CITY OF DANIA BEACH, FLORIDA ADDENDUM #5 REQUEST FOR PROPOSALS FOR CITYWIDE PUMP STATIONS SUPERVISORY CONTROL AND DATA ACQUISITION ( SCADA ) SYSTEM
|
|
- Emery Barnett
- 6 years ago
- Views:
Transcription
1 CITY OF DANIA BEACH, FLORIDA ADDENDUM #5 REQUEST FOR PROPOSALS FOR CITYWIDE PUMP STATIONS SUPERVISORY CONTROL AND DATA ACQUISITION ( SCADA ) SYSTEM ADDENDUM #5 City Request for Proposals ( RFP ) No
2 RFP Citywide Pump Stations SCADA System Addendum No In Addendum #3 item 15, you are requesting four (4) hard copies, and during the pre-bid meeting you asked us to add one, making it five (5) total copies including one original binder. Please clarify the exact number of TOTAL hard copies you will be expecting. We need three (3) print copies plus one (1) hard copy and an electronic copy in CD or USB. The original should be marked original and copies should be labeled Copy 1, Copy 2 and Copy 3, respectively. 2. In reference to the recently issued Addendum #4, please provide answers to the following questions: Item ABS Controller You are not saying whether you intend to maintain that unique controller in place. It would seem to make sense to take it out and replace it with an MPE controller. Please let us know if you want us to replace it and, if not, we need the exact part number and configuration of this unit. Does it have a Modbus RTU connection like the MPE does? We want this replaced with MPE. In fact, we want all stations to have the same controller system. Lift Station Nos. 5, 7 and 10 It was our understanding that Lift Station Nos. 5, 7 and 10 would be equipped with MPE controllers by time this contract would be awarded. Please confirm that we are expected to install a new controller at Lift Stations 5, 7, and 10. We expect you to install new controllers on these three stations. Item Phase voltage Please clarify the exact number of sites that need modified and how many new devices are required at each site. Do you have a preferred type or model for the new pressure transducers? It applies to all sites, we have no preferred manufacturer or model. Item 3. System Pressure Understanding that you now want us to supply new pressure transducers on each pump of all 18 existing stations, please provide a preferred make and model, or at least specify the required characteristics i.e. stainless steel? Diaphragm required? Manifold? vent/drain valve? Pipe connection dimension? Please remove this item from your bid. 3. Please confirm that you expect the new communication system to be able to transport video feeds from the lift stations to the control room? Yes 4. This project includes at least two types of lift stations and the drainage pump stations. In general, responses are not clear whether the requirement applies to one or all types of stations. Please clarify for bid consistency among all bidders. This applies to sanitary lift stations only. 2
3 5. Item 1, #1 - This item states that an ABS controller is located at LS #15. In light of this new information, what is the SCADA requirement (monitor & control list) for LS #15? Which Model ABS controller is installed and what are the interface requirements, if any? Will this controller be replaced with an MPE SC2000 by the City? It appears the 2nd group tour visited LS #15 and the 1st group and was not provided the equal opportunity to visit LS #15. See response 2 above. 6. Item 2, #1, #2, & #3 - Are these requirements for MPE equipped stations? Please clarify which specific stations carry these requirements. See response 2 above. 7. Item 2, #3 - This item states that the city desires voltage measurement. Please clarify if single phase or all three phases are required to be monitored. It would be ideal if city specified the required product manufacturer and model number for consistency among all bidders. In addition, is this requirement for MPE equipped stations only, all lift stations, or all stations in the bid? Three phase, no preferred manufacturer or model. Only for sanitary lift stations. 8. Item 3, #1 - This item states that transducers are installed on certain sites with backup floats. Which specific sites have them and what model transducer(s) are installed? Is this transducer for wet-well level control and measurement? This item also states the transducers will be replaced with new ones. Is this new transducer requirement limited to those sites that already have the transducers? If not, specifically which sites carry this requirement? It would be ideal if city specified the required replacement transducer manufacturer, model and pressure range for consistency among all bidders. Our desire is to change all transducers for all sanitary lift stations, no preferred manufacturer or model. 9. Item 3, #2 - This item seems to tie into Item 3, #1, but discharge pressure is a completely different requirement. Do any of the existing sites currently monitor discharge pressure? If yes, which sites are they? Do all sites have valve pits (dry) with existing line taps (each pump) to monitor discharge pressure? Please provide specific details for each station. It would be ideal if city specified the required discharge pressure transducer manufacturer, model and pressure range for consistency among all bidders. Please remove this item from your bid. See response 2 above. 