Loading...
CF-Village-BD 881213~-S~BN!$S!JN DEADLINE: 5:0~ ,.m. ~o~day - 8 Days. Preceding ~-'y Council Heeting ;e,:.: ~ffective 1/20/88 ~ ~ --- AG~A REQ~ST ~ ~R CI~ CO~CIL ~IN~: Oece~e~ 13, 1988 I. REF/FILE ~ : Village Parkway Pump Station II. ITE~ C~TION : Discussion and consideration of awarding or rejecting bids for the Villaqe Parkway Pump Station and authoriTing the Mavor to execute necessary contracts. ACTION RECONNENDED : IV. REP. IN ATTENDANCE A: ST~ - Russel.l Doyle, P,E. B: ollt~l[- Ginn, Inc. - H. Wayne Ginn, P.E., Sanford Case,-P.E. V. NOTIFICATIOS TO : N/A NETHOD OF CONTACT : DATE : SO.CE OF co's oR ~s ~s ~ter Revenue B0~ds ." (Series or year authorize) : '-19~ -. .... . . ·. . - .'.~ ..... .....-.. ..... ~ .............. ~,.~ ......... ~.~.:~. ,.~ ~ . MEMORANDUM DATE: December 9, 1988 TO: Mayor and City Council VIA: Alan D. Ratliff, City Manager FROM: Russell Doyl ty Engineer SUBJECT: Village Parkway Pump Station Staff recommends awarding the Village Parkway Pump Station contract to the second lowest bidder, Cajun Contractor's, Inc. As prescribed in this packet,Athere are a number of technical errors and lack of information, i.e., the financial statement and experience record, that precludes a positive recommendation o the lowest responsible bidder. As I understand, the City ouncil in its consideration can waive all of these / requirements and if they deem it necessary, can award the contract to the lowest responsible bidder. If that would be the case, all of the required documents, e.g. bid bond, etc. are in order to award to the lowest responsible bidder, execute the contract, and complete the project. F~5~. ~-~L,(_,..F~ 1""0 .~""T-~'~'-'~ GINN, INC. CONST'LTING ENGINEERS December 5, 1988 Mr. Russell Doyle, P.E., City Engineer City of Coppell P.O. Box 478 -F~!~ 13-~/~i 13 -~0 Coppell, Texas 75019 ~ C~"~ ¢~- [~> f ~' '< Re: Village Parkway Pump Station~_ ~ ~ ~ ~ ......................... ~ %~.~ ~3 ~1'%- ~' Dear Mr Do le- .~ ~5 ~Zoa~':'-¢'-' ~~ - 1, 1988 aC 10:00 A.X. ~n ~--''~'/he Co~ell ?o~n Cen~e~. S~x (6) submitted proposals as general contractors. They are listed a~i~ . follows: ~ ~ ~ ~fL~+~5 ~ I~~%~;%~ C.D. Hende-rs~n,~" ~.;,~,1~ ~i~ $1,986,100 * Cajun Contractors, Inc. ~~ ~-~ $2 157 000 BAR Constructors, Inc. ~-T~}~ ~~, $2,188,682 Red River Construction Company, Inc. $2,211,000 ~/Wallace Constructors, Inc. $2,259,000 Craig, Sheffield, & Austin, Inc. $2,280,000 · The proposal submitted by C.D. Henderson, Inc. contains six irregularities from the retirements of the Specifications (ref. letter to R. Doyle dated 11/7/88). We have completed our review of the proposals received and wish to offer the following facts for your consideration: 1. The apparent low bidder, C.D. Henderson, Inc. has not submitted any evidence that they are now, or have ever been involved in pump station, water plant, or wastewater plant construction of the type re~ired for this project. All other bidders have experience in these areas. 2. C.D. Henderson, Inc. has declined to submit financial statements for review (see attached letter dated 11/2/88 from C.D. Henderson). All other bidders submitted financial statements for review. 17103 Preston Road · Suite 100 · LB 118 · Dallas. Texas 75248 · Phone 214/248-4900 3. C.D. Henderson proposes to subcontract out approximately 76% of the total project. Their major subcontractor (±49% of total) was proposed to be Southern Mechanical Plumbing, Inc. for the utility and mechanical portion of the project. This subcontractor was unable to submit evidence of previous experience on projects of similar complexity or scope. In accordance with the Specifications, we requested that the proposed subcontractor be replaced. C.D. Henderson, Inc. submitted a substitution for the utility portion of the project but requested an additional $142,655.00 (see attached letter dated 12/1/88). The Specifications state that the substitution must be made without an increase in Bid price. The wording of their substitution letter is unclear as to their intentions to offer a replacement for the mechanical work on the project as requested. 4. The second lowest bidder, Cajun Contractors, Inc. has filed a formal protest of consideration of the C.D. Henderson, Inc. proposal due to irregularities (see attached). The Cajun Contractors, Inc. proposal does conform to the Specifications. Cajun proposes to subcontract out approximately 38% of the project and has submitted experience records on similar projects. In our opinion, the City Council has three (3) options for the consideration of these proposals: 1. Waive informalities and consider award of the project to C.D. Henderson, Inc. in.the amount of $1,986,100.00 plus assignment of the pump~nd motors. If this option is chosen, we recommend that the City Council interview a representative of C.D. Henderson, Inc. to determine if they intend~ supply an acceptable mechanical and utility subcontractor for the original bid price. 