Loading...
HomeMy WebLinkAboutPR 21733: PRE-QUALIFICATION OF ELECTRICAL ENGINEERING FIRM FOR UTILITY PROJECTS ...), City of s urt rtltu � reru INTEROFFICE MEMORANDUM Date: January 26, 2021 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Donald Stanton, Interim Director of Water Utilities RE: PR 21733 —Pre-Qualification of Electrical Engineering Firm for Utility Projects Introduction: The intent of this Agenda Item is to seek City Council's approval for the Pre-Qualification of Epic Engineering, LLC of Orange, Texas for Professional Electrical Engineering Services for Utility Projects for a term of two years based on an evaluation of RFQ submittals. Utility Projects will include Wastewater Treatment Plant Improvements and SCADA (Supervisory Control and Data Acquisition) software integration, SCADA system improvements and SCADA expansion. This Pre-Qualification will be for a two (2) year term. Background: The Water Utilities Department, through the Purchasing Division and other professional City staff, have advertised for Request for Qualifications on October 2, 2020 and October 9, 2020 for professional services for upcoming Utility Operations projects. Epic Engineering, LLC was chosen out of four (4) engineering firms through our Purchasing Division's RFQ ranking process. Budget Impact: None. Recommendation: It is recommended that City Council approve PR 21733, authorizing the City Manager to negotiate contracts as needed with Epic Engineering of Orange, Texas to perform professional electrical engineering services for Utility Projects. Contracts to be submitted to City Council for approval. "Remember, we are here to serve the Citizens of Port Arthur" PR No. 21733 1/26/21 bw Page 1 of 3 RESOLUTION NO. A RESOLUTION REQUESTING CITY COUNCIL TO AUTHORIZE THE PRE-QUALIFICATION OF EPIC ENGINEERING, LLC OF ORANGE, TEXAS FOR THE PURPOSE OF PROVIDING PROFESSIONAL ELECTRICAL ENGINEERING AND SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) INTEGRATION SERVICES FOR UTILITY PROJECTS. THIS PRE-QUALIFICATION WILL BE FOR A 2 YEAR TERM. WHEREAS, the City of Port Arthur's Water Utilities Department, in its effort to maintain the Water Utilities infrastructure, has major projects underway; and, WHEREAS, in order to effectively continue the Water Utilities projects, professional electrical engineering and SCADA integration services are required for such projects, including the Wastewater Treatment Plant and Lift Station Improvements and SCADA (Supervisory Control and Data Acquisition) system improvements; and, WHEREAS, it was deemed necessary to pre-qualify engineering firm based on the evaluation of a Request for Qualification(RFQ) on an electrical engineering firm; and, WHEREAS, the City of Port Arthur, through the efforts of the Purchasing Division and other professional City staff, recommends contracting certain pre-qualified engineering firms who each have unique specialties that the staff recognizes as necessary to accomplish the work identified for professional services required for the upcoming Utilities projects for a two-year term; and, WHEREAS, the City of Port Arthur, through a pre-qualifying matrix process (see attached Exhibit "A"), deems that Epic Engineering, LLC of Orange, Texas possesses the qualifications needed to ensure that their engineering firm carries out the necessary professional engineering requirements for complex designs, including Wastewater Lift Station Rehabilitation/Repair, Wastewater Treatment Plant Improvements, and SCADA system PR No. 21733 1/26/21 bw Page 2 of 3 improvements, on behalf of the Water Utilities Department's endeavor to complete Utility Projects. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: Section 1. That the facts and opinions of the preamble are true and correct. Section 2. That the City Manager is hereby authorized to negotiate a contract with Epic Engineering of Orange, Texas to provide professional engineering services for Utility Projects when needed for projects. Section 3. That a copy of the caption of the Resolution be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED this the day of , A.D. 2021 at a meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor: Councilmembers: • NOES: Thurman"Bill"Bartie Mayor ATTEST: Sherri Bellard City Secretary PR No. 21733 1/26/21 bw Page 3 of 3 APPROVED FOR ADMINISTRATION: Ronald Burton Donald Stanton City Manager Interim Director of Water Utilities APPROVED AS TO FORM: APPROVED AS TO AVAILABILITY OF FUNDS: 4/�� kc�� Val Tizeno Kandy Daniil City Attorney Interim Director of Finance a_ LA Aid, Clifto Williams, CPPB Purchasing Manager Exhibits Are Available For Review In The City Secretary Office Or Online Exhibit A CITY OF PORT ARTHUR TEXAS Bid Tabulation Request for Qualifications Services for Software Integration of Scada System, Scada Improvements and Expansion of the Scada System Opening: November 4,2020 Bid Location: City Hall,5th floor Council Chamber P20-072 Firm Name Location ENautomation Houston,TX Epic Engineering,LLC. Orange,TX Parijat Controlware,Inc. Houston,TX HPI Energy Services Houston,TX YoGan(a BScgtom—Gowleagx 11/q/7020 Yolanda Scypion-Goudeaux,Purchasing Assistant Date \ } A / k / o - - - f ® ® W ( Z. m m m { % @ $ \ tfl k , - e f k 3 § Q 9 & & r' % k § 0 # m / \ t 2 \ / o k \ / ■ .S. C. e m ■ « S. % / e \ N ¢ • k p ? cz (N O 2 0 W \ % A c -1 z / W Q f ... R •k / $ en/ N OA co N \ \ t\ cn . m ° o a O ? ? ? 7 % 7 7 7 \ -a L. 4 a ✓ cz § / ( 0 { % k 'c c « b k o k \ % / , / W ( t k k /_ v t z 2 t Z d ) k 7 ' • & 2 7 0 / / / § % M 0 _ _3 2 / EPIC Lon A. Hubbard, P.E. Firm #F-14251 Principal Engineer THLTR141AN BARTIE,MAYOR RON BURTON CHARLOTTE MOSES,MAYOR PRO TEM City of CITY MANAGER ))4) COUNCIL MEMBERS: n rt rt h u _ SHERRI BELLARD, TRMC CAL JONES Texas CITY SECRETARY RAYMOND SCOTT JR. THOMAS KINLAW VAL TIZENO HAROLD DOUCET SR. CITY ATTORNEY KYPRINA RICHARDSON FRANK REQUEST FOR QUALIFICATIONS(RFQ) SERVICES FOR SOFTWARE INTEGRATION OF SCADA SYSTEM,SCADA SYSTEM IMPROVEMENTS &SCADA SYSTEM EXPANSION EPIC Engineering, LLC Aaron D. Gauthier 603 Dayton St. Orange,Texas 77630 409-460-3760 www.EPlCengr.com Due Date: Before 1500 on November 4, 2020 0, EPIC Table of Contents 1. Project Experience 4 2. Employees 5 3. Insurance 6 4. Ongoing Work 7 5. Project Delivery Methods 7 6. On Call Support 9 7. Training 10 8. Hardware Support Capabilities 10 Appendix 11 • Letter of Interest • Affidavit • Certifications and Licensing • Resumes of Key Personnel • Certificate of Insurance • Conflict of Interest • Non-Collusion Affidavit • House Bill 89 Verification Form • Senate Bill 252 Verification Form • Addendum One • Addendum Two 2 603 Dayton St. Orange,Texas 77630 I Phone 409-670-9393 I www.epicengr.com * EPIC November 3,2020 City of Port Arthur City Secretary 444 4th Street,4th Floor Port Arthur,Texas 77640 Reference: Request for Qualifications:Services for Software Integration of SCADA System,SCADA System Improvement&SCADA System Expansion Greetings, We are pleased to respond to the referenced RFQ with our Information and Qualifications for the City of Port Arthur SCADA System Improvement& Expansion. EPIC Engineering has designed,procured,installed,and fabricated a variety of MCCs, Power Distribution Racks, SCADA systems, and Control Buildings for both municipalities and industrial customers. We are well versed in the pre-engineering,designs,implementation,and management of projects of this nature. 3 603 Dayton St. Orange,Texas 77630 I Phone 409-670-9393 I www.epicengr.com iCi). EPIC Based on the requirements of the RFQ,please see the information requested below. 