sets of redundant server pairs.
Vice President& Past
Program Chair WWTP SCADA Upgrade Evaluation I City of Inverness I Inverness, FL: Principal. McKim
&Creed provided professional engineering services to replace the aging SCADA system
MILITARY SERVICE at the City's wastewater treatment plant with a VTScada HMI.The scope of work
included onsite programming and configuration work to stabilize the old system while
Air Defense Crewman, upgrades were accomplished.
US Army, 1985-89
21 McKim & Creed i RFP#230139-P-AS
v MCKIM&CREED
ENGINEERS SURVEYORS PLANNERS
• Eric Brown
ASSISTANT PROJECT MANAGER
Eric offers over 28 years of experience in designing, building and installing hardware
and software for SCADA applications in the wastewater and water industries. Mr. Brown
is well-versed in PLC programming using Siemens, Emerson, Schneider Electric, GE,
QUALIFICATIONS Automation Direct and Allen Bradley applications and has experience with numerous
SCADA related Human Machine Interface(HMI)software packages including VTScada,
O Project Management Wonderware, CitectSCADA,VTScada, Rockwell FactoryTalk,and iFix.
O SCADA ►Project Experience
O HMI
As-Needed-Instruments,SCADA, PLC's, Electrical gear I Tarpon Springs,FL:
O PLC Programming Project Manager. McKim &Creed worked closely with the City of Tarpon Springs to
provide comprehensive support for I&C and electrical systems,focusing on Citect before
O Electrical Circuits and the conversion of VTScada,VTScada after the conversion, and Allen-Bradley PLCs. McKim
Design &Creed assisted with their communication systems for their remote sites and provided
instrumentation calibration for DEP compliance. McKim &Creed worked closely with the
Electrical Control Panel City of Tarpon to improve the control systems and optimize their water and wastewater
Design treatment processes.The enhancements have increased efficiency and improved both
O Communications performance and regulatory compliance for the facilities.
O Networking Charlotte County SCADA Master Plan I Charlotte County, FL:
Senior I&C Specialist. Charlotte County enlisted McKim &Creed to develop a SCADA
master plan that acts as a detailed roadmap to the County for enacting SCADA
system improvements. Our team's scope of work included five key elements: project
EDUCATION management,goals/objectives workshops,system data collection, information analysis
and development of the master plan document.
B.S.E.E Electrical
Engineering,University of SCADA System Upgrades I Charlotte County, FL:
South Florida Project Manager. McKim &Creed migrated their current SCADA system from
Wonderware App Server to VTScada to reduce costs and improve functionality.The
A.S. Computer and project scope included procurement of computer equipment and software as well
Electrical Engineering, as the development of the SCADA applications to migrate 5 facilities: Burnt Store
Tampa Technical WRF, Rotunda WRF, Burnt Store WTP, East Port WRF,West Port WRF. McKim &Creed
Community College met with operations to discuss screen design and functionality prior to development.
With the intention to define the conceptual screen layouts, pop-ups, navigation, and
A.A. General Studies, functionality for all facilities using these decisions.
Saint Petersburg College
SCADA Standards I Charlotte County, FL: Project Manager. McKim &Creed worked with
CERTIFICATIONS the County staff to develop SCADA standards for us in future projects. We developed
the specifications and drawings to define how the PLC and SCADA programming and
VTScada hardware design would be performed.This will ensure the County receives a standard,
repeatable, and proven design each time regardless of the consultant performing the
Wonderware System work. We also researched various communication products and protocols and selected
Platform one that would optimize their remote site communications and preserve data during
Wonderware Intouch times of communication interruptions.
Wonderware Historian Master Plan-Planning,Vision, Plc's,Scada, Mcc's, Backup Generation I Tarpon Springs,
FL: Project Manager. McKim &Creed provided a Cybersecurity audit in two phases
for the City of Tarpon Springs with the assistance of our sub-contractor.The project's
first phase identified immediate threats to the system and vulnerabilities that required
attention.The project's second phase provided a more in-depth audit of the systems,
where we evaluated the network topology, reviewed the City's disaster recovery plan,
reviewed remote connectivity methods and procedures, and provided a roadmap for
cybersecurity maturity.
22 McKim & Creed i RFP#230139-P-AS
v MCKIM&CREED
ENGINEERS SURVEYORS PLANNERS
., Ian Ott
SENIOR TECHNICAL SPECIALIST
Ian is an I&C Specialist with over a decade of experience in the design,
implementation and management of SCADA system and process instrumentation
QUALIFICATIONS and controls projects in the industrial and municipal marketplace. He has experience
in PLC programming, HMI development,VFD integration and Servo/robotics
O PLC& HMI programming. His hardware and software knowledge extends to platforms provided
Programming by Allen Bradley/Rockwell software, Schneider software,VTScada, Ignition,Citect, and
Wonderware.