2. Reject the proposal of C.D. Henderson, Inc. and consider award of a contract to Cajun Contractors, Inc. in the amount of $2,157,000.00 plus assignment of the pumps and motors. ~0~~0~0 Prior to pursuing this option, C.D. Henderson, Inc. should · be given an opportunity to present their case for why they should be awarded the contract. 3. Reject all proposals received from general contractors on the project and re-advertise for Bids. If the City Council chooses to pursue this option, we recommend that the City issue a purchase order for the Pumps and Motors and assign them to the Successful Contractor at a latter date. We have prepared the agenda request items to allow consideration of the above items. Estimates of probable project budgets for the two lowest bidders are also included for your review. We will be available at the December 13, 1988 Council meeting to discuss these items. Please feel free to contact us if you have any questions. Sincerely, attachments SWC/HWG cc: Alan Ratliff Sanford Case, P.E. Frank Trando File 380 Steve Goram (;INN, IN(i. (;()N."4111,TIN¢; I.;N¢;INEEIlS November 7, 1988 Mr. Russell l~oyle, P.E., City Engineer City of Coppell Post Office Box 478 Coppell,' Texas 75019 ? Re: Village Parkway Pump Station Dear Mr. Doyle: Bids were received on the above referenced project at 10:00 A.M. on Tuesday, November I, 1988 in the Coppell Town Center. Six general contractors submitted proposals. The preliminary summary is as follows: C.D. llenderson, Inc. Garland, TX $1,986,100 Cajun Contractors, Inc. Dallas, TX $2,157,000 BAR Constructors, Inc. Lancaster, TX $2,188,682 Red River Construction Company, Inc. Farmers Branch,TX $2,2 i 1,000 MMR/Wallace Constructors, Inc. Dallas, TX $2,259,000 Craig, Sheft'ield, & Austin, Inc. ' Grand Prairie, TX $2,280,000 At this time, we are attempting to evaluate the two lowest bids before submitting them for Council consideration. Several discrepancies and possible non-conformities have been noted in the proposal from the low bidder. They are listed as follows: 1) Both copies of the proposals were submitted in pencil. Section 00100 (I.6, A) of the Contract Specifications requires that all bids be in ink or typewritten. 2) The low bidder'.~ work experience submitted for review with the bids does not indicate any history of pump station, water plant, or wastewater plant construction. Section 00100 (I.4, B) requires that a bidder show they are experienced and have been regularly involved in the type of construction required for this project. 17103 I'rc-,!otl R,~;,.I · .'quilt 100 · I.B liN, · I)all.'t,..'l'cx:,,; 75_'2.-18 · Phone 21-1/2-l~-491)0 3) Section 00400 of the Specifications required all bidders to submit financial statements. The Iow bidder declined to sub,nit financial statements with his bid and again when requested after bids were received on the basis of confidentiality and the Texas Open Records Act (see attached letter from C.D. Henderson dated 11/2/88). 4) Bidders were required to furnish a certified list of subcontractors proposed for the project including the estimated dollar amount of work involved for each (Ref. Section 00430). The low bidder failed to list the dollar amount for a major sub-contractor. 5) Each bidder was required to submit a Summary Breakdown of Estimated Costs for the Project (Section 00470 -A) with the bids. Tile Specifications state that the total on the summary breakdown must match the lump sum total on the proposal form. The Iow bidder's totals do not match by $11. 6) Each bidder was required to submit a detailed Breakdown of Estimated Costs for the Project (Section 00470) within 24 hours of the bid time. It is stated on the forms and in Addendum #4 that the totals by Division must match the Summary submitted with the bids and the total on the Proposal form. The Iow bidder's totals do not match by Division or agree in total with either the Proposal form or Summary Breakdown by approximately 31,000. We have received a letter from the second lowest bidder indicating their desire to protest consideration of the C.D. Ilenderson, Inc. proposal due to irregularities. We are continuing our investigation and hope to clarify some of the questions prior to the next regularly scheduled Council meeting. Proposals were also received from two pump companies for furnishing the pumps and motors for this project. Each manufacturer bid several alternate motors (7 combinations in ail) and we are currently evaluating the proposals to determine which ones are in compliance with the specifications. We will forward a summary on the pump proposals as soon as we have evaluated the units for compliance with the specifications, efficiency, and noise ratings. For your general information, the pump proposals ranged from $117,399 to $247,946. We plan to meet with the two lowest bidders early this week to discuss the project and their proposals. We are also evaluating sub-contractors proposed for use by each general contractor. We will advise you of our findings as soon as possible. If you have any questions, please feel free to contact us. Sincerely, attachments cc: Alan Ratliff Frank Trando Steve Goram H. Wayne Ginn, P.E. Larry Jackson File 380 ~ C. D. HENDERSON ~-~ .'