Loading...
WA9601-CS 980220 SHIMEK, JACOBS & FINKLEA, L.L.P. s CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Fax (214) 361-0204 Phone (214) 361-7900 ROSS L. JACOBS, P.E. RONALD V. CONWAY, P.E. JOHN W. BIRKHOFF, P.E. JOE R. CARTER, P.E. February 20, 1998 GARY C. HENDRICKS, P.E. 1. C. FINKLEA, P.E. Mr. Kenneth M. Griffin, P.E. City of Coppell Post Office Box 478 Coppell, Texas 75019 Re: Wagon Wheel Ranch Elevated Storage Tank Project Number WA-96-01 Bid Number Q0198-03 Dear Mr. Griffin: We have checked the bids received on February 19, 1998, for the construction of the Wagon Wheel Ranch Elevated Storage Tank project (Project Number WA-96-01, Bid Number Q0198-03). We are enclosing both a summary of the bids received along with an itemized tabulation of the bids. Landmark Structures, Inc. of Fort Worth, Texas, submitted the low bid base bid and low additive alternate bids for both additive alternate "A" and "B" as follows: Base Bid Amount: ..........................................................................................$2,191,628.00 Base Bid + Additive Alternate "A": ...............................................................$2,256,717.00 Base Bid + Additive Alternate "B": ...............................................................$2,199,691.00 The Base Bid represents the work associated with the construction of the elevated storage tank, material storage area, site improvements and the necessary appurtenances to the tank. Additive Alternate "A" adds the extension of Northpoint Drive approximately 340 feet as a 4-lane divided concrete thoroughfare to the main entrance of the tank site. Additive Alternate "B" adds the extension of Northpoint Drive approximately 340 feet as a gravel access drive to the main entrance to tank. We have worked with this contractor in other Cities and are familiar with their experience and qualifications. They have successfully completed similar elevated storage projects in the City of Farmers Branch, City of Carrollton, City of PIano, City of Irving and University Park. It is our opinion Landmark Structures, Inc. has the equipment, experience and financial capability to properly pursue a project of this type. j:\coppell\96-149\letters\const\award.doc Mr. Kenneth M. Griffin, P.E "~ ~ City of Coppell February 20, 1998 Page No. 2 Accordingly, we recommend that the City of Coppell accept either the Base Bid plus Additive Alternate "A" in the amount of $2,256,717.00, or the Base Bid plus Additive Alternate "B" in the amount of $2,199,691.00, and award a contract in either amount to Landmark Structures, Inc., for the construction of the Wagon Wheel Ranch Elevated Storage Tank project. We are available to discuss this project and our recommendation further at your convenience. Gary C. Hendricks, P.E. Enclosures j :\coppel!\96-149\letters\consfiaward.doc - - I CITY OF COPPELL, TEXAS WAGON WHEEL RANCH 2.0 M.G. ELEVATED STORAGE TANK PROJECT NO. WA-96-01 BID NO. QO198-03 BID SUMMARY Bids Received at 2:00 p.m., February 19, 1998 Plan Holders Base Bid Base +Alt. "A" Base +AIt. "B" 1. Landmark Structures, Inc. 1665 Harmon Road Fort Worth, Texas 76177 $2,191,628.00 $2,256,717.00 $2,199,691.00 2. Pitt-Des Moines, Inc. 175 Town Park Drive, #240 Kennesaw, GA 30144 $2,350,000.00 $2,413,234.65 $2,356,622.50 J:~Coppell\96149\Specs~Bid-Taly.doc TABULATION OF BIDS e.O OF B.D OF DATE: February 19, 1998 PROJECT: CITY OF COPPELL, TEXAS SIllHE, K, JACOBS & FINKLEA, LL.P. Landmark Structures, Inc. Pitt-Des Moines, Inc. Wagon Wheel Ranch 2.0 MG Elevated Storage Tank CONSULTING ENGINEERS 1665 Harmon Road 175 Town Park Ddve, #240 Bid No. Q 0198-03 Dallas, Texas Fort Worth, Texas 76177 Kennesaw, GA 30144 ITEM APPROXIMATE ~ QUANTITIES UNIT DESCRIPTION UNIT BID PRICE EXTENSION UNIT BID PRICE EXTENSION .