1. Project Experience a. City of Oranges Water and Wastewater,manager Timmy Cambell 409-883-1901 i. EPIC Water/Wastewater SCADA: Provides observation,control and alarming for the cities (3) water treatment plants, (5) elevated storage towers and (9) major lift station sites. All sites are remotely connected back to a central control server via cellular modems using encrypted VPN tunnels. The SCADA server is running Allen Bradley FactoryTalk SE. Each site is able to SMS text'alarm' and 'all clear' messages to the operator/manager. Operators can remotely login to the SCADA server to observe station status and alarming. All EPIC control panels utilize Allen Bradley controllers and provide a battery backup such that the SCADA will still provide instrument data and alarming in the event of a utility power loss. b. City of Port Arthur Water and Wastewater, manager Donny Stanton 409-983-8556 i. EPIC Water/Wastewater SCADA: Provides observation,control and alarming for the city's water distribution to Cheniere Energy.Consisting of an elevated storage tower containing(4) VFD driven booster pumps and a remote metering station capturing pressure and flow data and providing (4) more VFD driven booster pumps. All sites are remotely connected back to a central control server via cellular modems using encrypted VPN tunnels. The SCADA server is running Allen Bradley FactoryTalk SE. Each site is able to SMS text 'alarm' and 'all clear' messages to the operator/manager. All EPIC control panels utilize Allen Bradley controllers and provide a battery backup such that the SCADA will still provide instrument data and alarming in the event of a utility power loss. c. Similar Experience for a variety of sites with water and wastewater systems,controls, power service,equipment selection,and installation and SCADA systems i. City of Port Arthur Hurricane Harvey Lift Station Study and Damage Assessment Survey--Significant flooding occurred at Lift Stations across the City of Port Arthur. EPIC Engineering provided a team to visit,assess,and report the finding of the damage incurred.Additionally, EPIC provided the City with a detailed engineering report that ranked the sites and provided information on the systems damaged due to flood waters and rain. ii. City of Port Neches Wastewater Treatment Plant Electrical Upgrade--• Fully redesigned and upgraded electrical plan and service iii. City of Nederland water treatment plant controls and SCADA system design and installation iv. City of Lumberton New WWTP PLC Control system design and implementation v. City of Orange Wastewater Treatment Plant Improvements Phase I vi. City of Orange Wastewater Treatment Plant Improvements Phase 2A and 2B vii. City of Beaumont—River Side Park Splash Pad Electrical Design viii. Pleasure Island Valero Dock—Electrical power distribution and site wide lighting Design and construction and installation of PLC Cabinets and instrumentation integration ix. Valero Terminals—State-wide Arc Flash Studies 4 603 Dayton St. Orange,Texas 77630 I Phone 409-670-9393 I www.epicengr.com 0 gpic 2. Employees a. Lon A. Hubbard,P.E. • Owner/Founder and principle engineer of EPIC Engineering • Electrical Engineering degree from Lamar University 1980 • Registered professional electrical engineer in the State of Texas. • Forty years of experience in all areas of electrical power instrumentation and control. • Master Electrician in the state of Texas • Started EPIC Engineering in 2012 b. Chris Hamilton • Lead engineer for EPIC industrial projects • Electrical Engineering degree from Lamar University 2000 • Twenty years of electrical power instrumentation and controls experience • Proficient in design, programming, integration and service • Started work for EPIC Engineering in 2013 c. Aaron D. Gauthier • Lead engineer for EPIC municipal projects • US Army Infantry,Afghanistan war veteran • Chemical Engineering degree from Lamar University 2017 • Five years of electrical power instrumentation and controls experience • Proficient in design, programming, integration and service • Started work for EPIC Engineering in 2015 d. Greg Grim • Electrician and electrical designer • IBEW trained electrician 1986 • Forty years of electrical experience • Proficient in design and service • Started work for EPIC Engineering in 2014 e. Matthew Richter • Electrical technician • IBEW trained electrician 2012 • Ten years of electrical experience • Proficient in programming,fabrication and service • Started work for EPIC Engineering in 2015 f. Ellison Beezley • Drafter • Ten years of drafting experience • Started work for EPIC Engineering in 2016 5 603 Dayton St. Orange,Texas 77630 I Phone 409-670-9393 I www.epicengr.com eo EPIC 3. Insurance Certificate of Insurance is also attached in the Appendix portion of the SoQ. Av d CERTIFICATE OF LIABILITY INSURANCE OWE »11/3/2020 THIS CERTFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND.EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER.AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder is an ADDITIONAL NSURED.the policy(ies)mist have ADDITIONAL INSURED provisions or be endorsed_ If SUBROGATION IS WANED.subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PIIOC3CB1 CU Tina Lawrence Ra W AmoOatee,LLC Q0a:Beaty Insurance Agency (4091006-1351 Est 320 1 I .NN_ (409)962-0331 P.0.80t 3259 4e. Ina0oeaiylrtilrance.COnl 3410 Lulctier Or-77632) NEIAEEN A►+onaMO OOVERAOE NA10e Orange TX 71631 NAREAA Inman HaibOf lraurance Company WWI SOURED NtUREt/; AmGUARO Insurance Company A•,.rr Epic Engineering,LLC NNa1ac. ML Hawley Insrance Company 17974 Epic Automation,LLC Neurtmo. TEEM UMW iricuianoeCo. 2.91s 603 Dayton Intim E: unoewrteil E LA)yos,Lo1100n 122727 Orange TX 77630 NEMERF- COVERAGES CERTIFICATE NUMBER: CL2031603674 REVISION NUMBER: THIS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED ID THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDXJITED.NOTWITHSTANDING ANY REOL9 EMENT,TERM OR CONIXT1ON Of MY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WNIC7H THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TOALL THE TEEMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LOB TYPE of O1tllnAee:E .11.1.2019, W PLUCT was N!O WVO POIJCY NIER erTOL16/o firm erecorrrm llffl X 130WECAL OEi ALUOBLITY EACH OCCURRENCE a 1,000000 uwI �v RNlry 100,000 CW 16�,1AOE OCCUt Pg1AlF8 rE!Aulrlrrll i ,� WO OLP(Mraneya,a„ 15.000 A 6000000601S 10/11)2020 10/112021 PERAOMLiAVY NwrAV 1,000.000 0BM- AOOIEMTE IYaft,APPUCN PER OQN6lAL r00RFOATF a 2.000.000 RPOLICY❑,.o n LOC ileOQICTB-CCAINVP AOO i 2.000-DO13 AUmeoeaa LABILITY =ammoGENERA Liar f 1.000.000 ANY Aura 9CO1_Y INJURY Par Wean i B x AUTOS oLY X-QAEO EPAU050111 10(11/2020 10/11/2021 scout 04Am(OA✓m'1eo i x�ar&Y X C n WrAr1oE UnAIEI1e6)Unoeln tired i 1,000.000 X ieeeea IAUAI < ooctn EApiooaAaerc i 5,000.000 C enceisu,a a,M/4e4. EMX0327333 10/112/320 10/11/2021 AmREMTE i 5,000.000 OW I I REIEiT10N i 0414. AND�10r9tf UA EITY Yf N 1°e�cnJiti I IEP e�L.