O VTScada, Ignition,
Citect, and I.Project Experience
Wonderware Platforms
O Allen Bradley/Rockwell SCADA Standards I Charlotte County, FL: Senior Technical Specialist .McKim &
and Schneider Software Creed worked with the County staff to develop SCADA standards for us in future
projects. We developed the specifications and drawings to define how the PLC and
SCADA programming and hardware design would be performed.This will ensure the
County receives a standard, repeatable, and proven design each time regardless of
EDUCATION the consultant performing the work. We also researched various communication
products and protocols and selected one that would optimize their remote site
B.S., Electrical Systems communications and preserve data during times of communication interruptions.
Technology, Southern
Illinois University SCADA Migration-Remote Sites I Charlotte County, FL: Senior Technical Specialist.
Charlotte County Utilities (CCU) requested a SCADA Master Plan to identify concerns
and prepare a vision for their future SCADA system. Per the County's needs, McKim
&Creed added the current remote sites to the newly installed VTScada system for
better visibility and to be prepared for migration to different technologies. McKim
&Creed procured the software as well as developed the SCADA applications to
use VTScada and display the information from the DFS remote sites.VTScada was
connected to DFS's Hyper SCADA Server and collected the station data from there
instead of communicating directly from VTScada to each remote station which
consisted of the 6 following locations: Vacuum Sewer Stations,Water Booster
Stations, Lift Stations, Reclaim Stations with Tanks, Reclaim Stations without Tanks,
and Ingraham Disinfection Station.
Wonderware/SCADA Support Services I Charlotte County, FL: Senior Technical
Specialist .McKim &Creed upgraded the Allen-Bradley SLC-504 and Data Highway
Remote 1/0 Components at the West Port Water Reclamation Facility due to the
lifecycle status of their hardware. Included in this project scope upgrade was the
programming of the new PLC components purchased by the County and the
modifications to the recently installed VTScada application.The County performed
the installation of the components with the assistance of McKim &Creed.The
County's IT department is in the process of installing the fiber optic cabling and
configured the new managed network switches. McKim & Creed is executing this
project in collaboration and coordination with the CCU staff.
SCADA Standards I City of St. Petersburg, FL:Senior Technical Specialist. McKim &
Creed is providing SCADA Standards for the City of St. Petersburg.These standards
are critical for consistent and reliable SCADA system development, implementation
and maintenance. Proper use will reduce maintenance and operations costs as well
as improve the overall functionality, reliability, and maintainability of the system.
This project is to develop and document the standards associated with proper
and successful SCADA system development and implementation. Included is the
development of code blocks and objects that can be reused, reducing development
time.Two standard lift station RTU designs will be developed in conjunction with the
Lift Station Standards team.
23 McKim & Creed i RFP#230139-P-AS
g!MCMM&CREED
Flavio Velecela, El
I&C SPECIALIST
Flavio specializes in instrumentation and controls design and programming in
i our Clearwater, Florida office. He is proficient with electrical industrial equipment,
instrumentation, programmable controllers, operator interfaces, SCADA network
QUALIFICATIONS system and fiber distribution systems. Flavio has a thorough understanding of
various software packages, including RSView32, InTouch,Allen Bradley,Siemens
• and Modicom controllers. His expertise also extends to electrical power and
Extensive experience with PLC distribution having prior experience as an electrician and low voltage technician.
Programming He offers more than 18 years of experience working with instrumentation,
O History of delivering projects automation, and control systems.
on time and within budget
►0 Power& Distribution Project Experience
O Instrumentation and Controls Master Plan-Planning,Vision, Plc's,Scada, Mcc's, Backup Generation I Tarpon
(I&C) Systems Springs, FL: I&C Specialist. McKim &Creed provided a Cybersecurity audit
in two phases for the City of Tarpon Springs with the assistance of our sub-
0 HMI Programming contractor.The project's first phase identified immediate threats to the system
and vulnerabilities that required attention.The project's second phase provided
O AutoCAD a more in-depth audit of the systems,where we evaluated the network topology,
reviewed the City's disaster recovery plan, reviewed remote connectivity methods
EDUCATION and procedures, and provided a roadmap for cybersecurity maturity.
B.S., Electronics&Control SCADA System Upgrades I Charlotte County, FL:
Engineering, National Polytechnic I&C Specialist. McKim &Creed migrated their current SCADA system from
University Wonderware App Server to VTScada to reduce costs and improve functionality.
The project scope included procurement of computer equipment and software as
LICENSURE well as the development of the SCADA applications to migrate 5 facilities: Burnt
Store WRF, Rotunda WRF, Burnt Store WTP, East Port WRF,West Port WRF. McKim
Engineer Intern, &Creed met with operations to discuss screen design and functionality prior to
FL#1100011107 development. With the intention to define the conceptual screen layouts, pop-ups,
CERTIFICATIONS navigation, and functionality for all facilities using these decisions.
