Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 1782
EJCDC STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF STIPULATED PRICE THIS AGREEMENT is by and between the CITY OF COLUMBIA HEIGHTS, MINNESOTA, (hereinafter called OWNER) and Instrumental Control Systems~ Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM - CITY PROJECT #0403 ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under'the Contract Documents may be the whole or only a part is generally described as follows: The Supervisory Control and Data Acquisition (SCADA) System proposed for the City of Columbia Heights shall be designed and installed to provide for automatic control of the entire water distribution and sanitary sewer collection processes from a central computer located in the Municipal Service Center at 637 38th Avenue NE. Remote locations for alarm and monitoring include: · Water Pump Station No. 2 - - 4400 Reservoir Blvd · Water Pump Station No. 3 ~ 4633 Ivanhoe Place · Water Tower Facility - 4650 Stinson Blvd · Sullivan Lake Park Lift Station ~ 721 51 st Avenue · Argonne Drive Lift Station - 2330 Argonne Drive · Chatham Road Lift Station - 4650 Chatham Road · Silver Lake Lift Station - 4101 Stinson Blvd · Master Water Meter - 4625 Stinson Blvd. · Jackson Pond Sanital3~ MH - 807 43rd Avenue NE ARTICLE 3 - ENGINEER 3.01 The Project has been designed by the CITY OF COLUMBIA HEIGHTS' ENGINEERING DEPARTMENT, who is hereinafter called ENGINEER and who is to act as OWNER's representative, assulne all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in colmection with the completion 19 of the Work in accordance with the Contract Docun~ents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Dates for Substantial Completion and Final Payment A. The Work will be substantially completed on or before December 1st, 2004 and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before December 31st, 2004. 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated dmnages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $250.00 for each day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $250.00 for each day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to paragraphs below: For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an Exhibit A. As provided in paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in paragraph 9.08 of the General Conditions. Unit prices have been computed as provided in paragraph 11.03 of the General 20 Conditions. ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 6.02 Progress Payments; Retainage A. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment on or about the fifteenth day of each month during performance of the Work as provided i n paragraphs 6.02.A. 1 and 6.02.A.2 below. All such payments will be measured by the schedule of values established in paragraph 2.07.A o£the General Conditions (and in the case of Unit Price Work based on the number of traits completed) or, in the event there is no schedule of values, as provided in the General Requirements: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER may determine or OWNER may withhold, in accordance with paragraph 14.02 of the General Conditions: a. 95% of Work completed (with the balance being retainage). If the Work has been 50% completed as determined by ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no retainage on account of Work subsequently completed, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed less the aggregate of payment previously made; and b. 95% of cost of materials and equipment not incorporated in the Work (with the balance being retainage). 2. Upon Substantial Completion, OWNER shall pay an amount sufficient to increase total payments to CONTRACTOR to 98% of the Work completed, less such amounts as ENGINEER shall determine in accordance with paragraph 14.02.B.5 of the General Conditions and less 5% of ENGINEER's estimate of the value of Work to be completed or con'ected as shown on the tentative list of items to be completed or cmTected attached to the certificate of Substantial Completion. 21 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGD,TEER as provided in said paragraph 14.07. ARTICLE 7 - INTEREST 7.01 All moneys not paid when due as provided in Article 14 of the General Conditions shall bear interest at the rate of 6% per annum. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Docmnents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which h as been identified i n t he Supplementary Conditions a s provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, teclmiques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, teclmiques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs 22 incident thereto. F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other tenris and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Doctanents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 23 ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: This Agreement (pages 19 to 26 inclusive); Performance Bond (pages 27 to 28 inclusive); Payment Bond (pages 29 to 30 inclusive); Minnesota IC 134 (pages 31 to 32 inclusive); 2. 3. 4. 5. 6. 7. 8. General Conditions (pages 00700-1 to 00700-41, inclusive); Supplementary Conditions (pages 00700-41. to 00700-49, inclusive); Specifications as listed in the table of contents of the Project Manual; Drawings consisting of a cover sheet and sheets numbered N/A, exclusive, with each sheet bearing the general title N/A and the City Project Number. 9. Addenda (numbers __1 to 2, inclusive); 10. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed (pages __ to __., inclusive); b. CONTRACTOR's Bid (pages 10 to 15, inclusive); c. Documentation submitted by CONTRACTOR prior to Notice of Award (Proposal for Equipment and Services, consisting of nine (9) sections, inclusive); d. ; 11. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Written Amendments; b. Work Change Directives; c. Change Order(s). The documents listed in paragraph 9.01.A a re attached t o t his Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 9. The Contract Documents may only be amended, modified, or supplemented as provided in paragraph 3.05 of the General Conditions. 24 ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Tenrts used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and tmless specifically stated to the contrm-y in any written consent to an assigmnent, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Other Provisions (if applicable). 25 IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on April 12, 2004 (which is the Effective Date of the Agreement). OWNER: CONTRACTOR: Walter Fehst, City Manager ~ Iulienne Wyck°ff, Mayc~ ~ [CO'"' r~RPORATE SEAL HERE] Attest Address for giving notices: Instrument Control Systems By: [COm'ORAT Address for giving notices: 13005 16th Avenue North Suite 100 (If OWNER is a corporation, attach evidence of authority to sign. If OWNER is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of OWNER-CONTRACTOR Agreement). Plymouth, MN 55441 License No. ~_~f~ (Where applicable) Agent for service of process: (If CONT~CTOR is a co~orafion or a p~ership, a~ach evidence of authofiW to si~.) Designated Representative: Name: Kevh~ Hansen Title: Director of Public Works / City Engineer Address: 637 38th Avenue NE Designated Representative: Name: ~¥,{ ~(-L~& Title: P~_.q / .F).p.'/0~ Address: 13005 16th Avenue North, Suite 100 Columbia Heights, MN 55421 Plwnouth, MN 55441 Phone:763-706-3705 Phone: 763-559-0568 Facsinfile: 763-706-3701 Facsimile: 763-559-2187 26 Contractor's Business Name: Address: Phone No: ENGINEERING SUCCESSFUL SOLUTIONS CONCEPT TO COMPLETION Fax No: ....... INSTRUMENT SYSTEMS, IN(:~ _ 13005 16th Ave. N., SuibE~ Plymouth, MN 5544-1 STEVE KEITI--I stevek@icscontrols.co r-r~ PHONE (763) CELL (61.2) FAX (763) www. icscontro 1~4 PROJECT IDENTIFICATION: 2004 SUPERVISORY CONTROl, AND DATA ACQUISITION (SCADA) SYSTEM CITY PROJECT NUh{BER 0403' BIDS TO BE OPENED: March 23rd, 2004 at 2:00 pm. This bid is submitted to: CITY OF COLUMBIA HEIGHTS 637 - 38TM AVENUE NE COLUMBIA HEIGHTS, MN 55421 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated, in the Contract Documents for the Contract Price and within the Contract time indicated in this bid and in accordance with the other terms and conditions of the Contract Document. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instruction to Bidders. This Bid will remain subject to acceptance for sixty (60) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER'S NOTICE OF AWARD. In submitting this bid, BIDDER represents, as more fully set forth in'the Agreement, that: 10 (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all of which is hereby acknowledged): E) ate Number (b) BIDDER has famiharized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.02 & 4.03 o fthe General Conditions, and accepts the determination set forth in Paragraph S.C. 4.02 & 4,03 of the Supplementary Conditions of the extent of the tec~cal data contained in such reports and drawings upon which BIDDER is entitled to rely. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the work as BIDDER considers necessary for the performance of furnishing the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.02 & 4.03 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, witl4n the Contract Time and in accordance with thd other terms and conditions of the Contract 'Documents, including specifically the provisions of Paragraph 4.04 of the General Conditions. 11 (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given 'ENGINEER written notice of all conflicts, errors, discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other.BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER. (i) Any other representation as required by Laws and Regulations. BIDDER WILL coMPLETE THE WORK FOR THE FOLLOWING LUMP SUM PRICE(S): Section A & B (See Attached Page 13 & 14) All bid proposals must include detailed product submittals to provide a complete description o£the proposed hardware and soilware for all sections of the work. 12 BID PROPOSAL FORM CITY OF COLUMBIA HEIGHTS 2004 SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM CITY PROJECT NUMBER 04-03 A. SCADA SYSTEM PROPOSAL SHALL INCLUDE: 1. Design of a Supervisory Control and Data Acquisition (SCADA) System to fully automate the operation of Columbia Heights water distribution system and sanitary sewer system collection system. The SCADA System shall control the entire water distribution process and sanitary sewer collection system from a central computer located at the Municipal Service Center (MSC). 2. All Hardware and Software necessary to operate and support the proposed SCADA System. The proposed software must be expandable to provide for future control capabilities. The hardware furnished shall be 'Allen-Bradley,' or approved equal, and o£the latest generation, include a uninterruptible power system (UPS) and a separate mobile laptop computer, capable of communication via telephone modem with the primary SCADA System in the MSC Facility. The SCADA software shall be 'RS-View, Wonder-Ware,' or approved equal, and of the latest generation. All Labor Necessary to Install the software and hardware proposed and place the SCADA System into operation (including necessary trouble shooting during startup) at the MSC Facility. Training of the City of Columbia Heights Utility Personnel in the operation and maintenance of the proposed SCADA System to ensure thorough understanding of initial operating setpoints and procedures to customize /revise operations and settings. Connection t o the Automatic Telephone Dialing System which will provide notification of specific alarm events to the City of Columbia Heights' existing Monitoring Service via telephone. 6. All Miscellaneous supplies, operation manuals, labor, supervision, parts and transportation costs necessary to furnish, install and put into proper working order the proposed SCADA System. A. SCADA SYSTEM SUBTOTAL PROJECT 04-03' $ TOTAL SCADA SYSTEM BID WRITTEN IN WORDS 13 RADIO BASED LI~FT STATION, PU-M~ING STATION AND WATER TOWER ALARM AND MONITORING PROPOSAL SHALL INCLUDE: Design of a Radio Based Pump Station and Lift Station Alarm and Building Security Remote Telemetry System to service the City of ColumbiaHeights San/taw Sewer Collection and Water Distribution network (see attached location map). The system will have the capability to initially monitor four (4) sanitary sewer lift stations, two (2) water pumpin'g stations, one (1) water tower, and one (1) master meter. The system must also have the capability for future expansion to monitor additional sites. Conduct a Radio Path Report to establish a new frequency for communications with the identified remote sites to the home base at the Municipal Service Center. Completion of an application for licensure to the FCC for the new frequency is also included. 3. All Software~ Hardware~ Remote Radios~ Base FM Radio Transceiver~ Equipment Enclosures~ Antennas, Coaxial Cable~ Uninterruptible Power. Supplies and other equipment and materials necessary to install and place the monitoring systems into operation. 4. Ail labor necessary to install the radios, antennas and related equipment and program the entire alarm system for operation. 