~' INCORPORATED :'.ii.'.? :." '272-5466 1917 COPPER ST. GARLAND. TEXAS?5042 ~[---~ (~ [-~ O~['-~NOV -- 2 19~ ~'~ November 2, 1988 City of Coppell, Texas % Ginn, Inc. Consulting Engineers 17103 Preston Road, Suite 100 Dallas, Texas RE: Village Parkway Pump Station Disclosure of Financial Statement Gentlemen: Please accept this letter as explanation of our concern regarding dis- closure of our financial statement. C. D. Henderson Incorporated is one hundred percent privately owned by Charles D. Henderson, and we feel that our financial statements are confidential. Should we furnish those statements to the City of Coppell, a public entity, then under the Open Records Act of the State of Texas, our financial statements become available to our competitors or to whomever else would care to request copies of ~uch. This would not seem to be a prudent business decision on my part and hope- fully, you and your board will understand my position. We have. had audited financial statements done on our firm for over eight years, 'and the current audited statement has been prepared through our fiscal years end, November 30,.-1987. These financial statements will be made available on a confidential basis, for your review or your chosen representative's review, at our office in Garland, Texas. Should you care to further check on our financial responsibility, you may check with the following people as references: City of Coppell % Ginn, Inc. Consulting Engineers November 2, 1988 Page -2- Mr. John Haubrick, ¥.P. 270-6701 MBank Centerville, Garland, Texas Mr. Richard Daiker, Bonding Agent 681-1421 Keystone General Insurance Agency, Mesquite, Texas Mr. William Cottrell, C.P.A. 501-663-1140 Little Rock, Arkansas I hope this information will suffice and that you can understand our position on this issue. As I stated previously, the information is available for your review should you care to do so. If I can be of any further help or assistance in this situation, please let me know. Sincerely, C. D. HENDERSON~ INC. C. D. Henderson President CDH/dh November 18, 1988 Mr. Mel Michael C.D. Henderson, Inc. 1917 Copper Garland, Texas 75042 Re: Village Parkway Pump Station City of Coppell, Texas Dear Mr. Michael: We have reviewed the additional experience record ~ubmitted for your proposed mechanical and utility subcontractor, Southern Mechanical Plumbing, Inc. The information submitted still does not indicate experience in projects of similar magnitude or scope. Therefore, in accordance with Section 00100, Paragraph 1.13 (A) of the Specifications, we request that you submit qualifications for another mechanical and utility subcontractor for consideration on this project on or before December 1, 1988. Sincerely, Santo a case, Project Manager Certified Mail # P 833 797 772 Return Receipt Requested cc: Russell Doyle, P.E. Alan Ratliff Steve Goram Larry Jackson Frank Trando H. Wayne Ginn, P.E. File 380 17103 15'cst,,n I(,,:*d ® Suilc Il)il · I.It IIX $ l);dl.'ls.'l','x:is 7.s2,1X · I'h~,~c 214/2,1X-.1~)00 CANTERBURY, STUBER, ELDER & GOOCH AT'rORNEYS AND COUNSELORS · ND~W ~RAMNIC K ~v~r 7, 1988 ~" Mr. Alan D. Ratliff CERTIFIED MALL, City Manager REX~RN I~CEIP~ ~~ City of Coppell P.O. Box 478 Coppell, Texas 75019 Re: Bid Protest - Village Parkway Pump Statio~ Request for Proposal No. 0030 Dear Mr. Ratliff: Please be advised that this firm represents Cajun Contractors, I~. ("Cajun") in all matters related to the above-referenced project. In that regard, Cajun has requested that we file this formal notice of Bid Protest on their behalf. As you may know, bids for this project were received by the City on November 2, 1988 and Cajun was designated as the secor~ low bidder. The apparent first low bidder was C.D. Henderson, Inc. However, because of the improprieties in Henderson's proposal which are listed below, it is Cajun's position that Henderson's bid should not be considered for contract award. The irregularities in Henderson's proposal are as follows: 1. The Bid Proposal was completed in pencil. However, the project specifications require that "bid proposals must be completed in ink or by typewriter." See Division O, Section · 0100, Part 1.6(a). 