As Needed SCADA Support Services I City of Clearwater,FL: I&C specialist. McKim
NICET Certification &Creed is providing on a continual basis the City of Clearwater as-needed
technical consulting to support the continued maintenance and operation of
FEMA-ICS100 the computer hardware,software and HMI systems used by the Water Pollution
FEMA-ICS700 Control Division in monitoring and control of the wastewater treatment facilities.
William Dunn WWTP Belt Press Control Panel Replacement I Pinellas County, FL:
AFFILIATIONS I&C specialist for the complete upgrade of the MCP-DW with a PLC-based solution
featuring flat-panel touch screens and operator-process interface (OPI) and
Institute of Electrical and functionality.The electrical/control cabinets of two belt filter presses (BFPs)were
Electronics Engineers gutted and replaced; only the cabinets and some field equipment were reused.
International Society of McKim & Creed's turnkey services included overall retrofit design; equipment
Automation(ISA) removal, procurement and installation; management of electrical and panel
fabricator subconsultants; wiring and testing; and PLC and SCADA programming.
The new system allows plant operations staff to monitor and control the sludge
press equipment locally via the OPIs, as well as remotely through the plant's
SCADA system.
24 McKim & Creed i RFP#230139-P-AS
'*MCKIM&CREED
Mike Fadini, PE
DESIGN ENGINEER
r
Mike's career spans over three decades of design, implementation and project
management of electrical and instrumentation systems in the industrial and
QUALIFICATIONS municipal marketplace. He is adept at engineering designs,AutoCAD, and
construction management, including start-up,troubleshooting and commissioning.
O Instrumentation & Additionally, Mike excels at managing projects, mentoring designers and engineers,
Controls construction support and building client and trades relationships. He has recent
experience and professional development in Ethics, Safety, 2017 NEC Code
O Electrical Engineering Changes, SEL Protective Relay Programming for Transformer and Motor Protection,
0 I&C/SCADA System Allen Bradley VFD and Smart MCC programming.
Hardware .Project Experience
EDUCATION East Port WRF Expansion Design I Charlotte County, FL: Senior Electrical Engineer.
B.S., Electrical Engineering, McKim &Creed provided electrical and I&C design services as subconsultant to
Ohio State University Jones Edmunds to support the contract with Charlotte County Utilities(CCU)for
engineering and construction of upgrades to CCU's East Port Water Reclamation
LICENSURE Facility(WRF).The scope of services included a capacity analysis of all WRF
electrical distribution systems; an energy efficiency evaluation with consideration
Professional Engineer, FL of alternatives that include solar, anaerobic digestion with biogas, natural gas and
#87173 technology advances on process equipment; evaluation of expansion plan relative
to electrical and I&C systems; and update of the Preliminary Engineering Report
Professional Engineer, NJ, developed by Jones Edmunds to upgrade the existing facility from 6 mgd to 9
DE mgd capacity. Our team also supported the application for State Revolving Fund
assistance for the project.
Burnt Store Water Reclamation Facility I Charlotte County, FL: Senior Electrical
Engineer.Charlotte County has retained McKim &Creed to provide master
planning, preliminary engineering, design and construction phase services in
three distinct,overlapping and integrated phases to replace the existing 0.5 mgd
Burnt Store Water Reclamation Facility(WRF)with a new 2.5 mgd facility with the
capability to expand to 7.5 mgd.The existing WRF will be decommissioned and
demolished upon completion and successful start-up of the new WRF. Major unit
treatment processes in the new WRF will include: influent lift station, headworks
structure, biological treatment system, clarifier flow splitter box, secondary
clarifiers, return/waste activated sludge pump station, tertiary treatment, chlorine
contact basin, sodium hypochlorite disinfection system, effluent transfer pump
station, reclaimed and reject water storage, reclaimed water high-service pump
station, aerated sludge holding, plant drain pump station, electrical building and
standby power facilities.
Master Plan-Planning,Vision, Plc's,Scada, Mcc's, Backup Generation I Tarpon
Springs, FL: Senior Electrical Engineer. McKim &Creed provided a Cybersecurity
audit in two phases for the City of Tarpon Springs with the assistance of our sub-
contractor.The project's first phase identified immediate threats to the system
and vulnerabilities that required attention.The project's second phase provided
a more in-depth audit of the systems,where we evaluated the network topology,
reviewed the City's disaster recovery plan, reviewed remote connectivity methods
and procedures, and provided a roadmap for cybersecurity maturity.
25 McKim & Creed i RFP#230139-P-AS
v!MCKIM&CREED
Adam DiRienzo
I&C PROGRAMMER
Adam is an I&C Programmer with over a decade of experience in the design,
implementation and management of SCADA system and process instrumentation
QUALIFICATIONS and controls projects in the industrial and municipal marketplace. He has
experience in Networks, Servers, PLC programming, HMI development
O PLC& HMI Programming programming. His hardware and software knowledge extends to platforms
provided by Schneider software,VTScada, and Wonderware.