~ - BASE BID For Performing all Work of whatever nature required in strict conformance with the Plans and Specffications to construct ] a 2,000,000 Gallon Composite Elevated Steel Water Storage Tank (Reinforced Concrete Column and 2,000,000 Gallon I Steel Tank) (AWWA D100), together with all necessary appurtenances including Design, Materials and Labor and for all _ ' 1 L.S. w0_rk called for in the Plans and Specifications, with the Exception to Paving Impr_pye~ents to_Nprthpoint Ddve $2,191,628.00 $2,191,628.00 $2,350,000.00 $2,350,000.00 ~ TOTAL AMOUNT - BASE BID (Item No. 1) $2,191,628.00 $2,350,000.00 iI ' ~kDDITIVE ALTERNATE "A" 1A i 1,963 S.Y. ~ or Furnishing and Installing 6-Inch Reinforced Concrete Pavement (Northpoint Drive) $22.00 $43,186.00 $25.00 $49,075.00 2A ! 1,205.5 L.F. i For Furnishing and Installing 6-Inch Monolithic Curb (Northpoint Drive) $2.00 $2,411.00 $1.3_Q $1,567.15 ' For Lime Treated Subgrade 3A i 2,125 S.Y. $2.80 $5,950.00 $1.50 $3,187.50 34 Tons i For Lime $100.00i $3,400.00 $125.00 $4,250.00 4A i 5A i 354 C.Y. For Unclassified Street Excavation $23.00! $8,142.00 $7.50 $2,655.00 6A i 5 Ea. ~p~Type III Barricades _ $400.001 $2,000.00 $500.00 $2,500.00 TOTAL AMOUNT - ADDITIVE ALTERNATE ,,A-(Items 1A Through 6A) $65,089.00 $63,234.65 i 1B ~ 380 S.Y. For Furnishing and Installing 8-Inch Crushed Stone Pavement (Northpoint Dr!ve) $12,001 $4,560.00 $14.00 $5,320.00 2B I 107 C.Y. For Unclassified Street Excavation $29.00 $3,103.00 $7.50 $802.50 3B I 1 Ea. For T~ype III Barricades $400.00 $400.00 $500.00 $500.00 TOTAL AMOUNT -ADDITIVE ALTERNATE "B" (Items 1B Through 3B) $8,063.00 $6,622.50 BASE BID + ALTERNATE "A" (Item 1 plus Items 1A-6A) I $2,256,717.00 $2,413,234.65 I BASE BID + ALTER_NATE "B" (Item 1 plus Items 1B- 3B) . ~ I $2,t99,691.00__ $2,356,622.50 J:\Coppell\96149XspecsXSec-lA,wk4 Page: I of 1 TABULATION OF BIDS aid OF aid OF DATE; February 19, 1998 !PROJECT: CITY OF COPPELL, TEXAS SH|I~IEK~ JACOBS & FINKEEA, I..E.P. Landma~ Stru~ures, Inc. ~ Pi~-Des Moines, Inc. Wagon Wheel Ranch 2.0 MG Elevated Storage Tank CONSULTING ENGINEERS 1665 Harmon Road 175 Town Park Drive, ~240 Bid No. Q 0198-03 Dallas, Texas Fo~ Wo~h, Texas 76177 Kennesaw, GA 30144 ITEM APPROXIMATE NO. QUANTITIES UNIT DESCRIPTION ;UNIT BID PRICE EXTENSION ~UNIT BID PRICE~ EXTENSION ~BASE BID : For Pe~orming all Work of whatever nature required in stri~ conforman~ with the Plans and Specifications to construct a 2,000,000 Gallon Composite Elevated Steel Water Storage Tank (Reinforced Concrete Column and 2,000,000 Gallon Steel Tank) (A~A DI00), together with all necessa~ appu~enan~s including Design, Materials and Labor and for all 1 1 E L.S. work called for in the Plans and Specifications, with the Exception to Paving Improvements to Noahpoint Drive $2,191,628.00; $2,191,628.00 .......... TOTAL AMOUNT - BASE BID (Item No. 1) $2,191,628.00~ $2,350,000.00 ADDITIVE ALTERNATE "A" 1A 1,963 S.Y.~or Furnishing and Installing 6-Inch Reinforced Concrete Pavement (Noahpoint Drive) ...... $~-00_ _ $43,186:00~ $~5.0~ _ _ . $49,075.0~ ~A . 1,205.5 . .L'F'_ .~OE EUrnishing and Installing_~:ln~h~Mp~oli~b_icCu~ (Noahpoint Drive) $2.00: $2,411.00 ~ $1.30 $1,567.1~ 3A 2,125 S.Y. For Lime Treated SUbgrade _. $2.80 $5,950.00 ' $1.50 $3,187.50 4A 34 Tons For Lime $100.00 $3,400.00 $125.00 $4,250.00:~ 5A 354 C.Y. For Unclassified Street Excavation $23.00 $8,142.00 $7.50 $2,655.00 6A 5 Ea. For Type III Barricades TOTAL AMOUNT - ADDITIVE ALTERNATE "A" (Items 1A Throug~ 6A) $65,089.00i $63,234.65 . ADDITIVE ALTERNATE "B" 1B 380 S.Y. For Furnishing.