5. Training of City of Columbia Heights Public Works personnel on operation and maintenance of the system. ~ o An Automatic Telephone Dialing System to provide, notification of "on-call" personnel via recorded telephone messages of predetermined parameters at the water pump stations, lift stations, water tower and other remote sites monitored by this system. Ail Miscellaneous supplies, operation manUals, labor, supervision, parts and transportation costs necessary to furnish and place into working operation, the proposed Radio Based Lift Station Alarm and Building Security remote Telemetry System. B. RADIO BASED LIYT STATION, PUMPING STATION AND .W/ATER TOWER ALARM AND MONITORING SUBTOTAL PROJECT 04-03: * . _///./~/ff'/ffc2/c, dgt'ffff_~ TOTAL RADIO, ALARM AND MONITORING SYSTEM BID WRITTEN IN WORDS 14 TOTAL SCADA SYSTEM BID: (Total of Sections A & B above) TOTAL PROJECT BID: $ /~~'"~ TOTAL SYSTEM BID WRITTEN IN WORDS ALTERNATE BID FOR SUBMERSIBLE TRANSDUCER AND FLOAT An alternate bid has been provided for furnishing and installing a new submersible transducer and float in each of the four lift stations. Work shall include removal of the existing float system in each of the four lift stations and establishing new setpoints for each lift station. C. ALTERNATE BID FOR SUBMERSIBLE TRANSDUCER AND FLOAT (4 total): 5. BIDDER agrees that the Work will be completed as follows: CITY PROJECT NO. 0403 Supervisory Control and Data Acquisition (SCADA) System Final inspection by December 31st, 2004 in accordance with Paragraph 14.06 of the General Conditions. BIDDER accepts the provisiOns of the Agreement as to liquidated damages in the event of failure to complete the work on time. 6. The following documents are attached to and made a condition of the BiD. (a) Co) (c) A tabulation of Subcontractors, Suppliers, and other persons and organizations required to be identified in this Bid. The contractor will complete the Work sequence in accordance with Division 1, Section 4, General Requirements. Affidavit of Non-Collusion. Communications concerning this BID shall be addressed to the address of BIDDER indicated below. the General Conditions. SUBMITTED ON: ~//~/Z~ The terms used in this BID, which are de£med in the General Conditions of the Construction Contract included as part of the Contract Documents, have the meanings assigned to them in 15' ,2004. If BIDDER is: By Doing Business As Address (Individual's Name) (SinAL) Telephone No A PARTNERSHIP By. (Firm Name) (General Partner) Business Address (SEAL) Telephone No. (Continued on next page.) 16 A CORPORATION (Corporation Name)~ (State of Iicorporafion) ' ~2~fame of Person Authorized to Sign) (Title) . . /~ (Secretary) Business Address ]~),,~ .)Sjj A JOINT VENTURE By (Name) (Address) By (Name) (Address) Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above. 17 STATE OF COUNTY OF AFFIDAVIT OF NON-COLLUSION: 0) That I am the BIDDER (if the bidder is an individual), a partner in the BIDDER (if the bidder is a partnership) of an officer or employee of the BIDDER corporation having authority to sign on its behalf (if the BIDDER is a corporation; ' (2) That the attached bid or bids have been arrived at by the BIDDER individually and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any vendor of materials, supplies, equipment or services described in the invitation to bid designed to limit individual bidding or competition; (3) That the contents of the bid or bids have not been communicated by the BIDDER, or its employees or agents, to any person not any employee or agent of the BIDDER, or its surety, on any bond furnished with the bid or bids, and will not be communicated to any person, prior to any official opening of the bids, or bids; and; (4). That I have fully informed myself regarding the accuracy of the statements made in this affidavit. 'Q~ct~v ~_~.k~., BIDDER Pgu BIDS Subscribed and sworn to before me this ,~O<~)~ day of ~ ~.~(~ ~'h ,2004. k-/OFFICIAL TITLE 18 Contractor's Business Name: Address: ENGINEERING SUCCESSFUL SOLUTIONS ?h one No: CONC£P r TO COMPLETION Fax No: ....... INSTR~UMENT ,-'3YSTEMS, IN~. 13005 16th Ave. N., Sui£~ Plymouth, MN 5544-1 STEVE KEITF~ stevek@icscontrols.co r-r~ PHONE (763) CELL (61.2) FAX (763) ~.icscontr~. BIDS TO BE OPENED: This bid is submitted to: PROJECT IDENTIFICATION: 2004 SUPERVISORY CONTROl, AND DATA ACQUISITION (SCADA) SYSTEM CITY PROJECT NUMBER 0403' March 23fa, 2004 at 2:00 pm. CITY OF COLUMBIA HEIGHTS 637 - 38TM AVENUE NE COLUMBIA HEIGHTS, MN 55421 The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the' Contract time indicated in this bid and in accordance with the other terms and conditions of the Contract Document. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instruction to Bidders. This Bid will remain subject to acceptance for sixty (60) days after the day of Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER'S NOTICE OF AWARD. In submitting this bid, BIDDER represents, as more fully set forth in'the Agreement, that: 10 (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all of which is hereby acknowledged): I~ate Number Co) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of Work. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.02 & 4.03 o fthe General Conditions, and accepts the determination set forth in Paragraph S.C. 4,02 & 4,03 of the Supplementary Conditions of the extent of the tec~cal data contained in such reports and drawings upon which BIDDER is entitled to rely. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the work as BIDDER considers necessary for the performance of furnishing the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.02 & 4.03 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by BIDDER for such purposes. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site a nd assumes responsibility for t he accurate location of said Underground Facihties. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract 'Documents, including specifically the provisions of Paragraph 4.04 of the General Conditions. 11 (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (g) BIDDER has given 'ENGINEER written notice of all conflicts, errors, discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. (h) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or roles of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other.BIDDER to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER. (i) AnY Other representation as required by Laws and Regulations. BIDDER WILL colV[PLETE THE WORK FOR THE FOLLOWING LUMP SLIM PRICE(S): Section A & B (See Attached Page 13 & 14) All bid proposals must include detailed product submittals to provide a complete description of the proposed hardware and sottware for all sections of the work. 12 BID PROPOSAL FORM CITY OF COLUMBIA HEIGHTS 2004 SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM CITY PROJECT NUMBER 04-03 A. SCADA SYSTEM PROPOSAL SHALL INCLUDE: 1...Design of a Supervisory Control and Data Acquisition (SCADA) System to fully automate the operation of Columbia Heights water distribution system and sanitary sewer system collection system. The SCADA System shall control the entire water distribution process and sanitary sewer collection system from a central computer located at the Municipal Service Center (MSC). 2. Ail Hardware and Software necessary to operate and support the proposed SCADA System. The proposed sofhvare must be expandable to provide for future control capabilities. The hardware furnished shall be 'Allen-Bradley,' or approved equal, and of the latest generation, include a uninterruptible power system ~S) and a separate mobile laptop computer, capable of communication via telephone modem with the primary SCA_DA System in the MSC Facility. The SCADA software shall be 'RS-View, Wonder-Ware,' or approved equal, and of the latest generation. All Labor Necessary to Install the software and hardware proposed and place the SCADA System into operation (including necessary trouble shooting during starmp) at the MSC Facility. Training of the City of Columbia Heights Utility Personnel in the operation and maintenance of the proposed SCADA System to ensure thorough understanding of initial operating setpoints and procedures to customize /revise operations and settings. Connection t o the Automatic Telephone Dialing System which will provide notification of specific alarm events to the City of Columbia Heights' existing Monitoring Service via telephone. 6. Ail Miscellaneous supplies, operation manuals, labor, supervision, parts and transportation costs necessary to tim'fish, install and put into proper working order the proposed SCADA System. A. SCADA SYSTEM SUBTOTAL PROJECT 04-03: $ TOTAL SCADA SYSTEM BZD WRITTEN IN WORDS 13 RADIO BASED LIFT STATION, PUMYlNG STATION AND WATER TOWER ALARM AND MONITORING PROPOSAL SHALL INCLUDE: Design of a Radio Based Pump Station and Lift Station Alarm and Building Security Remote Telemetry System to service the City of Columbia Heights Sanitary Sewer Collection and Water Distribution network (see attached location map). The system will have the capability to initially monitor four (4) sanitary sewer lift stations, two (2) water pumping stations, one (1) water tower, and one (1) master meter. The system must also have the capability for future expansion to monitor additional sites. Conduct a Radio Path Report to establish a new frequency for communications with the identified remote sites to the home base at the Municipal Service Center. Completion of an application for licensure to the FCC for the new frequency is also included. 