O VTScadaand Wonderware
Platforms
O Schneider Software Project Experience
Pinellas County PS-190 RTU Replacement I Pinellas County, FL: I&C Programmer.
Pinellas County Utilities recently commissioned a SCADA Master Plan to identify
concerns and prepare a vision for their future SCADA system. Detailed in the
recommendations of the final report was developing a design standard for the
lift station RTU panels.To stay with this vision, PCU upgraded the RTU at PS-190
from Motorola ACE to Schneider Electric M340.The project included the design of
PS-190 RTU panel and the development of the RTU programming as well as the
modification of the Wonderware SCADA template.
Pinellas County Security Audit I Pinellas County,FL: I&C Specialist. McKim &
Creed provided an audit on the major facility security equipment, such as cameras,
fence lines,gates, and card access stations,to better improve their facility security
posture.This audit focused on coverage of the major facilities, access to controlled
areas, and equipment technological advances. Prepared a technical memorandum
with an audit summary, and recommendations for security posture improvement.
Town of Horseshoe Beach As-needed Services I Pinellas County, FL: I&C
Programmer. McKim &Creed provided as-needed services for the City of
Horseshoe Beach/ US Water.The services included assisting with their Siemens
S7-300 PLC and the WINCC application. In addition the programming assistance,
We programmed, configured and installed their firewall device to allow for a
secure VPN connection.
26 McKim & Creed i RFP#230139-P-AS
v!MCKIM&CREED
Laurel Smith, PE
DESIGN ENGINEER
5 Laurel is experienced with the design of power distribution system elements such
as generators, medium and low voltage switchgear, motor control centers, and
QUALIFICATIONS single and three-phase panel boards. She has experience performing voltage
drop calculations and expected load calculations including three-phase current
O Electrical &Control vector plotting,designing electronic control systems for pump stations and other
Engineering wastewater facility components, and performing cost-benefit analysis for both new
installations and upgrades to existing equipment and facilities. She is highly skilled
O Evaluates system reliability& in the use of CAD, Excel, and MathCAD based tools.
makes recommendations for
improvements 0, Project Experience
0 Identifies complex problems
& reviews relevant SEWRF 10 MG Storage Tank and High Service Pumps I Manatee County, FL:
information Engineer Intern. Ms. Smith set up an independent low service (low pressure)
system at the SEWRF to distribute effluent from the CCCs to the storage ponds.
O Experienced with the design This effort was implemented to improve MCMRS reliability during facility upset
of power distribution system conditions and reduce power consumption of the facility to bring down operating
elements costs. Project included installation of new 10 mg GST, high service RCW pumping
0 Highly skilled in the use of system,electrical and SCADA system components.
CAD, Excel, and MathCAD WWRF Biological Treatment Improvements DCP I City of Largo, FL: Engineer Intern.
based tools Ms. Smith provided electrical engineering design for upgrading"middle of the
plant"processes to increase capacity and mitigate storm surge. Electrical design
EDUCATION included elevated standby generation systems and elevated electrical distribution
buildings in several locations throughout the plant. Process changes provided for
B.S., Electrical Engineering, elevated pumping,filter and valve systems. Design-build construction was used to
University of South Florida expedite the project schedule to accommodate for the annual storm season.
LICENSURE Howard Curren WWTP Master Plan Phase I City of Tampa, FL: Engineer intern.
McKim &Creed provided engineering services for phase 1 of the project,which
Professional Engineer, FL included; review of the historical and ongoing projects, reports and studies; initial
#91041 observation and familiarization of the plant; and a conceptual level assessment of
major equipment within the facility and the current operations.
Marshall St. Lab and East APCF Generator Improvement Project I City of
Clearwater(David Porter), Clearwater, FL: Engineer intern. Project included
demolition of two standby generator systems and the consolidation into one
single standby generator which was mounted on a raised concrete platform with
hurricane rated enclosure. New power ductbanks and switchgear were installed
along with four new transfer switches. Complete bulk fuel and day tanks were also
part of the project. Controls of these system were a combination of hardwired and
Ethernet over a fiber media.
Water Treatment Plant Biological Treatment Unit I Manatee County, FL: Engineer
intern. Provided design, permitting, bidding and construction phase services
needed for the WTP Biological Treatment Unit(BTU). Electrical design called for
upgrades and addition to existing medium voltage(MV) plant distribution system
with the addition of MV breakers and 2000kVA transformers, new MV feeders
to raw water pumping stations, and 1500kVa plant process transformers, motor
control centers and switchgear.