~nd Installing 8-Inch Crushed Stone Pavement (Noahpoint Drive) $12.00: $4,560.00 $14.00~ $5,320.00~ 2B 107 C.Y. For Unclassified Street Excavation $29.00~ $3,103.00 $7.50 $802.50~ 3B 1 Ea. For Type III Barricades $400.00 $400.00 $500.00 $500.00~ . :TOTAL AMOUNT - ADDITIVE ALTERNATE "B" (Items 1B Through 3B) ; $8 063.0Oi ....... }6~.~2.5~ ~ ' BASE BID + ALTERNATE "A" (Item ~ plus Items IA -6A) .. $2,256,717.00~ $2,413,234.65j __ , BASE BID + ALTERNATE "B" (Item I plus Items 1B- 3B) $2,199,691.00; $2,356,622.50 J:\Coppell\96149Xspecs\Sec-lAwk4 Page: 1 of I L~r~%b 01 , TRANSMITTAL OF ADDENDUM INSTRUCTIONS: ia~cknowledge receipt of Addenda in Proposal, on outer envelope of bid AND WITH THE FORM I~ELOW FAXEl) TO (214) 361-0204 upon receipt. A, ddenflum Aeknowletlgment FAX to (214)361-0204 i (Contractor/Company Name) ~cknowledge the receipt of Addendum No. 3 City of: city of coppill, Texas project Name: WAGON WHEEL RANCH ELEVATED STORAGE TANK By Facsimile Transmission on this date: February 16, 1998 Contractor's Signature "PLEASE SIGN & FAX THIS PAGE BACK TO SJ&F" (as verification that you received this Fax) (214) 361-0204 Total Number of Fax Pages: 6 J:\coppellV~6149\specs\add-3doc -- (- CITY OF COPPELL, TEXAS WAGON WHEEL RANCH ELEVATED STORAGE TANK PROJECT NO. WA-96-01 BID NO. Q0198-03 ADDENDUM NO. 3 February 16, 1998 ]The plaus and specifications for the construction of the City of Coppell, Texas, Wagon Wheel Ranch Elevated ]Storage Tank project, for which bids are to be received until 2:00 p.m., February 19, 1998, are hereby modified ~as follows: i l. The Contract Time for this project is hereby modified as follows: All items of work related to the Base Bid shall be completed and in service within four hundred (400) Calendar Days. Work item related to Additive Alternate Bid "A" shall be completed within sixty (60) calendar days beyond the base bid time. Work items related to Additive Alternate Bid "B" shall be completed with twenty (20) calendar days beyond the base bid time. a) Refer to the Instruction to Bidders, Section 8. Contract time. Delete the first two sentences in subsection 8.1 in its entirety and replace with the following: "Time is of the essence on this project. In no case shall the contract time exceed four hundred (400) calendar days for the work associated with the Base Bid. Additive Alternate Bid Item "A", if constructed, shall be constructed within sixty (60) calendar days beyond the base bid time. Additive Alternate Bid Item "B", if constructed, shall be constructed within twenty (20) calendar days beyond the base bid time. b) Refer to pages 1-17 and 1-18 of the Proposal and Bid Schedule. Delete these pages in their entirety and replace with the attached pages 1-17 and 1-18, marked with "Addendum No. 3" in the lower right hand comer of the page. 2. Refer to the Performance Bond, Page 1-30 of the Bid Documents. This project requires a two year maintenance bond which is included in the bid documents. Therefore, strike all references to maintenance requirements in the Performance Bond. Specifically, eliminate from the Performance Bond the clause beginning with "...and, if the Principal shall repair and/or replace all defects..." and ending with "... and final acceptance of the Work by the Owner." The City of Coppell will issue a revised Performance Bond at the time of contract award. 3. Refer to Page 4-4 of the Special Conditions, Section SC.8.B.2) Concrete Column of Tank. Revise the last : sentence of the second paragraph of this section as follows: ~ Strike reference to 54 foot minimum tank column diameter and replace with 52 foot minimum. !l:\coppell\96149\specs\add-3.doc Page I of 3 AddendumNo. 