10. The city s response Item 3, #1 and #2 represents a significant change to the scope of work after the completion of site visits. These new requirements (installation of transducers) necessitate a site survey at every site impacted by the change. Following the clarifications requested above, we request the opportunity to visit every site for transducer installation details (mounting, conduit, etc.) and a time extension to make the visits and bid preparation possible. As stated above, all transducers for all sanitary stations will be replaced under this bid. 11. You have an attachment C for a Proposal Bond, but nowhere in the RFP document are you specifying what amount and duration you wish this proposal bond to be for. Please see attachment C. 3
4 12. Our bonding company has asked what percentage is the bid bond? Bid bond percentage is 5%. Bid Security: Simultaneously with the delivery of an executed Bid to the Owner, when required, the Bidder shall furnish to the Owner a Bid Security equal to five percent (5%) of the total amount specified in the Bid, as security for the faithful execution of a Contract with the Owner in the event of a bid award by the City Commission. Bid security may be in the form of a cashier's check payable to the City of Dania Beach and drawn on a Florida bank, or a Bid Bond issued by a surety meeting the qualifications stated in these Instructions to Bidders. Bonds shall be submitted on the forms provided by the Owner. Bonds shall be returned subsequent to award of the Contract by the City Commission and execution by the successful Bidder and the appropriate City officials. Failure of the successful Bidder to execute a Contract, to furnish Performance and Payment Bonds when required, and to furnish Certificates of Insurance in the minimum amounts specified in the Bid (or RFP or RLI, as applicable) shall be just cause for the rescission of the award and the retention of the Bid Security deposit by the Owner. Such retention shall be considered not as a penalty, but as liquidation of the claims of the Owner for damages it sustained, which are not otherwise readily ascertainable. Award may then be made to the next ranked Bidder, or all Bids may be rejected. 4
5 ATTACHMENT C PROPOSAL BOND 5% PROPOSER SURETY Name Address FLORIDA RESIDENT AGENT Name Address OWNER City of Dania Beach, Florida Name 100 West Dania Beach Boulevard Dania Beach, Florida Address Telephone: (954) Facsimile: (954) Phone Fax PROJECT: Citywide Pump Stations SCADA System City RFP No $ Proposal Due Date Bond Number Bond Date Penal Sum IN WITNESS OF THE FOREGOING, Surety and Proposer, intending to be legally bound, subject to the terms included in this section, do each cause this Proposal Bond to be duly executed on its behalf by its respective, authorized officer, agent, or representative. IDENTITY OF PROPOSER Corporate Name and Seal (or other Full Legal Name) IDENTITY OF SURETY (Attach Power of Attorney) Corporate Name and Seal (or other Full Legal Name) Signature Printed Name and Title Signature Printed Name and Title 5
6 The above addresses shall be used for giving of required notices. Any singular reference to Proposer, Surety, Florida Resident Agent, Owner or other party shall be considered a plural where applicable. 1. Proposer and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to City upon default of Proposer, the penal sum set forth on the face of this Bond. In no event shall Proposer's and Surety's obligation exceed the penal sum set forth on the face of this Bond. 2. Default of Proposer shall occur upon the failure of the Proposer to deliver within the time required by the Bid and Contract Documents (or any extension of time agreed to in writing by City) a fully executed Agreement, Insurance Agent Statement, all certificates of insurance, and any Performance and Payment Bonds. 3. This obligation shall be null and void if: 3.1 City accepts Proposer's bid and Proposer delivers within the time required by the bidding and contract documents (or any extension of time agreed to in writing by City) the executed Agreement, the Insurance Agent Statement, and the Performance and Payment Bonds, or 3.2 All bids are rejected by City, or 3.3 City fails to issue a Notice of Award to Proposer within the time specified in the RFP documents (or any extension of time agreed to in writing by Proposer and, if applicable, consented to by Surety when required by paragraph five (5) below). 4. Payment under the Proposal Security Bond will be due and payable upon default by Proposer and within thirty (30) calendar days after receipt by Proposer, and Surety of written notice of default from City s City Clerk, which notice will be given with reasonable promptness, identifying the Proposa; Security Bond and the Project, including a statement of the amount due. 5. Surety waives notice of any and all defenses based on, or arising out of, any time extension to issue a Notice of Award agreed to in writing by City and Proposer, provided that the total time for issuing the Notice of Award, including extensions shall not in the aggregate exceed One Hundred Twenty (120) days from the RFP due date without Surety's written consent. 