2. Financial Statements for C.D. Henderson, Inc. were not attached to its bid proposal. However, the project specifications clearly require that a Financial Statement be attached to all bids. See Division O, Section 00040, Part 1.2. 3. Henderson's bid proposal did not include Page 00040-4. This page identifies the list of equipment owned by the bidder that is available for use on the project and also designates the portions of the work which the bidder proposes to subcontract. This information was required by Division O, Section 0040, Part 3.3 of the Project Specifications. · (~.~I~.TEI~BUllY, STU~EI~, ]~DEI~ ~ GOOCH ^T~0~£¥$ ^~ COU~S~-~O~S Mr. Alan ~tliff Page Two November 7, 1988 4. When added together, the total of eosts for each division of work as set forth in Henderson's Su~uary Breakdown of Estimated Costs (Page 00470A-1) and in its Breakdown of Estimated Costs (Page 00470-1) do not equal Henderson's total bid amount. The Project Specifications clearly require; however, that "all totals by. Division must agree with the sunmary breakdown of estimated costs which is to be submitted with each proposal.' See Addendum No. 4, Page 2. Based on my telephone conversation with Deputy City Manager Trando last Friday, it is my understanding that all bidders are scheduled to receive notice of the date that the contract award will be considered by the City Council. It is al .sp my further understanding that the earliest date that this issue may be considered is at the City Council's regularly scheduled meeting on December 13, 1988. Accordingly, Cajun requests that its bid protest be scheduled on the agenda for the City Council meeting during which the award of a contract for the Village Parkway Pump Station Project will be considered and that Cajun receive reasonable notice of this meetirg. Please note that by carbon copy of this letter to Mr. Wayne Ginn, Cajun Contractors, Ir~. is also formally notifyirg Ginn, Inc., the Project Architect, of its Bid Protest. Thank you for your attention to this matter. Please do not hesitate to contact me if you have any questions. Very truly yours, Andrew Bramnick AB; trp cc: CERTIFIED MAIL Mr. Wayne Ginn Ginn, Inc. 17103 Preston Road, Suite 100 Dallas, Texas 75248 Michael G. Daigre Mr. Ned Durbin Cajun Contractors, Inc. P.O. Box 540487 Dallas, Texas 75354-0487 VILLAGE PARKWAY PUMP STATION ESTIMATE OF PROBABLE PROJECT BUDGET C.D. Henderson Cajun General Contractor $1,986,100.00 $2,157,000.00 Pumps & Motors 179,772.00 179,772.00 $2,165,872.00 $2,336,772.00 Engineering (6.85%) 148,362.23 (6.8%) 158,900.50 Inspection & Testing (3%) 64,976.16 70,103.16 Survey & Geotechnical 6,790.88 6,790.88 ROW/Spec. Services 3,308.75 3,308.75 Sandy Lake Rd. Expend. 40,763.03 40,763.03 Dual Service HV Power 65,000.00 65,000.00 $2,495,073.05 $2,681,638.32 Contengencies (±5%) 124,926.95 134,361.68 Landscaping 25,000.00 25,000.00 Estimated Proj. Cost $2,645,000.00 $2,841,000.00 Less Bond Issue (2,500.000.00) (2,500,000.00) Est. Deficit (Surplus) $ 145,000.00 $ 341,000.00 Note: Actual Project Costs May Vary Above or Below Estimates. Ginn, Inc. 11/29/88 DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-2 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. C. Discrepancies: Should a Bidder find any discrepancy, ambiguity, inconsistency, error or omission from the drawings, specifications or project manual or of the site and local conditions, or be in doubt as to their written meaning, it is requested that the Bidder promptly notify the Engineer who then will send a written instruction or interpretation to all known holders of the documents. Neither the Owner nor the Engineer will be responsible for any oral instructions. D. Addenda: Any addenda to the drawings, specifications, or project manual issued before or during the time of bidding shall be included in the proposal and become a part of the contract. Ail questions by prospective bidders as to the interpretation ok the Instructions to bidders, forms of proposal, forms of contract, drawings, specifications or bonds must be submitted, in writing, to the Engineer, at least ten (10) days before the date set for the opening of bids. An interpretation of all questions so raised which, in the Engineer's opinion, require interpretation will be mailed to prospective bidders at the addresses given by them no later than four (4) days before the date of the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. Any addenda will be mailed or delivered to all Bidders recefving a complete set of Bidding Documents. No Addenda will be issued later than four (4) days prior to the date for receipt of bids except an Addendum, if necessary, postponing the date for receipt of bids or withdrawing the request for bids. Each Bidder shall acknowledge on bid proposal that he has received all Addenda issued. E. Substitutions: The materials, products and equipment described in the specifications and/or shown on the drawings establish a standard or required function, dimension, appearance and quality as required by the Engineer. NO SUBSTITUTIONS WILL BE CONSIDERED DURING BIDDING. GINN, INC. CONSULTING ENGINEERS VILLAGB PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-3 F. Work to be done: The work to be done under this contract is described in the specifications and shall be done in accordance with the contract drawing and specifications prepared by Ginn, Inc. - Consulting Engineers, Dallas, Texas. 