3 '4. Refer to Page 4-5 of the Special Conditions, Section SC.8.C.3) Accessories, Ladders Append the following to the last sentence of the first paragraph of this section. "...shall have round rungs with a gnarled finish." i5- Refer to Page 4-7 of the Special Conditions, Section SC.8.C.7) Accessories, Access Doors. Delete the last two sentences of the first paragraph of this subsection. The overhead doors are to be manually operated. !6. Refer to Page 4-9 of the Special Conditions, Section SC.8.F. Foundations Delete the last paragraph of this section concerning testing of the foundation in its entirety. :7. Refer to Page 4-9 of the Special Conditions, Section SC.9. Control Valve and Electric Valve Operator. The system operation shall include motor operators for both the 24-inch butterfly valve and the 12-inch by-pass gate valve. Revise all pertinent subsection of this specification to include motor operation of the 12-inch gme valve. ~8. Refer to page 62 of the Special Conditions, Section SC.23.A.9.b) Guarantee for Underground Irrigation System. The irrigation system guarantee shall run for a period of two (2) years in accordance with the project specifications. Strike all reference to a one year guarantee in this section and revise the guarantee to two years. ]9. Refer to page SC-47 of the Special Conditions, Section SC.21 A.2) Related Sections. Revise SC.73 to read SC.23 and revise SC.74 to read SC.22. ';10. Refer to page SC-54 of the Special Conditions, Section SC.22 A.2) Related Work. Revise SC.74 to read SC.22 and revise SC.72 to read SC.21. [11. Refer to Construction Plan Sheet No. 1. The Material Storage Bin parameter wall is to be constructed integral with the screening fence as shown on the Fence and Storage Bin Details, Sheet No. 8. The coordinates shown for the fence corners apply on this sheet. Strike all references, associated coordinates and dimensions relative to "Bin Wall Corner" or "Storage Bin Wall". i l 2. Refer to Construction Plan Sheet No. 4, Floor Plan and Sections. a) Refer to the Legend. Items T and U are to be revised to AWWA C-900 PVC with mechanical : joint ductile iron fittings. b) Refer to Section B-B of Overflow Pipe. i) The centerline of the overflow pipe discharge line is hereby revised to Elevation 527.5 ii) The flap valve (legend Item "C") is called out in Note 7 on this sheet. Strike reference to Waterman F25F and replace with APCO Model 118, rubber lined with BUNA-N flapper. The contractor is to construct a reinforced concrete valve support to be centered under the valve. Minimum dimensions are 6" thick by 3' wide. c) Refer to Section A-A. i) The 24" RCCP inlet pipe fitting "S" may be modified to a 90 degree restrained joint bend at the contractor's choice. Inlet pipe "R" may be modified to a restrained joint fitting below the tank foundation. ii) Gate Valve "E" shall be rotated so that the operator is in the horizontal plane. J:\coppcll\96149\specs\add-3.doc Page 2 of 3 Addendum No. 3 iii) Clarification. Both the 24-inch Butterfly Valve and the 12-inch Gate Valve on the Elevated Storage Tank Inlet Piping are to be motor operated. See modifications to SC. 9 of the specifications in this addendum. 3. Refer to construction Plan Sheet No. 5, Tank Elevation and Details. a) Revise the handrail height in Note No. 2 to 42-inches. ! b) Eliminate all references to "Gutter Drain". A gutter drain is not required on this project. [14. Refer to construction Plan Sheet No. 6, Details. Platform Section A-A. Strike the lower table of the representative sizes and dimensions of spiral stairs in its entirety. The spiral staircase dimensions shall conform to the manufacturers guidelines for a 72" diameter opening staircase with a 12-foot rise. The spiral staircase shall be manufactured by Stairways, Inc., 4199 Pinemount, Houston, Texas 77018 (713) 680-3110, or equal. ]15. Refer to Construction Plan Sheet No. 8, Fence and Storage Bin Details. ~ a) Refer to the Brick