6. No suit or action shall be commenced under this Bond prior to thirty (30) calendar days after the notice of default required in paragraph four (4) above is received by Proposal and Surety, and in no case later than one (1) year after bid due date. 7. Any suit or action under this Bond shall be commenced only in a Florida court of competent jurisdiction. Any award granted shall not be subject to prejudgment interest. 8. Notices required under this Proposal Bond shall be in writing and sent to Proposal and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney 6
7 evidencing the authority of the officer, agent or representative who executed this Bond on behalf of Surety to execute, seal and deliver such Bond and bind the Surety. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included in it as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of such statute shall govern and the remainder of this Bond that is not in conflict shall continue in full force and effect. END OF PROPOSAL BOND 7
00400 BID FORMS AND SUPPLEMENTS
00400 BID FORMS AND SUPPLEMENTS TABLE OF CONTENTS Item Number Bid Form...... 00410 1 Bid Bond...... 00430 1 List of Proposed Subcontractors...... 00440 1 List of Proposed Material Suppliers...... 00440
More informationCherokee County Board of Commissioners
Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:
More informationPROPOSAL BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C.
PROPOSAL BOND FOR DESIGN-BUILD PROJECTS Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE AGREEMENT By
More information1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color
1 Page SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color TABLE OF CONTENTS Call for Bids... Section I Bid Proposal... Section II Instructions to Bidders... Section III
More informationBID FORM FOR CONSTRUCTION CONTRACTS
This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the
More informationBid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014
Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions
More informationSECTION ADVERTISEMENT FOR BIDS
SECTION 00020 ADVERTISEMENT FOR BIDS Board of County Commissioners Okaloosa County, Florida OWNER Separate sealed bids for the construction of DUKE FIELD PUMP STATION (EQUIPMENT ONLY) will be received
More informationYurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM
Yurok Tribe Planning and Community Development Klamath, California Yurok Justice Center Bid Documents THE PROJECT AND THE PARTIES 1.1 TO: A. Owner: Yurok Indian Tribe EXHIBIT B: BID FORM 1.2 SUBMITTED
More informationPERFORMANCE BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C.
PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE AGREEMENT
More informationRECEIVED AT WHICH TIME BIDS
June 12, 2018 ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 Phone 907-265-2355 Fax 907-265-2439 BatesT@akrr.com Addendum Number 1 Request for Proposal 18-16-206579 Anchorage Yard
More informationCITY OF RICHMOND PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That place of business is located at CITY OF RICHMOND PERFORMANCE BOND, the Contractor ( Principal ) whose principal and ( Surety ) whose address for delivery of Notices
More informationABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS
ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted
More informationATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT
ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice
More informationEXHIBIT CONSTRUCTION CONTRACT BOND
Bond Number: Bond Number: EXHIBIT CONSTRUCTION CONTRACT BOND This Agreement made the day of, 20, between, a corporation organized and existing under the laws of the State of Florida, with its principal
More informationFORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT
RFP No. 757-2016B Page 1 of 8 FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT 2. Proponent Name of Proponent Usual Business Name of
More informationEXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]
EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT IRREVOCABLE STANDBY DESIGN-BUILD LETTER OF CREDIT ISSUER PLACE FOR PRESENTATION OF DRAFT APPLICANT BENEFICIARY [ ] [Name and address of banking institution
More informationAGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)
AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). Deletions by Engineer
More informationQUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner
QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC
More informationSpecial Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions
Contract No.: FORM OF TENDER We, the undersigned Contractor(s) have carefully examined the attached documents as herein listed and forming part of this tender. DOCUMENTS INCLUDED IN CONTRACT Special Provisions
More informationInvitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.