�E ,000.000 O OPF�FJICUDED•d1t1VE ❑H MIA 0002011666 O31152020 03/152021 ,IL E16rACCDEM r genedvY M 1M EL OMENS-EA EMRDYFE i (.000,000 Wm Malta Ve w manna IA 1.000.000 Ce/0e/r101 CC OPEPATIONI6dae I.I. E-POUCYUT ! EA II Clem SIAM= E Praesolr Lowly 81115N194083-20 ISO 12020 10/11/2021 Ae7C1� 41.000,003 ceaOMHION OF 0PINA1ONe fLOCATOR!VENICLE*(ACORD lei,ealbonal WAWA er.terA A'd delrW a MOO woo Is none" CERTIFICATE HOLDER CANCELLATION SHOULD ANY Of THE ABOVE DESCRIBED POUCIEI BE CANCEL')BEFORE City of Port Arthur THE EXPIRATION DATE THEREOF.NOTICE WILL BE DELIVERED IN ACCORDANCE weTH THE POLICY PROVISIONS. AOI ORCED R6NESBISITYTIE i Tina Lawrence 1 O 190 420151PCORD CORPORATION Al rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 6 603 Dayton St. Orange,Texas 77630 I Phone 409-670-9393 I www.epicengr.com 41:+:). EPIC 4. On-going Municipal work • City of Beaumont o Harvey damage(13) lift station repair/mitigation • City of Port Arthur o Harvey damage(11) lift station repair/mitigation • City of Orange o EPIC Water/Wastewater SCADA Service o WWTP SCADA conversion and improvement • City of Kirbyville o Water System SCADA o Elizabeth water plant electrical design 5. Project Delivery Methods Phase 1:Exploration/Planning Phase 2:Design Phase 3:Procurement/Fabrication Phase 4:Execution/Integration Phase 5:Observe/Assess/Service EPIC Engineering will perform and feasibility study, helping the City reach a conclusion on which option is the most logical, economically efficient, and sound of design for the project. EPIC Engineering has performed similar projects for customers and must evaluate all their options for the long-term nature of municipal projects. We take great pride in partnering with our customers and providing solutions that optimize the project and its vision. Project communication is of the utmost importance to EPIC Engineering. The frequency of project meetings will be dictated by the pace of the project and will be conducted as often as needed.Our engineers are available 24/7 via cellular phone. All design,fabrication, programming and integration done by EPIC Engineering adheres to TCEQ and NFPA regulations. 7 603 Dayton St. Orange,Texas 77630 I Phone 409-670-9393 I www.epicengr.com Guc 6. On-Call Municipal utility works are the backbone of any city and it is one of the main goals of EPIC Engineering to provide the best service and support possible. EPIC Engineering offers annual service contracts tailored to the City's needs. That will provide 24/7 call support as well as quick response times to emergency situations. .., a x ., \.�., f' Vidcr l® '- i Pmehurst _ Rose C,ty rvt 9 Beaumont tirt • .._ r r "` Orangef,eld • t "00(.... ..:C_is..,-0) �` q 9[► A), Br;.+"Oily .1r jam, . # ., 1 25 min Central ,f Gardens Port Neches tit !miles #. s Nederland ` a, , V i terbo II r Groves r Port Arthur Independent V ,� At7 S✓ i , School District _5 fib?�-- La Belle;_.,Ttt — ~ ' J"-G • Port Arth i -.. ' a w ' . Taylor` Landing � I 6 ' r Port r .` hur Big Hill Bayou,w ., ` t . a Wildlife ,= r 4. Maii�gemen L- Area. Wildliip,rw - 8 603 Dayton St. Orange,Texas 77630 I Phone 409-670-9393 I www.epicengr.com e• EPIC 7. Training All operators and managers will be part of the design of the human-machine interface(HMI)portion of the project. Looks and functionality will be openly discussed such that when it comes to training the City personnel will already be familiar with the HMI screens. Once the EPIC Water/Wastewater SCADA is live, we will conduct a formal training walk through of the system with appropriate personnel.We understand that'the learning is in the doing' and expect there to be needed insight or functionality adjustments as the operators learn the system, and EPIC will provide close support during this learning period. 8. Hardware Support Capabilities Each of our systems is custom tailored to the client and as standard operating procedures and regulations change the system must be adapted to those needs.Which is why EPIC Engineering offers annual support contracts that provide ongoing support, training, firmware and security upgrades. This also allows EPIC Engineering the ability to provide ongoing insight to the City for proactively upgrading their assets. Thank you for the opportunity to respond to this inquiry. Respectfully submitted, I � � EPIC Engineering Lon A. Hubbard,P.E. Principal Engineer 9 603 Dayton St. Orange,Texas 77630 ( Phone 409-670-9393 ) www.epicengr.com e• EPIC Appendix io 603 Dayton St. Orange,Texas 77630 I Phone 409-670-9393 I www.epicengr.com THURMAN BARTIE,MAYOR RON BURTON CHARLOTTE MOSES,MAYOR PRO TEM City.of CITY MANAGER COUNCIL MEMBERS: u r 1 r t h uu r`�— SHERRI BELLARD, TRMC CAL JONES Terns CITY SECRETARY RAYMOND SCOTT JR THOMAS KINLAW VAL TIZENO HAROLD DOUCET SR CITY ATTORNEY KAPRINA RICHARDSON FRANK OCTOBER 4,2020 REQUEST FOR QUALIFICATIONS (RFQ) SERVICES FOR SOFTWARE INTEGRATION OF SCADA SYSTEM, SCADA SYSTEM IMPROVEMENTS & SCADA SYSTEM EXPANSION DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, October 21, 2020. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15p.m. on Wednesday, October 21, 2020 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P20-072 DELIVERY ADDRESS: Please submit one (1) original and three (3) exact duplicate copies of your RFQ to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning this Request for Qualifications and Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@portarthurtx.gov The enclosed Request for Qualifications(RFQ)and accompanying General Instructions are for your convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur. Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL QUALIFICATIONS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFQ submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager 2 REQUEST FOR QUALIFICATIONS (RFQ) SERVICES FOR SOFTWARE INTEGRATION OF SCADA SYSTEM,SCADA SYSTEM IMPROVEMENTS & SCADA SYSTEM EXPANSION (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State,Zip Code: Date: 3 CITY OF PORT ARTHUR SERVICES FOR SOFTWARE INTEGRATION OF SCADA SYSTEM,SCADA SYSTEM IMPROVEMENTS & SCADA SYSTEM EXPANSION Project Overview The City of Port Arthur, Texas is issuing this Request for Qualifications (RFQ) for professional services related to software integration (SI) for Supervisory Control and Data Acquisition (SCADA) system improvements for their municipal water and wastewater collection systems, and possibly for future projects. The scope of work for the upcoming project includes professional programming services for all existing and new programmable logic controllers (PLCs), human-machine interfaces (HMI's) and SCADA PC-computer terminals associated with the project, supply of field RTU's . The work may also extend to programming of other equipment such as variable frequency drives, etc., as well as facilitating the functionality of the communications system further described herein. It is anticipated that the successful SI firm will be retained directly by the City under a professional services agreement for the scope of work outlined further below. Project Background The City is seeking to upgrade and standardize the SCADA system hardware and software at the wastewater treatment plant. Objectives of the project also include achieving state of the art system reliability and functionality, management and storage of historic data, report generation, and related tasks. Scope of Services Scope of services for the Software Integrator will include programming for existing and new PLC's, HMI's and SCADA PC's throughout the system. All existing PLC's in place, will require evaluation and possible re-programming to new project standards. All new PLC's must be non-proprietary and readily available. SCADA system communications will need to be evaluated to determine best option for the reliability and longevity of the system. In developing updated software for the SCADA system PC's and PLC's,the Software Integrator will be expected to provide software development consistent with operational descriptions provided by the City, and work with the City's IT department to coordinate server and system security and accessibility. The system will be non-proprietary, fully open and accessible to the City. Input by the Software Integrator concerning operational functionality, appearance of the interface screens and the like will be welcomed. However, the actual functionality and screen development will be as required by the City. The work will also include management and storage of historic data, report generation, and related tasks. 