3. All Software~ Hardware~ Remote Radios~ Base FM Radio Transceiver~ Equipment Enclosures~ Antennas~ Coaxial Cable~ Uninterruptible Power Supplies and other equipment and materials necessary to install and place the monitoring systems into operation. 4. Ail labor necessary to install the radios, antennas and related equipment and program the entire alarm system for operation. 5. Training of City of Columbia Heights Public Works personnel on operation and maintenance of the system. ' An Automatic Telephone Dialing System to provide, notification of "on-call" personnel via recorded telephone messages of predetermined parameters at the water pump stations, lift stations, water tower and other remote sites monitored by this system. Ail Miscellaneous supplies, operation manUals, labor, supervision, parts and transportation costs necessary to furnish and place into working operation, the proposed Radio Based Lift Station Alarm and Building Security remote Telemetry System. B. RADIO BASED LIFT STATION, PUMPING STATION AND .W/ATER TOWER ALARM AND MONITORING SUBTOTAL PROJECT 04-03: $ TOTAL RADIO, ALARM AND MONITORING SYSTEM BID WRITTEN IN WORDS 14 TOTAL SCADA SYSTEM BID: (Total of Sections A & B above) TOTAL PROJECT BID: $ /f-~2O-~ TOTAL SYSTEM BID WRITTEN IN WORDS ALTERNATE BID FOR SUBMERSIBLE TRANSDUCER AND FLOAT An alternate bid has been provided for furnishing and installing a new submersible transducer and float in each of the four lift stations. Work shall include removal of the existing float system in each of the four lift stations and establishing new setpoints for each lift station. ALTERNATE BID WRITTEN IN WORDS ALTERNATE BID FOR SUBMERSIBL~F_&TRANSDUCER AND FLOAT (4 total): _ BIDDER agrees that the Work will be completed as follows: CITY PROJECT NO. 0403 · Supervisory Control and Data Acquisition (SCADA) System Final inspection by December 31 st, 2004 in accordance with Paragraph 14.06 of the General Conditions. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 6. The following documents are attached to and made a condition of the BID. (a) (b) (c) A tabulation of Subcontractors, Suppliers, and other persons and organizations required to be identified in this Bid. The contractor will complete the Work sequence in accordance with Division 1, Section 4, General Requirements. Affidavit of Non-Collusion. Communications concerning this BID shall be addressed to the address of BIDDER indicated below. the General Conditions. SUBMITTED ON: The terms used in this BID, which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents, have the meanings assigned to them in 15' ,2004. If BIDDER is: AN INDIVIDUAL By. (SF AL) (Individual's Name) Doing Business As Address Telephone No A PARTNERSHIP By (SEAL) (Firm Name) (General Partner) Business Address Telephone No. (Continued on next page.) 16 A CORPORATION By/~ut?~r~d~-]- ~/v"~] ~.~.{~ i](p,~;~,.~ ~,( (SE~) (Corporation Name)© (State of I~corporafion) ~ame of Person AuthorBed tb Sign) (Title) (Secretary) Business Address ~.),~ o A JOINT VENTURE By (Name) (Address) By. (Name) (Address) Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above. 17 STATE OF COUNTY OF AFFIDAVIT OF NON-COLLUSION: O) That I am the BIDDER (if the bidder is an individual), a partner in the BIDDER (if the bidder is a partnership) of an officer or employee of the BIDDER corporation having authority to sign on its behalf (if the BIDDER is a corporation; (2) That the attached bid or bids have been arrived at by the BIDDER individually and have been submitted without collusion with, and without any agreement, understanding or planned common course of action with any vendor of materials, supplies, equipment or services described in the invitation to bid designed to limit individual bidding or competition; (3) That the contents of the bid or bids have not been communicated by the . BIDDER, or its employees or agents, to any person not any employee or agent of the BIDDER, or its surety, on any bond furnished with the bid or bids, and will not be communicated to any person, prior to any official opening of the bids, or bids; and; (4). That I have fully informed myself regarding the accuracy of the statements made in this affidavit. Subscribed and sworn to before me this ,~,~'~ day of ¥,~'~7~ ;\f* ~h ,2004. "-!OFFICIAL TITLE 18