Invitation to Bid Bridge #101 over Snake Creek New Bridge Construction Mayes County, Oklahoma NBI No. 07190, County Bid No. BR101SNAKE PROJECT DESCRIPTION: Mayes County will be accepting lump sum bids
More informationSunnyside Valley Irrigation District
2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:
More informationC. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.
143-128.1C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract. Any contract entered into between a private developer and a contractor
More informationQUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088
QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES
More informationCommercial Carpet Replacement
Commercial Carpet Replacement RAPID CITY PUBLIC LIBRARY RAPID CITY, SOUTH DAKOTA December 21, 2005 2:30 P.M. GRETA CHAPMAN DIRECTOR RAPID CITY PUBLIC LIBRARY BOARD OF TRUSTEES Monte Loos Jim Olson Bobbie
More informationALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers
ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) SUMMARY PART 1 GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2. Time of Completion
More informationCITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of
CITY OF NORTH LAS VEGAS BID PROPOSAL Bid No.1343 Labor Commission Bid No. PWP-CL-2009-337 Bid of, doing business as:, (hereinafter called Bidder)* a *, organized and existing under the laws of the State
More informationWEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)
WEST BOYLSTON MUNICIPAL LIGHTING PLANT SECTION E AGREEMENT OPTION B THIS AGREEMENT, made this day of, 2015, by and between the party of the first part, the West Boylston Municipal Light Plant, hereinafter
More informationI-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT FINAL REQUEST FOR PROPOSALS NO A INSTRUCTIONS TO PROPOSERS EXHIBIT E PRICE PROPOSAL FORMS
I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT FINAL REQUEST FOR PROPOSALS NO. 14-011A INSTRUCTIONS TO PROPOSERS EXHIBIT E PRICE PROPOSAL FORMS I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT DRAFT REQUEST
More informationGeneral Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.
ADDENDUM No. 1 Project: Carpet Replacement South Ripley Elementary Versailles, Indiana Project No: 1839.01 Date: October 12, 2018 This addendum is a part of the bid documents. Acknowledge receipt on the
More informationProposal for Bidding Purposes
Proposal for Bidding Purposes For Construction of: ABANDONED RAILROAD BRIDGE REMOVAL OF LARGE WOODY DEBRIS PROJECT #WA110021 SKAGIT COUNTY PUBLIC WORKS SKAGIT COUNTY Public Works Department 1800 Continental
More informationPAYMENT BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C.
PAYMENT BOND FOR DESIGN-BUILD PROJECTS Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE AGREEMENT By
More informationCISCO COLLEGE 101 COLLEGE HEIGHTS CISCO, TEXAS 76437
CISCO COLLEGE 101 COLLEGE HEIGHTS CISCO, TEXAS 76437 REQUEST FOR PROPOSALS # RFP-052017 To serve as Depository for the Purpose of Assisting with the Banking Functions for All or Certain Funds Of Cisco
More informationSOLICITATION AND AWARD PROTESTS RULE (RULE NO.004)
JACKSONVILLE TRANSPORTATION AUTHORITY SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004) DATE OF ADOPTION: August 27, 2009 LAST REVISED: August 27, 2009 I. Purpose and Scope. SOLICITATION AND AWARD PROTESTS
More informationFORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER
FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER This AGREEMENT made the Day day of MONTH in the year Two Thousand Fourteen BY AND BETWEEN CONSTRUCTOR, hereinafter called the, and the Board of Regents,
More informationSAMPLE SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS. Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C.
SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C. Design-Build Institute of America Contract Documents LICENSE
More informationBID: Escanaba WWTP Digester Roof Restoration
BID: Escanaba WWTP Digester Roof Restoration - 2018 TO BIDDERS: 1/6/2018 RFP OPENING: 1/30/2018 @ 2 pm EST ADVERTISED: 1/6/2018 INVITATIONS TO BID SENT TO: SEVEN (7) Independent Roofing & Siding 700 Stephenson
More informationPERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF
PERFORMANCE BOND Surety Bond No. STATE OF TEXAS COUNTY OF KNOW ALL MEN BY THESE PRESENTS: That we,, as Principal, and Contractor Name & Address, as Surety, are hereby held and firmly bound unto Surety
More informationContract for St. Johns County School Board Osceola Elementary School Classroom Expansion
SECTION B FORM OF PROPOSAL Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion TO: FROM: St. Johns County School Board Office of the Director for Facilities and New
More informationCITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.