4 Project Objectives The project objectives include, but are not necessarily limited to the following: • A new SCADA system with a single, unified platform across all sites which provides reliable operation of water/wastewater collection, delivery and treatment. • Standardized programming for each element of the project, and programming methods that emphasize standardization, modularity, and simplicity. • Full documentation, such that the programming is not reliant upon a single individual programmer or organization. • Thorough training of City staff. • Thorough system support, including robust"on-call"response. Minimum Qualifications Requirements In their qualifications response, proposing Software Integrator firms will submit, and be evaluated on a points system, according to the following criteria outlined below. Firms with higher rankings will then be selected for an interview short-list for further evaluation by the City. 1. The Software Integrator firm will have configured, furnished, provided software development services, and started-up for a successful governmental SCADA system(s) of similar or greater complexity for water and/or wastewater systems in the state of Texas within the last 2 years. The system(s) presented for these criteria need not have been constructed all at once; however, have been completely installed by the proposer. The systems shall be operational. Provide the following information to demonstrate that the proposer's cited system(s) have similar size and complexity to the proposed SCADA system: a. The project must be for a governmental organization, and the name of the governmental organization must be provided. Provide the Owner's representative's name, title, and phone number. b. Provide general description of the project, including number and type of site(s), data telemetry types, as well as the software packages used. c. To be considered, project(s) should be configured using non-proprietary, readily available type. -- i.e. Allen Bradley\ d. Related experience on smaller projects: For those projects most similar to the SCADA project, regardless of size, provide a project description, number of sites and software used, and the name of the candidate's project manager for the project. In addition, provide the name of the project, the name of the Owner, and the name and telephone number of the Owner's representative 5 2. The candidate firm shall provide the following information regarding personnel: a. The names and titles of employees of the candidate in the local office that will be used for this project. Provide resumes for each of the employees who will be directly involved with the project in a technical capacity. b. Provide hourly rates that the proposer will provide for this project, including premium time multipliers, for the employees as outlined above. c. The number of years that each employee in the local office has been an employee of the candidate. Local office is the office closest to the City. d. Identify the names of the full-time service personnel in the local office. 3. The candidate shall provide a certificate of general liability for not less than $1,000,000. In addition, provide certificate indicating that the candidate carries at least $1,000,000 of professional errors and omissions liability insurance. 4. The candidate shall provide a list of on-going work. 5. Provide a description of the candidate's project management, project communications, and programming standards. Firms invited to interview will be asked to present a live demo from one of these project examples, to be determined in consultation with the City. 6. The candidate shall describe their "on call" system to handle SCADA system operational issues which may arise during normal operation, including a description of approach to emergency and after-hours calls. Candidate must be within a reasonable service range; i.e. 250 miles. 7. The candidate shall describe their training methods and procedures in the training of the city's personnel in operation and maintenance of the system. 8. Indicate whether the candidate has the ability to take over support of the system hardware at a future date, and if so information regarding the candidate's support personnel with regard to this aspect. 6 The candidate will be evaluated with regard to each item according to the following point system: Item No.: Possible Evaluated according to: Points: Item 1 — Project 20 Size of the project, responsiveness of the candidate and Experience system performance, per interviews with system owners. Item 2—Employees 20 Number of employees and the time of service to the candidate Item 3 — Insurance Pass/fail Ability to demonstrate insurance threshold met Item 4 — Ongoing 10 Available capacity of the candidate over the Work project time period Item 5 — Project 20 Demonstration of project management standards and Delivery Methods programming standards Item 6—On-Call 10 Quality of on-call response system Item 7—Training 10 Quality of training procedures Item 8 — Hardware 10 Ability of candidate to take on hardware support for the Support Capabilities project at some future date Submittal Content and Format The qualifications response shall include the following information: 1. Firm Information Provide candidate's firm name, address, description, firm history, and any other relevant information. Identify if any sub-consultants or contract employees are proposed for the project. If so, provide complete information on their role, responsibilities, and ongoing contractual relationship for support of the project. 2. Relevant Experience: All information as specified in the previous section. 3. Project Delivery Process: Include a discussion of the proposer's project management, programming procedures including documentation, communications, testing and startup, and training processes. 4. Team Bios: Include all main employee bios as specified in the previous section who will be working on the project through startup. It is the City's expectation that the successful candidate will have at least two programmers engaged in the project to a sufficient degree that both are well versed in its intricacies. These employees shall be 7 identified, and shall not be changed from proposal to design without approval by the City. 5. Signature: an officer of the company shall provide their signature at the conclusion the qualifications response, representing that the submitted information is complete and true, and that company is committed to fulfilling the responsibilities for a complete and operational SCADA software system if selected for the project. The qualifications response should be concise and limited to a maximum of 40 — 8.5" x 11" pages with a font size no smaller than 11-point. The cover, cover letter, and table of contents are to be included in the total page count. The City of Port Arthur requires comprehensive responses to every section within this RFQ. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and will result in disqualification. To facilitate the review of the responses, Firms shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Vendors with regard to content, but to assure that the specific requirements set forth in this RFQ are addressed in a uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the proposal. It is requested that proposals be limited to no more than 50 pares, excluding resumes. All pages of the proposal must be numbered and the proposal must contain an organized, paginated table of contents corresponding to the sections and pages of the proposal. Page 8 of 20 LETTER OF INTEREST RFQ—SERVICES FOR SOFTWARE INTEGRATION OF SCADA SYSTEM,SCADA SYSTEM IMPROVEMENTS& SCADA SYSTEM EXPANSION DEADLINE: OCTOBER 21,2020 The undersigned firm submits the following information (this RFQ submittal) in response to the Request for Qualifications (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to supply the above referenced services. Enclosed, and by this reference incorporated herein and made a part of this RFQ,are the following: ❖ Completed RFQ Letter of Interest Form ❖ Completed Affidavit ❖ Completed Conflict of Interest Form • Completed Non-Collusion Affidavit ❖ I-lB 89 • SB 252 Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFQ and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFQ. Firm accepts all terms of the RFQ submittal process by signing this letter of interest and making the RFQ submittal. This RFQ shall be governed by and construed in all respects according to the laws of the State of Texas. EPIC') , LLC 1011 6)0 Firm Name ) date Ef',hu. Authorize ignature Title Ar L� Gai Mc 4,9-6-46-cueu Name(please print) Telephone Gotten,law4+er6idetey co.n Email 1 Page 9 of 20 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: i hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. EPlc Enc�,i+er.,w , LL( ��/5402 Firm Name) ) Date irtgato Authorized Signature Title AA con D. C7a0A,4— -(a'70-9393 Name(please print) Telephone ) Email STATE: �t --ul� COUNTY: U‘(aNk SUBSCRIBED AND SWORN to before me by the above named k}(t 1a u te'r on this the day of &C \nt,{ ,20 VA . I O./pit-6k) tary ublic . �•�': RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL • S'- 1" C7 \ Page 10 of 20 „ 'r11� ♦ t • t• • ♦ •ts�• •� •♦t♦• �i�y` ♦♦♦I••y':� ♦ •t• �:�L•V t♦4 00## if r.`- ,,,.;x ,s. p., .♦ 1�►,e •�„l1/1,, ,,.11// ,+- °S,1'IH,,, ,�. , e f r, ,,.c 1 , t %i ki10 ) %i/0 ) klIP , 1 'v Y"'''” '!9' 4i; .' i0 , "'.�." ! .h. 6 N.`,t4 . 5 ? °` s` ` 'C n � ,. ( . __ i tom: �, h. F f' '$ ,,Ii;•:i 1:: 0 .'''.\')' ;, ;Z� , mi 711: , �� �. W v, p Cl.) ' 4::e.(1':''''()j: N 0.14.,........ : g Cu cy , .:".11440.1101 .l; T V1 r r . Ii :r Oi� v i��, .+ © r•� TIO3 W -ft•: -1© ,.:1117 %LA', 1: 7:, C CI CI W '© 17 CA C1.1 a► "d IY. 4,.•• 4 1..1 w Cr ♦� Clik Z Jl �t is �y N �. vl.' j� .<,' = 0 OC N r -� b Ci '++ I# /' 1 II Q '``b + NCI I ; f •_ 1 I. Jpa �V ,tj" tI. . Z '.+ ,' Yf74.5. i'.\ .. 1 , y '"' ny ,' rat ,4 i r r a) N a) coce) U.1 gi) c > 0)M "MI' Ti" Ca C Ict F- (%#) OC W CO O r'� Q c6 • • Q m cU • • m OC E .. .../ a x 4q2 2 z0 '&5 W O 2 "V Cl) r 9* ' c < cn i Z o.) _ .III 0 0 rf) ,..:aor,„,..j Li5 t —al 3 i- rdih‘' ;Lim' t I a wx�A z 0 I- 5 D C. w CC 0 o va, CDco ,f Z p o s . (f) t. 4 • Z _. IX � l.) C r y -J m: 0 b C) O rr ' a v v' Li_ C Ca3 0 CO a� S f 5 .._ z, +� ,3 • �-- a w a i -r — .� J !:;...n C O ' ar ?1'''' e aU g C o a` — i Q Yz y el r u q 'I s a J L.) o W W w W as Ca v LS 5 U) O E .t .1 X Q C a A 3 ,!j W cc 4, t F-- _ r oC s:• �_ = at:a MCti IMMO W. W O if 4, VIZ; t= atV" W Li EPIC Eng;nerr,n9 Lon A. Hubbard, P.E. 603 Dayton St.Orange Texas 77630 409-267-1 149 lon.hubbard@epicengr.com Summary of Experience and Related Skills Registered Professional Engineer TX #64363 Registered Master Electrician TX#43715 Registered Fire Alarm Planning Superintendent Texas Education: Bridge City High School Bridge City Texas-1977 High School Graduate Lamar University Beaumont Texas-1980 Graduate BSEE Experience Principal Engineer EPIC Engineering,LLC,Orange,Texas April 2012-Present Owner and Principal Electrical Professional Engineer for EPIC Engineering We are a small Engineering firm focused solely on the Instrument Electrical Controls Engineering and Design Business for industry and municipalities.As EPIC Engineering we have completed several significant projects. • Jefferson Energy Company-Beaumont Rail Transload Facility at the Port of Beaumont in Orange County We were responsible for the complete concept and detail design for a new 1000 car rail Transload Facility.The facility is designed to accommodate 1000 petroleum railcars that are gravity drained.Crude is transported direct to barge, ship,and pipeline or to on-site storage tanks.Our scope of work for the design included site HV power distribution,low voltage power distribution,PLC control system design and specifications of all field instrumentation and development of area classification drawings. • Pleasure Island Dock Partners-(A JV of Valero,TGS and Vito!)A new ship unloading facility on Pleasure Island in Port Arthur,Texas We were responsible for the complete detail design of the onshore facilities for the new ship dock.Our scope of work included the main HV substation design (3MVA)HV power distribution to and on the site,MV power distribution design and LV power distribution design.Design of a new 20X48 Modular Power and Control Center(PCC),business and process control network design,Site lighting design,design of three PLC cabinets,site security camera/card access system design and development of site hazardous location plans.The onshore facilities consist of the main substation feeding the PCC.MV power distribution switchgear feeding the two mainline 5kv pipeline pumps and the 5kv feeder to the main ship dock. • Valero Terminaling and Distribution Company Lucas Terminal-Valve Station 112 and 200 on 30"Crude line running from Lucas Terminal to the Port Arthur Refinery Our scope of work for each site was to develop the site/plot plan of the existing facility,develop Hazardous location plans and details,as built existing power rack,wiring,grounding,PLC cabinet drawings and facility start up/commissioning. Lucas Terminal-West Tank Farm Substation 100,200,300&400 Our scope of work for this project is to engineer and design the upgrade of four existing 2.4KV substation that serve various loads in the West tank farm.We are responsible to provide surveying to develop plot plans,survey and as built existing conditions,perform load calculations and modeling of the power system in the tank farm,specify and procure new pad mount close coupled 2.4KV-480V substations,design new grounding at each substation,prepare complete construction bid package,solicit proposals for construction on owner's behalf,construction supervision of owner's contractor and final cutover supervision. • Valero Terminaling and Distribution Company Childress Pump Station Childress Texas-New Greenfield Crude Oil Pump Station Our scope of work for each site was to develop the site/plot plan of the existing facility,develop Hazardous location plans and details,as built existing power rack,wiring,grounding,SCADA/PLC cabinet drawings,Programming and configuration of SCAD system and facility start up. Wynnewood Pipeline Davis OK-West Tank Farm Substation 100,200,300&400 Valve Station 4 and 4 on 12"Product line running from Ardmore Terminal to the Little Rock AK Our scope of work for each site was to develop the site/plot plan of the existing facility,develop Hazardous location plans and details,design new power and control,wiring,grounding,PLC/SCAD System design drawings and programming and facility start up/commissioning. • City of Orange-WWTP Upgrades Provided engineering and design services for the 2013 minor maintenance upgrades at the Jackson Street WWTP. • Jackson Street WWTP for the city of Orange constructed in 1996.We oversaw construction and implementation of the PLC control system and instrumentation. • City of Nederland water treatment plant controls and SCADA system design and installation • City of Kountze Water System SCADA System design and implementation • City of Lumberton New WWTP PLC Control system design and implementation et,.EPIC • WCID#2 City of West Orange WWTP Improvements • City of Orange WWTP improvements Phase I • City of Orange WWTP Improvements Phase 2A and 2B • City of Port Arthur-Port Acres WWTP