27 McKim & Creed i RFP#230139-P-AS
Of loon-No
SOD(UM HYPOCHLORVE EII ULF ITZ
PUMP 1] PUAAF 2 pump s F�qw
F=
MODE AUTO AUTO AUTO SPEED
STATUS �F- FRUN�ING-lOFF FEED RATE O U FO B
8 FEE Q IK I• N -0.0 % PUMP CAPACITY 1 .0 GPD . 12
F
-CAPACI TY 3-5_0 GPH 38 0 GPH 3g_0 ophl COMMANDS TAR 115
LENOTH
0MMAND fAf� STOP ISF op ES TAR
RF!�F T RESET RED T C LEARWELL CL r t, r E ki
12E gkDU 4L
�R,At%wr-"d-fN F d,M%U.+I eft<9ir FololuAl Mwt-M1
ILI MODE
—�a
- — rAN �+�11 K� � 1 NdR'1M1 mo�
TANK 1 1 TANK .'-
ANK .' maw
(SOU fig) (NORI Fib � (0) -• F F
(1) - MANW
i (azyy��) = �-kwvv
ovv
1 FT daPF ? T oG}I OKF OIL OK
r
FLOW SELEC-710H C HI.
��ccc FIL 1rE �I i, l4
NORI
— mro F L
-PUMP I PUMP z PUMP 3
O.Q MEN
t WEN City of c I ea
T LOCATION OF PERSONNEL
In this section,we have provided a map(below)outlining the
location of our proposed team and their respective locations,as
well as an organizational chart on the following page. In addition, Personnel Fast Facts:
Table 1 on the following page includes information about our team's
location,years of experience, and technical competencies relative to
the scope of work identified in this RFP.
Our Instrumentation and Electrical (I&E)group is fully capable
of responding quickly to the City's work authorizations. Our 13 150+
staff members are multifaceted in I&C and electrical design and
implementation and capable of performing SCADA, PLC, HMI,
communication,and electrical repair, maintenance and training. LOCALSCADA COLLECTIVE YEARS
McKim &Creed will manage and execute assignments, minimizing PERSONNEL OF EXPERIENCE
City involvement to where it is most needed,thus saving your
valuable time for other duties.
David;
Eric Brown
City
ofTarpon
Tampa Office
Mike Stoup
Josephine Garas
an Ott
Ut
AbigailAlvarado
Laurel Smith,PE
ReggieSandbach
Aubrey Haudricourt
OfficelClearwater
jr
Mike Fadini
�Y.
. , • r�
Chris Map I Team's Location
29 McKim & Creed I RFP#230139-P-AS
TEAM'S TECHNICAL COMPETENCY
oua
LU
Mike Stoup,PE Clearwater,FL 28 • • I I • I • •
Eric Brown Clearwater,FL 29 • • • • •
Mike Fadini,PE Clearwater,FL 36 • • •
U Brian Thorniley,PE Clearwater,FL 32 • • • •
c
v Laurel Smith,PE Clearwater,FL 8 • • •
Q
E Suvath,Seng,El Clearwater,FL 6 • • •
0
Ian Ott Clearwater,FL 13 • • •
V
Adam DiRienzo Clearwater,FL 12 • • •
Jon Van Waardhuizen Sarasota,FL 2 • •
°n Jason Burnett Sarasota,FL 15 • • •
c
g David Stoner,El Clearwater,FL 3 • • •
V
0 Chris Anderson Clearwater,FL 21 • • •
URegina Sandbach Clearwater,FL 12 • •
a,
Dan Cox,PE Clearwater,FL 13 • • •
Q
,U Flavio Velecela,El Clearwater,FL 24 • • • •
E Sean Bolster Tampa,FL 16 • •
v
Chris White Clearwater,FL 26 • • •
Sterling Graham Clearwater,FL 12 • • •
MRobert Burney Sarasota,FL 16 • •
30 McKim & Creed RFP#230139-P-AS
,rr
ORGANIZATION
CHART
KEY: P
* Key Staff
PROJECT M- E
ASSISTANT PM
*Eric Brown
DESIGN NETWORK & SECURITY SPECIALTY SERVICES
DESIGN ENGINEERS NETWORK � SECURITY MEP SYSTEMS
*Mike Fadini, PE *Adam DiRienzo
Brian Thorniley, PE Dan Cox, PE
*Laurel Smith, PE Sterling Graham
Suvath Seng, EI
SYSTEMS ANALYST
lean Bolster, MCTS,CCNA, CYBERSECURITY
MCSE,A+
SENIOR PROGRAMMERS
Ian Ott Robert Burney
Jason Burnett
IT SUPPORT oT overwatch**
*Flavin Velecela, EI �n-house IT Group
PROGRAMMERS 111F
edCre .FP, • •
r' h
Y _
,4
♦'ram' }fi�'•:� _ � �, , '� _4
8 TAB 8: FORMS
PROPOSAL FORMS
FIRM INFORMATION SHEET
The information below is reauired to complete vour proposal packet. Type or print only.
Company Name: McKim & Creed, Inc.