CITY OF PETALUMA POST OFFICE Box 61 PETALUMA, CA 94953-0061 David Glass Mayor Chris Albertson Teresa Barrett Mike Healy GabeKeamey Dave King Kathy Miller C011ncilmembers ADDENDUM NO. 1 AIRPORT PREVENTIVE
More informationINSTRUCTIONS FOR SCHOOL APPLICATION
South Carolina Department of Labor, Licensing and Regulation South Carolina Board of Cosmetology 110 Centerview Dr. Columbia SC 29210 P.O. Box 11329 Columbia, SC 29211-11329 Phone: 803-896-4588 BoardInfo@llr.sc.gov
More informationSeptember 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project
September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 6 Dear Contractor: This addendum is being issued to the contract for construction on State
More informationLocation & Subject Matter Substance of Change Proposed Changes
Location & Subject Matter Substance of Change Proposed Changes Section 21.8 Definitions Provides flexibility to use RFPs as a procurement strategy Provides flexibility to use the two step contracting method
More informationNOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018
NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018 Control 6325-60-001 Project RMC - 632560001 Highway IH0035 County TRAVIS Ladies/Gentlemen: Attached please find an addendum on the above captioned
More informationAlaska Railroad Corporation
Alaska Railroad Corporation 327 W. Ship Creek Ave. Anchorage, AK 99501 January 30, 2019 Addendum 1 Invitation to Bid # 18-35-307165 Ballast and Riprap Curry Quarry Addendum number 1 is issued for changes
More informationCITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1
PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org CITY OF PTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1 The part numbers
More informationREQUEST FOR PROPOSAL Enterprise Asset Management System
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:
More informationFORM A: BID (See B9)
Bid Opportunity No. 571-2015 Addendum 1 Page 1 of 12 FORM A: BID (See B9) 1. Contract Title SELKIRK AVENUE FROM ARLINGTON STREET TO SALTER STREET, PAVEMENT RECONSTRUCTION 2015 WATERMAIN RENEWAL CONTRACT
More informationRock Island County Raffle License Application Packet
Applicants please take note: Rock Island County Raffle License Application Packet 1. The sale or issuance of raffle chances may be conducted within the following territory of Rock Island County, Illinois
More informationE&S PERFORMANCE BOND
E&S PERFORMANCE BOND BETWEEN _ (Surety) AND THE NEW KENT COUNTY, VIRGINIA BOARD OF SUPERVISORS DATE: TAX MAP NO. OR SUBDIVISION NAME: AMOUNT OF SECURITY: BOND NUMBER: Prepared 10/01/2012 NEW KENT COUNTY
More informationEXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and
EXHIBIT WARRANTY BOND ITEMS MDX PROCUREMENT/CONTRACT NO.: Bond No.: KNOW ALL PERSONS BY THESE PRESENTS: That we, (Name) of (Address), hereinafter called Principal, and (Name) of (Address), hereinafter
More informationPart VIII Material and Construction Specifications
TABLE OF CONTENTS Part I Notice to Bidders Part II Special Instructions to Bidders Part III Bid Proposal & Bid Bond Part IV Agreement & Bonds Part V General Conditions (ASCE) Part VI Special Conditions
More informationCONTRACT AND BOND FORMS FOR
CONTRACT AND BOND FORMS FOR RPL-5948(064) & RPSTPLE-5948(077) On Sunland Drive from the intersection with U.S. 395 north approximately 3.8 miles to the intersection with West Line Street (U.S. 168) APRIL
More informationTHIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF
CONTRACT BETWEEN THE CITY OF JACKSONVILLE AND REPUBLIC SERVICES OF FLORIDA, LIMITED PARTNERSHIP d/b/a SOUTHLAND RECYCLING SERVICES FOR RECEIPT, PROCESSING AND SALE OF RESIDENTIAL RECYCLING MATERIALS THIS
More informationJEFFERSON COUNTY Land Development SITE IMPROVEMENTS BONDING & BOND SURETY POLICY (Effective Date: September 2, 2010)
JEFFERSON COUNTY Land Development SITE IMPROVEMENTS BONDING & BOND SURETY POLICY (Effective Date: September 2, 2010) All required bonding shall be provided by the owner/developer, approved by staff, and
