CITY OF DANIA BEACH, FLORIDA ADDENDUM #5 REQUEST FOR PROPOSALS FOR CITYWIDE PUMP STATIONS SUPERVISORY CONTROL AND DATA ACQUISITION ( SCADA ) SYSTEM

Similar documents
00400 BID FORMS AND SUPPLEMENTS

Cherokee County Board of Commissioners

PROPOSAL BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 610 First Edition, 2015 Design-Build Institute of America Washington, D.C.

1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color

BID FORM FOR CONSTRUCTION CONTRACTS

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

SECTION ADVERTISEMENT FOR BIDS

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

PERFORMANCE BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 620 First Edition, 2015 Design-Build Institute of America Washington, D.C.

RECEIVED AT WHICH TIME BIDS

CITY OF RICHMOND PERFORMANCE BOND

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

EXHIBIT CONSTRUCTION CONTRACT BOND

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

Sunnyside Valley Irrigation District

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

Commercial Carpet Replacement

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

I-11 BOULDER CITY BYPASS DESIGN-BUILD PROJECT FINAL REQUEST FOR PROPOSALS NO A INSTRUCTIONS TO PROPOSERS EXHIBIT E PRICE PROPOSAL FORMS

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

Proposal for Bidding Purposes

PAYMENT BOND FOR DESIGN-BUILD PROJECTS SAMPLE. Document No. 625 First Edition, 2015 Design-Build Institute of America Washington, D.C.

CISCO COLLEGE 101 COLLEGE HEIGHTS CISCO, TEXAS 76437

SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004)

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

SAMPLE SUBCONTRACTOR S PAYMENT BOND FOR DESIGN-BUILD PROJECTS. Document No. 635 First Edition, 2015 Design-Build Institute of America Washington, D.C.

BID: Escanaba WWTP Digester Roof Restoration

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

INSTRUCTIONS FOR SCHOOL APPLICATION

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

Location & Subject Matter Substance of Change Proposed Changes

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018

Alaska Railroad Corporation

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1

REQUEST FOR PROPOSAL Enterprise Asset Management System

FORM A: BID (See B9)

Rock Island County Raffle License Application Packet

E&S PERFORMANCE BOND

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

Part VIII Material and Construction Specifications

CONTRACT AND BOND FORMS FOR

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

JEFFERSON COUNTY Land Development SITE IMPROVEMENTS BONDING & BOND SURETY POLICY (Effective Date: September 2, 2010)

Central Unified School District Request for Proposal

SPONSOR OF MORTGAGE ORIGINATORS BOND

INTERGOVERNMENTAL COOPERATION AGREEMENT. between the CITY OF CREVE COEUR, MISSOURI, and the

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

BOND FOR FAITHFUL PERFORMANCE

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

APPLICATION FOR 2019 SEWER AND WATER BUILDER S LICENSE

Guidelines for Submittals for Land Disturbance Permits

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

LAND IMPROVEMENT AGREEMENT

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

BYLAWS OF THE FOREST HIGHLANDS ASSOCIATION (Amended May 22, 2015) ARTICLE I Identity

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

FLORIDA DEPARTMENT OF TRANSPORTATION

MARCH 27, 2019 INVITATION FOR BIDS

FORM A: BID (See B9) 1. Contract Title 2015 WATERMAIN RENEWALS CONTRACT NO.3

SUBDIVISION PUBLIC IMPROVEMENT PERFORMANCE AND MAINTENANCE SECURITY AGREEMENT

Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007

SOUTH CAROLINA SECRETARY OF STATE EMPLOYMENT AGENCY

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

Construction, respecting the replacement of the entrance stairs of City Hall, in the City of

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

LOAN GUARANTEE AGREEMENT. dated as of [ ], 20[ ] among. THE HOLDERS identified herein, their successors and permitted assigns, and

DISTRICT BANK DEPOSITORY SERVICES

DOCUMENT INSTRUCTIONS TO BIDDERS

FORM A: BID (See B8) 1. Contract Title FERRY ROAD RIVERBEND COMBINED SEWER RELIEF CONTRACT NO. 2

WEST VIRGINIA STATE TAX DEPARTMENT Revenue Division SAMPLE COLLECTION AGENCY BOND. (1) That we, (Principal): (2) Address:

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

BY-LAWS OF THE PINES HOMEOWNER'S ASSOCIATION, INC. ARTICLE 1. Name and. Purpose

BEFORE THE DEPARTMENT OF CORPORATIONS OF THE STATE OF CALIFORNIA EXHIBIT B BOND OF FINANCE LENDER AND/OR BROKER FINANCIAL CODE SECTION 22112

Table of Contents SE-310, Invitation for Construction Services... 1

CITY of NOVI CITY COUNCIL

Protest Procedures. Any issues raised by the protesting party after the seven (7) calendar day period shall not be considered as part of the protest.

County Administrator's Signatu~

Articles means the Articles of Continuance (Transition) of the Council.

Application for Homeward Bond and Indemnity Agreement

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

Proposal for Bidding Purposes

(01/31/13) Principal Name /PIA No. PAYMENT AND INDEMNITY AGREEMENT No.

INFORMATION FOR BIDDERS

BY-LAWS ACADEMY OF COUNTRY MUSIC

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

Transcription:

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. 17-002

RFP 17-002 Citywide Pump Stations SCADA System Addendum No. 5 1. 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 1. 1. - 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 2. 3. - 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

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

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

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 33004 Address Telephone: (954) 924-6800 Facsimile: (954) 921-2604 Phone Fax PROJECT: Citywide Pump Stations SCADA System City RFP No. 17-002 $ 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

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

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