Address 1: 1365 Hamlet Ave
Address 2:
City:Clearwater
State: FL
Zip Code:33756
Phone Number: 727.442.7196
Fax Number:
Project Contact: Mike Stoup, PE
e-mail address:MStoup@mckimcreed.com
Remittance (Payment) Mailing Information
Address 1: 1365 Hamlet Ave
Address 2:
City: Clearwater State: FL
Zip Code: 33756
Phone Number: 727.442.7196
Fax Number:
Project Contact: Mike Stoup, PE
e-mail address:MStoup@mckimcreed.com
Federal Tax ID No.:
56-2136769
Tax ID Type: x Federal Tax ID _Social Security Number
1. The undersigned Proposer proposes and agrees, if this Proposal is accepted, to enter into
an Agreement with City of Tarpon Springs to perform as specified and in accordance with
the scope of services and the other terms and conditions of the Contract Documents.
2. This Proposal will remain subject to acceptance for 90 days after the day of Proposal
opening.
3. In submitting this Proposal; Proposer represents, as more fully set forth in the Agreement,
that:
(a) Proposer has examined and carefully studied the Proposal Documents and the
following Addenda (receipt of all which is hereby acknowledged):
Date Number Date Number
5.22.23 1
5.30.23 2
(b) Proposer is familiar with and is satisfied as to all federal, state and local Laws and
Regulations that may affect furnishing of the Work.
(c) This Proposal is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submitted in conformity with any
agreement or rules of any group, association, organization or corporation; Proposer
McKim & Creed I RFP#230139-P-AS
has not directly or indirectly induced or solicited any other Proposer to submit a false
or sham Proposal; Proposer has not solicited or induced any person, firm or
corporation to refrain from bidding; and Proposer has not sought by collusion to obtain
for itself any advantage over any other Proposer or over City of Tarpon Springs.
4. Proposer will perform scope of services in accordance with the Proposal Documents for prices
shown on the Pricing Summary submitted with the Proposal.
Proposer: (signature)
34 McKim & Creed I RFP#230139-P-AS
RFP No. 230139-P-AS
Electrical, Instrumentation, and Control System Services
REFERENCES— INCLUDE IN TAB 4
#1 Agency Charlotte County Utilities
Address 3100 Loveland Blvd
City, State, Zip Port Charlotte, FL 33980
Contact Person Peter Giannotti
Telephone: Email:
941-626-0013 Peter.giannotti@charlottecountyfl.gov
Date(s) of 2016-Present
Service
Type of Service As-Needed, Electrical, I&C, Networking
Comments
#2 Agency City of St. Petersburg
Address 1650 3rd Ave N, St.
City, State, Zip St. Petersburg, FL 33713
Contact Person Paul Mac
Telephone: Email:
727-892-5666 Paul.Mac@stpete.org
Date(s) of 2002-Present
Service
Type of Service As-Needed, I&C programming, I&C design, Networking
Comments
#3 Agency Manatee County
Address 3333 Lena Road
City, State, Zip Bradenton, FL 34211
Contact Person Christian Collins
Telephone: Email:
941-920-2083 chris.collins@mymanatee.org
38 McKim & Creed I RFP#230139-P-AS
Date(s) of 2002-Present
Service
Type of Service As-Needed, Electrical Design, I&C programming, I&C design, Networking
Comments
#4 Agency Citrus County
Address 3600 W. Sovereign Path
City, State, Zip Lecanto, FL 34461
Contact Person Gary Loggins
Telephone: Email:
352-302-6152 GARY.LOGGINS@citrusbocc.com
Date(s) of 2002-Present
Service
Type of Service As-Needed, I&C programming, I&C design, Networking
Comments
#5 Agency City of Oldsmar
Address 300 Commerce Blvd
City, State, Zip Oldsmar, FL 34677
Contact Person Johna Jahn
Telephone: Email:
J ahn@myoldsmar.com Paul.Mac@stpete.org
Date(s) of 2002-Present
Service
Type of Service As-Needed, Electrical, I&C, Networking
Comments
39 McKim & Creed RFP#230139-P-AS
NON-COLLUSION AFFIDAVIT
1, Mike Stoup, PE depose and say that:
1. 1 am Vice President of the firm of McKim & Creed, Inc.
the firm submitting the response described in this Request for Proposals for:
RFP 230139-P-AS, Electrical, Instrumentation, and Control System Services and that I
executed the said response with full authority to do so:
2. the prices in this bid have been arrived at independently without collusion, consultation,
communication or agreement for the purpose of restricting competition, as to any matter
relating to such prices with any other bidder or with any competitor;
3. unless otherwise required by law, the prices which have been quoted in this bid have
not been knowingly disclosed by the bidder and will not knowingly be disclosed by the
bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor;
and
4. no attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit, or not to submit, a bid for the purpose of restricting
competition;
5. the statements contained in this affidavit are true and correct, and made with full
knowledge that the City of Tarpon Springs relies upon the truth of the statements contained
in this affidavit in awarding contracts for said project.
Signature of Bidder: _ _ Date: 6/12/2023
STATE OF: Florida CITY OF: Hernando
PERSONALLY APPEARED BEFORE ME, the undersigned authority,
who, after first being sworn by me, (name of individual signing) affixed his/her signature in
the space provided above on this une 12 day of 2023.