More informationCentral Unified School District Request for Proposal
Central Unified School District Request for Proposal Auditing Services RFP Number 55 Print Date: 2/6/2004 10:19 AM REQUEST FOR PROPOSALS AUDITING SERVICES TABLE OF CONTENTS Notice of Request for Proposals
More informationSPONSOR OF MORTGAGE ORIGINATORS BOND
MARKET SQUARE PLAZA 17 N SECOND STREET, Suite 1300 HARRISBURG, PA 17101 Ph 717.787.3717 Fx 717.787.8773 W www.dobs.state.pa.us Bond No. SPONSOR OF MORTGAGE ORIGINATORS BOND WHEREAS, Department means the
More informationINTERGOVERNMENTAL COOPERATION AGREEMENT. between the CITY OF CREVE COEUR, MISSOURI, and the
INTERGOVERNMENTAL COOPERATION AGREEMENT between the CITY OF CREVE COEUR, MISSOURI, and the EXECUTIVE OFFICE PARK WATERSHED COMMUNITY IMPROVEMENT DISTRICT Dated as of TABLE OF CONTENTS ARTICLE I DEFINITIONS
More informationCONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and
CONTRACT SECTION 070 CONTRACT CONTRACT This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and Anchor Concrete, hereinafter
More informationBOND FOR FAITHFUL PERFORMANCE
Bond No.:_ Premium: BOND FOR FAITHFUL PERFORMANCE WHEREAS, The City Council of the City of Escondido, State of California, and (hereinafter designated as ) have entered into an agreement whereby agrees
More informationBUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)
BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form) KNOW ALL MEN BY THESE PRESENTS: Bond Number: That ( OWNER ) and ( CONTRACTOR ), both as principals, hereinafter collectively
More informationAPPLICATION FOR 2019 SEWER AND WATER BUILDER S LICENSE
ASHTABULA CO. DEPARTMENT OF ENVIRONMENTAL SERVICES APPLICATION FOR 2019 SEWER AND WATER BUILDER S LICENSE The following information is required by ACDES for issuance/renewal of your Ashtabula County Sewer
More informationGuidelines for Submittals for Land Disturbance Permits
Guidelines for Submittals for Land Disturbance Permits A Land Disturbance Permit (LDP) is a local permit required by the City of Shawnee for any land disturbance occurring in a given area. "Land Disturbance"
More informationBID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I
BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I1440039 TABLE OF CONTENTS Page Article 1 Bid Recipient... 1 Article 2 Bidder s Acknowledgements... 1 Article 3 Bidder s Representations... 1 Article
More informationLAND IMPROVEMENT AGREEMENT
LAND IMPROVEMENT AGREEMENT PM # ASP # DR # ADDRESS # THIS AGREEMENT made and entered into this day of, 20, by and between the City of Fontana, hereinafter call City and hereinafter called Applicant. WITNESSETH:
More informationInvitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17
TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE
More informationBYLAWS OF THE FOREST HIGHLANDS ASSOCIATION (Amended May 22, 2015) ARTICLE I Identity
BYLAWS OF THE FOREST HIGHLANDS ASSOCIATION (Amended May 22, 2015) ARTICLE I Identity Section 1. Declaration. These Bylaws shall govern the operation of The Forest Highlands Association (the "Corporation"),
More informationCERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018
CERTIFICATE OF DEVELOPMENT CONFORMANCE Per UDO Section 340-90, the submittal andd acceptance of a Certificate of Development Conformanc ce (CDC) shall be a prerequisitee to the approval of a Final Plat
More informationCITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW
CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW January 25, 2019 REQUEST FOR PROPOSALS For Purchase of Dish Pans to Reduce
More informationFLORIDA DEPARTMENT OF TRANSPORTATION
FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee
More informationMARCH 27, 2019 INVITATION FOR BIDS
MARCH 27, 2019 INVITATION FOR BIDS BROOKLAND CENTER FOR COMMUNITY ECONOMIC CHANGE (BCCEC) BROOKLAND LAKEVIEW EMPOWERMENT CENTER (BLEC) ROOF REPLACEMENT Project Title: BCCEC BLEC Roof Replacement Date of
More informationFORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3
Bid Opportunity No. 207-2015 Page 1 of 14 Template Version: C120150116- C BCivil FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3 2. Bidder Name of Bidder Usual Business Name
More informationSUBDIVISION PUBLIC IMPROVEMENT PERFORMANCE AND MAINTENANCE SECURITY AGREEMENT
Form E&SC-4 Rev. 08/2016 SUBDIVISION PUBLIC IMPROVEMENT PERFORMANCE AND MAINTENANCE SECURITY AGREEMENT EROSION & SEDIMENT CONTROL Security Agreement No. This Agreement made and concluded at Lebanon, Ohio,
More informationTopsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007
Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007 Product: The Topsfield Water Department is requesting pricing for Potassium Hydroxide solution (45% by weight) meeting AWWA
More informationSOUTH CAROLINA SECRETARY OF STATE EMPLOYMENT AGENCY
SOUTH CAROLINA SECRETARY OF STATE EMPLOYMENT AGENCY INITIAL APPLICATION FOR LICENSE TO OPERATE Filing Instructions The filing fee for this application is $300 (application fee $200, license fee $100).
More informationSPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.
SPECIFICATIONS Renovations and Additions to the Coffee Springs Senior Center Coffee Springs, Alabama G Mark Pepe Architect 307 West Adams Street Dothan, Alabama 36303 (334) 712-9721 (334) 699-2028 Facsimile
More informationConstruction, respecting the replacement of the entrance stairs of City Hall, in the City of
CITY OF TIMMINS BY-LAW NO. 2014-7538 BEING A BY-LAW to authorize The Corporation of the City of Timmins to enter into an agreement with Norwin Construction, respecting the replacement of the entrance stairs
More informationA RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE
RESOLUTION NO.,/ - G7? 0/ 6, - 9 v- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT BETWEEN WEST CONSTRUCTION,
More informationFORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act
FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act No. (the Bond ) Bond Amount $ (name of the contractor*) as a principal, hereinafter [collectively] called the Contractor, and, THE
More informationLOAN GUARANTEE AGREEMENT. dated as of [ ], 20[ ] among. THE HOLDERS identified herein, their successors and permitted assigns, and
[FLOATING RATE GUARANTEED OBLIGATIONS] LOAN GUARANTEE AGREEMENT dated as of [ ], 20[ ] among THE HOLDERS identified herein, their successors and permitted assigns, and THE UNITED STATES DEPARTMENT OF ENERGY,
More informationDISTRICT BANK DEPOSITORY SERVICES
Invitation For Request For Sealed Bid Proposal DISTRICT BANK DEPOSITORY SERVICES Request for Sealed Bid Proposal and Guidelines for Submittal ISSUED: Monday, October 3, 2016 PROPOSALS DUE ON OR BEFORE:
More informationDOCUMENT INSTRUCTIONS TO BIDDERS
DOCUMENT 00 21 13 Bidders shall follow the instructions in this document, and shall submit all documents, forms, and information required for consideration of a Bid. Oakland Unified School District ( District
More informationFORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2
Bid Opportunity No. 990-2013 Addendum 1 Page 1 of 13 FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2 2. Bidder Name of Bidder Usual Business Name of Bidder
More informationWEST VIRGINIA STATE TAX DEPARTMENT Revenue Division SAMPLE COLLECTION AGENCY BOND. (1) That we, (Principal): (2) Address:
WV/CAB-1 Rev. 5/11 BOND NUMBER: KNOW ALL MEN BY THESE PRESENTS: WEST VIRGINIA STATE TAX DEPARTMENT Revenue Division COLLECTION AGENCY BOND (1) That we, (Principal): (2) Address: (3) As Principal, and (Surety
More informationSAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between
SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR THIS IS A SERVICE AGREEMENT (this Agreement ) by and between (the Contractor ), and San Antonio Water System, municipally-owned utility of the
More informationBY-LAWS OF THE PINES HOMEOWNER'S ASSOCIATION, INC. ARTICLE 1. Name and. Purpose