Improvements • City of Port Arthur EST-New Elevated Storage Tank on Terminal Road • City of Port Arthur PI-Metering-New Metering Station for Cheniere Energy Potable Water Supply • City of Orange RichardWP-New Grassroots Ground water production plant with EST a Richards Street near 110 E-Detail I&E+SCADA engineering and detail design for SPI.Furnish Install and commission new SCADA PLC and New Allen Bradley Factory Talk HIMI for the City of Orange • City of Orange LInkWP-Existing Link Street Ground water production plant with EST-Detail I&E+SCADA engineering and detail design for SPI.Furnish Install and commission new SCADA PLC and New Allen Bradley Factory Talk HIMI for the City of Orange • City of Orange-Four Major Feeder lift stations design of new controls and PLC cabinet,field installation and start up and commissioning and integration to existing HMI at the WWTP control Room • City of Port Neches WWTP-SPI-Existing out of date plant.Detail engineering and design of the entire electrical system in a new plant modernization bond program.Included with the design is a complete facility Arc Flash Study. • City of Port Arthur Sabine Pass Automation-Detail design of new SCADA panel and integration to existing HMI for two pump stations and one stand pipe location.We provided to the city detail design cabinet fabrication programming graphics and commissioning. • City of Beaumont WWTP new Belt Press addition at WWTP Senior Vice President Englobal US-Systems Group,Houston Texas October 2007-Present April2012 Senior Vice President and General Operations manager for Englobal Systems in Houston Texas. • We designed and built a new 85K square foot,2 million dollar facility with overhead cranes for the fabrication of modular RIE,Power and analytical buildings.Through successful marketing and sales we more than doubled the annual volume from an average of 20million revenue at 8%gross to more than 44 million revenue at an average of 17.5%gross. • In May 2011 I departed the operations management and SR Vice president's role in January 2012 and took a Project manager/Project Engineering role with Englobal in Beaumont.While I was in this position I was the project engineer and project manager for two major projects. EPIC Valero Terminaling and Distribution-Sunray Pump Station I led the electrical design team on this new Pipeline pump station located in the Texas Panhandle,designed and engineered new substation,new modular power distribution and control building,new PLC control system,specified field instruments and start up. Various Texas Pump Stations I provided power and control consulting to the pipeline group for Valero on many different pump stations,truck loading and unloading racks and facilities. Lubrizol Chemical Company-New Solvents and Lube Storage Tank Farm I led the multidiscipline design team as the project engineer/project manager for this new bulk solvent/lubricant storage facility to be constructed in Deer Park Texas.TIC Value of the project was 33 million dollars and the engineering contract was valued at 5.5 million dollars.All engineering and design was completed on time and on budget. Senior Project Manager Major Projects Honeywell International-Control Systems Houston Texas May 1997-October 2007 I joined Honeywell International in In May 1997 as a Senior Project Manager.My focus was on larger projects and programs with major customers that supplied LSTK packages for facility control system upgrades.The projects I handled all included initial concept definition,initial estimates for engineering,design,construction,hardware and system services.Upon final negotiations and award it was my responsibility to assemble the team { and complete the project on time and on budget.I handled projects for many different major global energy and chemical companies ranging from 3 million to 75 million dollars in total installed cost.Example projects: • Basell-Laporte TX This was a two year program to modernize the old DCS and SIS systems in the LA Porte facility.Total value of the engineering,design,hardware services and construction was 21 million dollars.All work was completed on time or ahead of schedule which allowed the company to earn a 150K bonus on each unit based on early completion. • Valero refining Port Arthur,Texas This was a two year program to modernize old DCS and SIS Systems for four units at the Port Arthur refinery.Total value of the engineering,design,hardware services and construction was 14.5 million dollars.All work was completed on time and on budget. • Conoco Phillips Alliance Refinery-Belle Chase Louisiana This was a four year program to modernize old DCS and SIS Systems for this 400K BBL refinery.Total value of the engineering,design,hardware services and construction was 62.5 million dollars.All work was completed.We suffered budget and schedule overruns due to flooding of the refinery by Hurricane Katrina. GE?IC �. Senior Project Manager Petrocon Inc-Beaumont,Texas January 1989 to May 1997 During my tenure at Petrocon I had many different jobs inside of the company.I started at the company as an Electrical Project Engineer.I was assigned to the Mobil Oil Refinery DCS upgrade project at the Beaumont refinery.I was responsible for the engineering and design package to upgrade the Isomerization Unit to Honeywell TDC 2000 equipment from Westinghouse electronic instrumentation.This was done while the unit was up and running. In early 2001 I was assigned to the Mobil Chemical Plant wide DCS upgrade project.I managed a team of over 100 professional I&E design personnel and engineers.The project was valued at 250 million dollars and was completed on time and on budget. At the completion of the Mobil Chemical project,I was assigned as Engineering manager at the Saudi Arabia affiliate of Petrocon.I moved with my family to Al Khobar Saudi Arabia and stayed there for 18 months working as in Kingdom Engineering Manager overseeing more than 1000 design professionals in Kingdom. Upon return from Saudi in I was President and Operations manager for Petrocon Systems in Beaumont.I had total responsibility for this system integration business.We designed and built DCS and PLC panels,modular RIE,Power distribution and analytical buildings. This business went on to become Englobal Systems. Plant Electrical Engineer American Petrofina-Port Arthur,Texas May 1986 to January 1989 I worked at American Petrofina refinery in Port Arthur as a plant Electrical Engineer.I was responsible for day to day support of the maintenance electrical and instrumentation department. I was also responsible to support capital projects for the capital projects department. Estimator,Project Manager and Project Engineer Hubbard Electric Company,Texas May 1977 to May 1986 Hubbard Electric was a family run business located in Bridge City Texas.I spent most of my life working around the shop and on project sites learning all about the electrical construction business.Through the years I progressed through estimating,project management detail design,and labor and material management. EPIC John(Chris)Hamilton 4755 Dellwood Ln Beaumont,Tx 77706 409-651-4487 chris.hamilton@epicengr.com Summary of Experience and Related Skills • Five years of experience developing and supporting computer models to simulate large scale power system networks. • Experienced in software development and distribution in multiple programming languages including; C/C++,Visual Basic,Fortran,and Perl. • Proficient in PLC programming in multiple logic environments including RSLogix 5000,RSLogix 500, Connected Component Workbench,and GE Proficy. • Proficient in SCADA HMI software with a focus on FactoryTalk. Education Bachelor of Science Degree