_o1�Ypoe, JENNIFERSOULTS
NOTARY PUBLIC r' Notary P.bHi Stet fFlorida
y p 4/5/2027 Gov �QyQ: Commission 9 HH 383107
M Commission Expires: MyConrn.tnyi—Api ZU1
McKim & Creed I RFP#230139-P-AS
DRUG FREE WORKPLACE CERTIFICATION
The SIGNED PROPOSER (Below) CERTIFIES that it has implemented a drug-free workplace
program. In order to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business policy
of maintaining a drug-free workplace, any available drug counseling, rehabilitation and
employee assistance programs, and the penalties that may be imposed upon employees
for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under quote a copy of the statement specified in subsection 1.
4. In the statement specified in subsection 1, notify the employees that, as a condition of
working on the commodities or contractual services that are under quote, the employee
will abide by the terms of the statement and will notify the employer of any conviction of,
or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled
substance law of the United States or any state, for a violation occurring the workplace
no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in, drug abuse assistance
or rehabilitation program if such is available in employee's community, by any employee
who is convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
As the person authorized to sign this statement, I certify that this firm complies fully with
the above requirements.
Date: June 13, 2023 Signature:
Company: McKim & Creed, Inc. Name: Mike Stoup, PE
(Typed or Printed)
Address: 1365 Hamlet Ave
Title: Vice President
Clearwater, FL 33756
E-Mail: MStoup@mckimcreed.com
Phone No: 727.442.7196
McKim & Creed I RFP#230139-P-AS
LOBBYING AND CONFLICT OF INTEREST CLAUSE ETHICS CLAUSE
(Company)
Mike Stoup, PE warrants that he/it has not employed, retained or otherwise had
act on his/its behalf any former ity officer or employee or any City officer or employee. For breach
or violation of this provision the City may, in its discretion, terminate this contract without liability
and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover,
the full amount of any fee, commission, percentage, gift, or consideration paid to the former City
officer or employee".
Signature_.,'1zly
Date: 6/12/2023
STATE OF: Florida CITY OF: Hernando
Subscribed and sworn to (or affirmed) before me on (date) by (name of affiant). He/She is
personally known to me or has produced as identification. (type of identification)
- - - - - - - - - - - -
1Pxvao JENNIFERSOULTS
NOTARY PUBLIC :°{/_�� Notary Public-State of Florid.
Commission!1 HH 383107
My commission expires:
4/5/2027 My Conn...tayi-,Ap,S,1011
42 McKim & Creed RFP#230139-P-AS
MINIMUM INSURANCE REQUIREMENTS
1. Insurance
Contractor shall carry the following minimum types and amounts of insurance at its own
expense, for the contract period:
A. The insurance required must be written by an insurer authorized to do business in the
State of Florida and also have an "A" policyholder's rating and a financial rating of at
least Class VIII in accordance with the most current A.M. Best Company, Inc. Key
Rating Guide. Prior to the time the contractor is entitled to commence any part of the
project, work, or services under this contract, Contractor shall procure, pay for, and
maintain at least the following insurance coverages and limits. Said insurance shall
be evidenced by delivery to Procurement Services for the City of Tarpon Springs of a
Certificate of Insurance executed on a standard ACORD form, listing all coverage and
limits, expiration dates and terms of policies, and all endorsements whether or not
required by the City. The insurance requirements shall remain in effect throughout the
term of this Contract, or any Contract extension.
1. Commercial General Liability
Each Occurrence $1,000,000
General Aggregate $1,000,000
Products-Completed Operations Aggregate $1,000,000
Personal and Advertising Injury $1,000,000
Broad Form Property Damage and Fire Legal $50,000
Liability(Per Occurrence)
2. Automobile Liability
Each Occurrence Combined Single Limit $1,000,000
General Aggregate $1,000,000
3. Worker's Compensation $1,000,000
4. Employer's Liability
Each Accident $1,000,000
Disease Each Employee $1,000,000
Disease Policy Limit $1,000,000
B. Each Insurance Policy shall include the following conditions by endorsement to the
policy:
1) Each policy shall require that thirty (30) days prior to expiration, cancellation, non-
renewal, or any material change in coverages or limits, a notice thereof shall be given
to the City by certified mail to: City of Tarpon Springs, c/o Procurement Services, P.O.
Box 5004, Tarpon Springs, Florida, 34688-5004. Contractor shall also notify City, in a
like manner, within twenty-four (24) hours after receipt, of any notices of expiration,
cancellation, non-renewal, or material change in coverage received by said Contractor
McKim & Creed I RFP#230139-P-AS
from its insurer; and nothing contained herein shall absolve Contractor of this
requirement to provide notice.
2) Companies issuing the insurance policy, or policies, shall have no recourse against
City for payment of premiums or assessments for any deductibles which all are at the
sole assessments for any deductibles which all are at the sole responsibility and risk
of Contractor.