BY-LAWS OF THE PINES HOMEOWNER'S ASSOCIATION, INC. ARTICLE 1 Name and Purpose Pursuant to the Articles of Incorporation of THE PINES HOMEOWNER'S ASSOCIATION, INC. and the Declaration of Restrictions for
More informationBEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112
KNOW ALL MEN BY THESE PRESENTS: BEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112 That we, as Principal, whose
More informationTable of Contents SE-310, Invitation for Construction Services... 1
TABLE OF CONTENTS PROJECT NAME: SCC Sustainable Agriculture Building PROJECT NUMBER: SCC2018-01 SECTION NUMBER OF PAGES Table of Contents... 1 SE-310, Invitation for Construction Services... 1 AIA A701-1997
More informationCITY of NOVI CITY COUNCIL
CITY of NOVI CITY COUNCIL Agenda Item J June 27, 2016 SUBJECT: Approval to award a contract for construction services to Cross Renovation, Inc. for construction of the new Lakeshore Park shelter in the
More informationProtest Procedures. Any issues raised by the protesting party after the seven (7) calendar day period shall not be considered as part of the protest.
A. Right to Protest Protest Procedures (i) Any actual Proposer who claims to be aggrieved in connection with a specific solicitation process may submit a protest in writing to the Chief Procurement Officer
More informationCounty Administrator's Signatu~
Consent Agenda Regular Agenda County Administrator's Signatu~ BOARD OF COUNTY COMMISSIONERS D DATE: January 15, 2013 AGENDA ITEM NO. 12--t:!.-. Public Hearing D Subject: Award of Bid: Sanitary Sewer Repair,
More informationArticles means the Articles of Continuance (Transition) of the Council.
CHARTERED PROFESSIONALS IN HUMAN RESOURCES OF CANADA-CONSEILLERS EN RESSOURCES HUMAINES AGREES DU CANADA BY-LAWS (APPROVED DECEMBER 9, 2016) DEFINITIONS & INTERPRETATION 1.0 Definitions. In this by-law,
More informationApplication for Homeward Bond and Indemnity Agreement
Application for Homeward Bond and Indemnity Agreement In order to ensure the prompt processing of your application, please ensure that the following documents are provided with it. Fully completed and
More informationCITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350
CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,
More informationAddendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018
PASADENA AREA COMMUNITY COLLEGE DISTRICT 1570 E. COLORADO BLVD. PASADENA, CALIFORNIA 91106 2003 Addendum No.: 1 Bid No. 1020 Veterans Resource Center Remodel, Relocation, DSA Requirements Issued June 22,
More informationProposal for Bidding Purposes
Proposal for Bidding Purposes For Construction of: SAMISH ISLAND ROAD SLIDE REPAIR PROJECT #ES30910-3 SKAGIT COUNTY PUBLIC WORKS SKAGIT COUNTY Public Works Department 1800 Continental Place Mount Vernon,
More information(01/31/13) Principal Name /PIA No. PAYMENT AND INDEMNITY AGREEMENT No.
PAYMENT AND INDEMNITY AGREEMENT No. THIS PAYMENT AND INDEMNITY AGREEMENT (as amended and supplemented, this Agreement ) is executed by each of the undersigned on behalf of each Principal (as defined below)
More informationINFORMATION FOR BIDDERS
1. Receipt and Opening of Bids: INFORMATION FOR BIDDERS The City of Pulaski, TN (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled in.
More informationBY-LAWS ACADEMY OF COUNTRY MUSIC
BY-LAWS ACADEMY OF COUNTRY MUSIC 5500 BALBOA BOULEVARD ENCINO, CALIFORNIA 91316 (818) 788-8000 PHONE (818) 788-0999 FAX WWW.ACMCOUNTRY.COM A California 501 (c) 6 Non-Profit Mutual Benefit Corporation,
More informationBUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)
BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER (To be typed on Proposer s Letterhead) John Dettle Engineering Manager Public Works Department City of Torrance 20500 Madrona Avenue Torrance, CA 90503
More informationCity of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS
SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson
More information