in Electrical Engineering Lamar University Beaumont,TX Employment History Engineer EPIC Engineering Orange,TX I 1/2014-Present • Detail design engineering on medium voltage power systems for industrial pumps and compressors • Development of Autocad drawings for power system proposal and construction • Develop and maintain SKM Power Tools models for electrical analysis. • Detail design engineering for instrumentation and controls • Develop instrument datasheets • RTU and PLC panel design • PLC programming,OMNI Flow computer programing, programing and configuration management on various field devices such as Multilin and SEL Relays. • Facilitate project meetings • SCADA integration support • SCADA HMI Development • SCADA communication network design and deployment • Commissioning and field support Performed above tasks for industrial customers and municipal customers • Valero Energy Terminals and Distribution • Energy Transfer Company • City Of Orange • City Of Port Arthur • City Of Port Neches { Transmission EMS Surx ortt Enaineer I Entergy Beaumont,TX 6/2000-2/2005 • Developed and supported software related to Entergy's real-time Energy Management System,which included: • Supervisor Control and Data Acquisition(SCADA) • Economic and network constrained generation dispatch • Developed and supported software and models related to Entergy's power system network analysis, which included: • Real-time state estimation • Real-time contingency analysis • Load flow analysis ) • Transmission capacity analysis • Acquired an extensive knowledge of Alstom ESCA's eTerra software platforms:Habitat,EMP,and SMP. Wet Chemistry Analyst/Comouter and Software Analyst Earth Analytical Sciences Beaumont,TX 1997-2000 • Performed multiple EPA and Standard Methods Wet Chemistry Analysis. • Installed and maintained a small scale LAN. • Installed,maintained,and supported a small scale Laboratory Information Management System. AARON D.GAUTHIER 603 Dayton St Orange,TX 77630 (409)460-3760 aaron.gauthier4epicengr.com Summary of Experience and Related Skills • Served four years in US Army Infantry.Afghanistan combat veteran,medically retired • Five years of engineering experience working on industrial oil/gas and municipal water/wastewater projects. • Proficient in PLC programming in multiple logic environments including RSLogix 500/5000,Connected Components Workbench,and GE Proficy • VTScada Certified Solutions Provider and proficient with Allen Bradley FactoryTalk Education Lamar University,Beaumont Bachelors of Science,Chemical Engineering(GPA:3.8161 Minor in Chemistry(GPA:4.0) Graduation-13May2017 • • Awards:Senior Design Project First-place in Chemical Engineering Department(8 teams) Grand Champion out of all Engineering Departments(44 teams) EMPLOYMENT HISTORY Engineer EPIC Engineering,Orange,Tx November 2015-Present • Detailed design engineering on power/control systems for municipal pump stations and treatment plants. • Development of AutoCAD drawings for power/control system proposal and construction • Project management and facilitating of project meetings • Control panel design/fabrication/programming • SCADA design/integration/support • Communications network design/integration • Security cyber/physical • Commissioning and field support • Performed above tasks for industrial and municipal customers: • • • • Valero Energy Terminals and Distribution • City of Orange • City of Port Arthur • • City of Beaumont • LNVA • • City of Galveston • City of Kirbyville • GM-Water Hemphill WCID#2 West Orange • Owner Redgoat,Houston,Tx October 2011-Present Business consultation and innovation. Database administration (DBA)with experience in;designing,coding,testing,supporting,and backing-up database solutions-Intuit Quickbase,Excel,Quickbooks,Microsoft Visual Studios. Marketing strategies:online(google placement/adwords),site development,yellowpage ad design,social media,and client review management. Military { U.S.Army Infantry October 2007-September 2011 Led four-man fire team in combat(Afghanistan)and garrison operations for seven months.Set up and ran numerous Tactical Operation Commands(TOC) for combat missions and NATO training.Planned and conducted training for thousands of American and foreign soldiers from all 28 NATO nations. Extensively trained Afghan National Army and Afghan National Police in combat operations,physical security,tactical competence,and advanced rifle marksmanship. { { { ) iI ) ,ACORL CERTIFICATE OF LIABILITY INSURANCE DATE{MMiDDMlYY) %km./ 11/3/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Tina Lawrence NAME; R&WAssociates,LLC dba. Beaty Insurance Agency `PHONE (409)386-1351 Ext.328 FAX (409)882-003' P.O.Box 3259 E.MA v)Lv EYt)tina(beat insurarce corn (Arc.No). ADDRESS: y (3410 Lutcher Dr-77632) INSURERISI AFFORDING COVERAGE NAIL a Orange TX 77631 INSURER A: Indian Harbor Insurance Company ,6,.,4 INSURED INSURER B: AmGUARD Insurance Company 42390 Epic Engineering, LLC INSURER C: Mt.Hawley Insurance Company 37974 Epic Automation,LLC Texas Mutual Insurance Co. 2294s INSURER D 603 Dayton INSURER E: Underwriters at Lloyds,London 52727 Orange TX 77630 INSURER F: _ COVERAGES CERTIFICATE NUMBER: CL2031603874 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS �iNSR AUDLW10R POLICY EFF POLICY EXP LTR TYPE OF INSURANCE IN$D WV0 POLICY NUMBER IMM/DONYYY( (MM/DDIYYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000000 CLAIMS-MADE OCCUR DAMAGE TORENTED? 100,000 PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 5,000 — A 6000000601-5 10/11/2020 10/11/2021 PERSONAL aADVINJURY $ 1,000,000 GEN'LAGGREGATEUMIT APPLIES PER GENERAL $ 2,000,000 RPOLICY 0 jECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE UNIT $ 1,000,000 — (Ea accidern) ANY AUTO BODILY INJURY(Per person) $ B x OWNED XAUTOS V SCHEDULED EPAU050111 10/11/2020 10/11/2021 BODILY INJURY;Per accident) $ A XHIRED NON-OWNED PROPERTY DAMAGE $ v AUTOS ONLY % AUTOS ONLY (Per accident) Uninsured/Underinsured $ 1,000,000 x UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 C EXCESS LIAB ^- CLAIMS-MADE EMX0327333 10/11/2020 10/11/2021 AGGREGATE $ 5,000,000 DED RETENTON$ $ WORKERS COMPENSATION v PER OTN- AND EMPLOYERS'LIABILITY Y/N STATUTE ER D ANY PROPRIETOR/PARTNER/EXECUTIVE ('� N/A 0002011666 03/15/2020 03/15/2021 E.L.EACH ACCIDENT s 1,000,000 OFFICER/MEMBER EXCLUDED/ I - ) (Mandatory in NH) EL DISEASE-FA EMPLOYEE 3 1,000,00C If yes,describe under 1,000,00C DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT $ Each Claim $1,000.000 E Professional Liability B1115N194083-20 10/11/2020 10/11/2021 Aggregate $1,0IX'i,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Port Arthur THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. -1'J7HORIZED REPRESENTATIVE (51,2 g /��7 ,`i ra _3'.VrO ni©1988-2015 AICORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This qusetlonnairo reflect.changes made to In.law by N.O.23,a4M Log.,Regular Session. OfRCE USE ONLY This guestan-wire.c Derv)mad,n accordance with.2hapt.r 176.Local Government:.via by a vendor who Oat.n.carvad has a W6Mers raohre,shep as defined mar lectolh '79 301(1.a',with a local gowartwnwnal entity and the vender moots requr.ments under Section 17e Deem, sy law/ea quos100nOre must be lied with the records administrator of Ora local govwrmonul s1tly not nter than the 7th IHlness day alter ire dale the vendor becomes:more of facts Cal require C.statement to be filed Sex Section 176 0061a-ti Local Government Coda A vendor commits an offense it the vendor knowingly violates Sacton 176 006 Local Government Cod. On ollenee t rider des section is a misderneerar I Name of vendor who hem a business relationship with local governmental entity. Epic �N )neer►iyt� L L C