3) The term "CITY" shall include all Authorities, Boards, Commissions, Divisions,
Departments, and offices of City and individual members, employees thereof in their
official capacities, and/or while acting on behalf of the City.
4) City of Tarpon Springs shall be endorsed to the required policy or policies as an
"Additional Insured" or "Additional Named Insured", endorsed on the policy/policies.
5) The policy clause "Other Insurance" shall not apply to any insurance coverage
currently held by City to any such future coverage, or to City's Self-Insured Retentions
of whatever nature.
C. Cyber Liability Technology: Including Errors and Omissions with minimum limits of
$3,000,000.00 per occurrence, prior to performing services, Contractor will provide to
the owner a certificate of insurance including Cyber Security Insurance Coverage in
the event of data breach. Failure to provide said certificate or failure to maintain said
Cyber Security Insurance during Agreement's term shall constitute a material breach
of the Agreement.
DATA SECURITY: The parties agree to abide by and maintain adequate security
measures, consistent with industry standards and best practices to protect
Confidential Electronic data from unauthorize disclosure or acquisition by an
unauthorized person. These measures shall include, but are not limited to:
1. Data Encryption both at rest and in transit.
2. Strong Authentication and Appropriate Access Control for any data shares.
3. Data Classification clearly labeling the sensitivity of shared information defined as
classified or sensitive.
McKim & Creed I RFP#230139-P-AS
SUBMITTED BY:
MCKIM & CREED I CLEARWATER, FL
www mckimcreed.com
v MCKIM&CREED
ENGINEERS SURVEYORS PLANNERS
ATTACHMENT A
Proposal Pricing Form
ELECTRICAL AND INSTRUMENTATION AND CONTROL SYSTEM SERVICES
RFP No. 230139-P-AS
Include Attachment A- Proposal Pricing Form with RFP Response
Proposer will furnish goods/provide all services in accordance with the Contract
Documents for the unit prices shown below:
Estimated Annual Amount for Services Pursuant to the Solicitation:
Item
# Year Total for Year
1 Year 1 $ 340,950.00
2 Year 2 $ 351,178.50
3 Year 3 $ 361,713.86
4 Year 4 $ 372,565.27
5 Year 5 $ 383,742.23
Grand Total $ 1,810,149.85
McKim & Creed RFP#230139-P-AS
Rate Estimated Total for
Item per Hours Year 1
# Title Days/Hours Hour
Senior
1 1 Programmer M-F 7:30 a-5:00 p $ 185.00 1 300 55,500.00
Nights/Weekends or
Holidays $ 185.00 30 5,500.00
2 Programmer M-F 7:30 a-5:00 p $ 155.00 400 62,000.00
Nights/Weekends or
Holidays $ 155.00 40 6,200.00
3 Field Technician M-F 7:30 a-5:00 p $ 95.00 400 38,000.00
Nights/Weekends or
Holidays $ 130.00 40 5,200.00
4 Design Engineer M-F 7:30 a-5:00 p $ 190.00 300 57,000.00
5 Senior Engineer M-F 7:30 a-5:00 p $ 205.00 300 61,500.00
Principal / Subject
6 Matter Expert M-F 7:30 a-5:00 p $ 250.00 200 50,000.00
Grand Total $340,950.00
Repair Parts and Subconsultant Services (if necessary) Mark Up: 10 % (must
not exceed 15%)
(Back-up for materials and subconsultant costs must be included with invoices)
Senior Programmer: This classification would typically be utilized for complex or advanced
modifications and customization of the instrumentation and control system, with a focus on
software and network components, such as the creation of new programs or major updates
to control systems.
Programmer: This classification would typically be utilized for modifications and
customization of existing instrumentation and control system, with a focus on software and
network components.
Field Technician: This classification would typically be utilized for repair, modification,
troubleshooting, calibration, and installation of hardware components of the utility control
system, such as online instruments, analyzers, meters, PLCs, control panels, and other
related components of the electrical and instrumentation and control system.
McKim & Creed I RFP#230139-P-AS
Design Engineer: This classification would typically be utilized for designing, permitting,
procuring, and implementing new control systems or electrical systems and providing CAD
drawings for upgrades.
Senior Engineer: This classification would typically be utilized for designing, permitting,
procuring, and implementing new control systems or electrical systems and providing CAD
drawings for upgrades. This classification would also be used for project management or
oversight of projects and would typically be required to possess a Professional Engineer
license in the State of Florida.
Principal / Subject Matter Expert: This classification would typically be utilized for individual
team members with specific expertise, experience, and responsibility in a particular field.
This classification would also be utilized for senior managerial staff involved in the project
management or oversight of larger or more complex projects. Typical titles associated with
this level of work might include Principal Engineer/Scientist, Project Director, Group
Lead/Manager, Practice Leader, or similar roles.
OFFER SUBMITTED BY: Mike Stoup, PE I McKim & Creed, Inc. on June 13 12023
McKim & Creed I RFP#230139-P-AS