Veneer Fence Elevation and the Welded Steel Gate Elevation. The Brick ~ Column dimension in both of these details shall be revised to 20"x 20". b) Refer to the Plan-Fence Rail at Picket detail. Strike the direction to "Punched to receive pickets at 6" O.C.". The 2"x2", 11 gauge steel channel tube is not required to be punched. ]16. Refer to Construction Plan Sheet No. 9. i a) Add 1-24' butterfly valve to the items to be furnished and installed at Station 1+73.93. ~ b) The 24" waterline shall be Prestressed Concrete lined Cylinder Pressure Pipe (Class 150), AWWA C301, or Pretensioned Concrete Pressure Pipe (Class 150), AWWA C303. il 7. Bidders shall acknowledge receipt of Addendum No. 3 in the space provided in the Proposal and on the outer envelope of their bid, and by faxing back the "Transmittal of Addendum Aeknowledl~ment Sheet" to Shimek, Jacobs & Finklea~ L.L.P. at (214) 361-0204. SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS DALLAS, TEXAS ;J:\coppel!\96149\specsXadd~3.doc Page 3 of 3 Addendure No. 3 BID SUMMARY BASE BID + ADDITIVE ALTERNATE "A" (Item I + Items 1A thru 6A) Total Price Bid in Words: Total Calendar Days Bid in Words: Four Hundred (400) Calandar Days (Base Bid) + Sixty (60) Calandar Days (Additive Alternate "A') BASE BID + ADDITIVE ALTERNATE "B" (Item I + Items IB thru 3B) Total Price Bid in Words: Total Calendar Days Bid in Words: Four Hundred (400) Calandar Days (Base Bid) + Twenty (20) Calandar Days (Additive Alternate "B") 6. BIDDER agrees that all Work awarded will be completed within Four Hundred (400) calendar days for the Base Bid work and within Sixty (60) additional calandary days beyond the base bid time for Additive Alternate Bid "A", or twenty (20) additional ealandar days beyond the base bid time for Additive Alternate Bid "B". Contract time will commence to run as provided in the Contract Documents. 7. Commm~ications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. BIDDER understrands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (See Instructions to Bidders). 9. 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 the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City°s available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITTED on ,19__ J:\C°PPcll'~cJb149XsPec~'\See'lb.d°c 1-] 8 Addendutn No. 3 "" ADDITIVE ALTERNATE "B" For Furnishing and Installing 8-Inch Crushed 1B 380 S.Y. Stone Pavement ~o~hpoint Drive) , complete in place, the sum of ......................... Dollars and ..................... 2B 107 C.Y. For Unclassified Street Excavation complete in place, the sum of ..................... Dollars and .............................................. 3 B 1 Ea. For Type llI Barricades complete in place, the sum of Dollars and Cents per Each. TOTAL AMOUNT - ADDITIVE ALTErATE "B" (Items 1B Through 3B) The undersigned hereby proposes and agrees to ~rform all work of whatever nature required in strict conformance with the plans and specifications, and to furnish ~d construct the Wagon Wheel Ranch Elevated Storage Tank, complete in place, together with all necessa~ appu~enances, and to complete all items of work for the Base Bid within Four Hundred (400) consecutive calendar days after issuance of the work order. SUMMARY OF BIDS: To_ta!_AmountBid BASE BID (Item 1) $ BASE BID + ALTERNATE "A" (Item 1 plus Items 1A- 6A) $ ........................ BASE BID + ALTERNATE "B" (Item 1 plus Items 1B- 3B) $ ............................... TOTAL NUMBER OF_ CALEN_D, AR..DA. YS: Ca!endar_Day_~ Bid BASE BID (Item 1) ................. _~Q_o..calandar Days ALTERNATE "A" (Item I plus Items IA- 6A) ALTERNATE "B" (ltem l plus Items 1B- 3B) ................ _20 CalandarDays ..... I:\Coppell~r)bl40~specs\S~c-lA,wk4 1-17 Addendure No 3