J l l Check this box it ouan A en m s previouslyfiled l 1 y uprlslo questionnaire.;The law requires them you mile an updated completed questionnaire with the appropriate filing authority net toter than the 7th business day alter the date on which you became aware that the originally tiled questionnaire was incomplete or inaccurate 1 2-1 Name of local government officer about whom the information le being disclosed. A Name of Officer J Describe each employment or other Wetness relationship with the local government officer,or a family member of the officer.as described by Section 17e.003fah2)(A).Also describe any family relationship with the local government officer. Complete subparts A and 8 for each employment or business relationship described.Attach additional pages to this Forst GO as necessary. A Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other Man investment income horn the vendor? ,Yes 9QNo B Is the vendor receiving or likely to receive Taxable income other then investment income.from or at the direction of the boat government officer or a!amity member of the officer AND the taxable'income is not received from the local governmental entity? r-.y� ElYes i YI No J Describe each employment or busineo relationship that the vendor reamed in Section l maintains with a corporation or other business entity with respect to studs the local government offcet serve,as en officer or director,or holds an ownership intense,of one percent or more. �1 J fl Shed.this box it she vendor has given the local government cancer or eternity member of foe officer one or mote gills as described in Section 1761 31ipI44• 81ing gills described in Section 176003(a-If :J Il Zrm (, /D1/ //2OZG lc...)3iv+rvuh•J v e d•.lt fix site.•elm ma y e d ery J h1. Form provided be axaa Ethics Commission awe.nhre state me us Revised(Ii302015 Page 11 of 20 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at htlp!rwww.statutes.:egis.state tx.us- Docs LGlhtm'LG 176 htm.For easy reference.below are some of the sections cited on this form. Local Government Code 4 176.001E1-4"Business relationship"means a connection between two or more parties based on commercial activity of one of Iha parties. The term does not include a connection based on: (A)a transaction that is subject to rate or fee regulation by a federal.state or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by.and reporting to that agency Local Government Code 4176.003(alf2)(A)and IBr (a)A local government officer shall file a conflicts disclosure statement with respect to a vendor it: (2) the vendor: (A)has an employment or other business relationship with the local government officer or a fatally member of the officer that results in the officer or family member receiving taxable income,other than investment income, that exceeds$2,500 during the 12-month period preceding the data that the officer becomes aware that (i)a contract between the local governmental entity and vendor has been executed: or (ii) the local governmental entity is considering entering into a contract with the wrxtor; (B)has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code 4 176.006(a)and(a-11 (a) A vendor shall fife a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176,003(a)(2)(A): (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 175.003(a)(2)(B),excluding any gift described by Section 176,003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day alter the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity:or (B)submits to the local governmental entity an application,response to a request for proposals or bids,correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B)that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics state.tx us Revised 1113012015 Page 12 of 20 NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: II Axibn. I)- exw-#,'er Title: F1w Company: rpfc Date: 4/15b J SUBSCRIBED and sworn to before me the undersigned authority byegiatothe of, on behalf of said bidder. Notary Punlie in and for the State of Texas • A tiI = My commission expires: y\. � � 1l11 Page 13 of 20 House Bill 89 Verification I, Iran, D. G4k4.4 (Person name), the undersigned representative (hereafter referred to as "Representative") of EP/C i h ,ti� LCC (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SIGNATURE OF REPRESENTATIVE q S BSC I,B D AND SWORN TO BEFORE ME, the undersigned authority, on this d y of nk, % ) WO\ r)ANA, '„�1 •;1a n •.!C;i, Notary Public d �0 •2. ��' Page 14 of 20 SB 252 CHAPTER 2252 CERTIFICATION I. a b. Gnu�t. r the undersigned and Representative of [Plc E��;�,��,�. uc (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. 1 further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Name of Company Representative (Print) Signature of Company Representative IO/i�Zo1 Date Page 15 of 20 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be Page 16 of 20 rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively, beginning with 1. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility Operations,P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601 f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax;therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. Page 17 of 20 QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. Page 18 of 20 RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above Page 19 of 20 listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. Page 20 of 20 Cat n/ -CITY OF PORT ARTHUR,TEXAS nrt rthu�T'- ADDENDUM NO. ONE(1) rau October 19,2020 BID FOR: Services for Software Integration of SCADA System, SCADA System Improvements& Expansion The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows I. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m.,Central Standard Time,Wednesday,October 28,2020. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m.on Wednesday,October 2,2020 in the City Council Chambers,City Hall, 5th Floor, Port Arthur,TX. You are invited to attend.\ If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. a" Clift6n Williams, CPPB Purchasing Manager 114/.trlo Signature of Prop Dater r! crN„� -CITY OF PORT ARTHUR,TEXAS nrt rrha;te ADDENDUM NO.TWO(2) roar October 19,2020 BID FOR: Services for Software Integration of SCADA System, SCADA System Improvements& Expansion The following clarifications, amendments,deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time,Wednesday, November 4,2020. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, November 4, 2020 in the City Council Chambers, City Hall,5th Floor, Port Arthur,TX. You are invited to attend. 2. The current system is a blend of old and new. Currently there is a DFS system monitoring about 20 Lift Stations and 8 to 10 elevated storage tanks. The number of IO is unknown. There is also another smaller system monitoring the water to a local chemical processor. The water treatment plant is currently running on a GE system installed in the last 6 to 8 years with Wonderware HMI. No systems are interconnected/integrated with one another. 3. The amount of information per screen will be determined in the field with consultation with the operators and must include minimum TCEQ requirements. To reiterate this is a pre-qualification proposal that will be based on qualifications, expertise, experience, and maintenance capabilities. The selected vendor will be an integral part of the consolidation of all platforms and final implementation of an integrated system for all areas of the water and wastewater utilities. 4. No P1D's on the system 5. No pictures of actual system available If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Cli INA Williams, CPPB Purchasing Manager 11 31440 Signature of Proposer Date