1.2 BIDDING: A. Method of Bidding: The proposal provides for quotation of a price, or prices, for one or more bid items, which may be lump sum bid prices, alternate bid prices, or a combination thereof. No payment will be made for items not set up on the proposal, unless otherwise provided by contract amendment. All Bidders are cautioned that they should include in the prices quoted for the various bid items all necessary allowances for the performance of all work required for the satisfactory completion of the project. B. Subcontracts: The bidder is specifically advised that any person, firm or other party to whom it is proposed to award a subcontract under this contract must be acceptable to the Owner. It is further required that the name of the mechanical and electrical subcontractors and any other listed subcontractor be noted on the proposal form in the blank space provided. Failure to list these will be sufficient grounds to reject the proposal. 1.3 BID SECURITY: A. Bid Security shall be made payable to the Owner in an amount of five percent (5%) of the Bidder's maximum Bid price and in the form of certified or bank check or a Bid Bond issued by a Surety Company, licensed to transact such business in the State of Texas and listed on the current Treasury Department Circular No. 570. B. The Bid Security of the Successful Bidder and those of the three (3) lowest responsible and eligible bidders will be retained until the successful Bidder has executed the Agreement and furnished the required Contract Security, whereupon they will be returned. All bid securities will be returned on the execution of the contract or, if no award is made, within ninety (90) days after the actual date of the opening thereof unless forfeited under the conditions herein stipulated. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-4 C. In case a party to whom a Contract is awarded shall fail or neglect to execute the Contract and furnish the satisfactory bonds within the time stipulated, the Owner may determine that the bidder has abandoned the Contract and, thereupon, the proposal and acceptance shall be null and void and the bid security accompanying the proposal shall be forfeited to the Owner as liquidated damages for such failure or neglect and to indemnify said Owner for any loss which may be sustained by failure of the bidder to execute the Contract and furnish the bonds as aforesaid, provided that in case of death, disability or other unforeseen circumstances affecting the bidder, such bid security may be returned to him. After execution of the contract and acceptance of the bonds by the Owner, the bid security accompanying the proposal of the successful bidder will be returned. 1.4 QUALIFICATION OF BIDDERS: A. To demonstrate qualifications to perform the Work, each Bidder must submit written evidence of the types set forth in Section 00040 - Bidders Qualifications, such as financial data, previous experience and evidence of Bidder's qualification to do business in The State of Texas or covenant to obtain such qualification prior to award of the contract. B. Additionally, all Bidders shall be prepared to show that they are skilled, experienced in, and have been regularly engaged in the type of construction involved and that they have the necessary financial resources to finish the Work in a proper and satisfactory manner in the time specified. C. The Engineer and Owner reserve the right to require documented evidence of the foregoing from the Contractor prior to award of the contract. D. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the Owner such information and data for this purpose. The Owner reserves the right to reject any proposal if the evidence submitted by or the investigation of such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. The Owner reserves the right to reject any or all proposals bids if it would be in the public interest to do so. A proposal which includes for any item a bid that is abnormally low or high may be rejected as unbalanced. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-5 E. The investigations of a bidder will seek to determine whether the organization is adequate in size and experience and whether available equipment and financial resources are adequate to assure the Owner that the work will be completed at a rate consistent with the completion date set forth in the proposal. The amount of other work to which the bidder is committed will also be a consideration in establishing that a contractor is a "responsible and eligible bidder" in conformity with the requirements of the Contract. 1.5 EXAMINATION OF CONTRACT DOCUMENTS AND SITE: A. Con4itions of Work: Each Bidder must fully inform himself of the conditions relating to construction of the project and employment of labor thereon. Failure to do so will not relieve a Successful Bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible, the Contractor must employ methods or means to cause no interruption of or interference with the work of any other contractor. B. Examination of Site: All Bidders, including the general Contractor and subcontractors shall examine carefully the site of the Work to acquaint himself with working conditions and all difficulties that may be involved therein, and shall examine carefully all drawings, specifications and other Contract Documents to familiarize himself with all of the requirements, terms and conditions thereof. Any information relating to the Work furnished by the Owner or others, or failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, if awarded a contract. Also, failure to visit the site will in no way relieve the Successful Bidder from furnishing any materials or performing any work requi~ed to complete Work in accordance with drawings and project manual without additional cost to the Owner. C. Laws, Regulations, Permits and Taxes: The Bidder's attention is directed to the fact that all applicable state laws, municipal ordinances, rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they shall be deemed to be included in the contract the same as though herein written out in full as a part of these documents. Contractor shall secure, and include compensation for, in his proposal, all permits and all required taxes which are levied by governing bodies and which are assessable upon labor and materials entering into this Work. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING ~ CONTI~CT REOUIREMENTS P~GE SECTION 00100 - INSTRUCTION8 TO BIDDERS 00100-6 D. Before submitting his Bid each Bidder may, at his own expense, make such investigations and tests of the site as the Bidder may deem necessary to determine his Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. E. On request, Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Bid. F. The lands upon which the Work is to be performed, rights-of- way for access thereto and other lands designated for use by Contractor in performing the Work are identified in the General Conditions, General Requirements or Drawings. G. If project is bid, based upon unit price bidding, bidder shall be advised that: the quantities of work or materials as set forth in the proposal form or on the plans are a calculated approximation and are for the purpose of comparing the Bids on a uniform basis. Payment will be made by the Owner to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and materials to be furnished may be increased or decreased as hereinafter provided. H. Obligation of Bidder: At the time of opening of bids, each Bidder will be presumed to have inspected the site and to have read and be thoroughly familiar with the drawings, specifications and the project manual, including all addenda. The submission of Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this section, and that the Contract Documents are sufficient in scope and detail to indicate and convey under'standing of all te~-ms and conditions for performance of the Work. I. No allowance will be made for any claim that the proposal is based upon incomplete information as to the nature and character of the site or the work involved. Conditional proposals will not be accepted. 1.6 BID PROPOSALS: A. General: The Bidder shall submit two Original Bid Proposals based exactly on the documents as issued. No substitutions, revisions or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Engineer. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING ~ND CONTRACT REOUIREMENTS PAGE SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-? The proposal form is attached hereto; additional copies may be obtained from the Engineer. Bid proposals must be completed in ink or by typewriter. The Bid price of each item on the form must be stated in words and numerals; in case of a conflict, words will take precedence. The Bid proposal must be signed with the full name of the Contractor and his address; if a partnership, by a member of the firm with the name and address of each member; if a corporation, by an officer thereof, the corporate name, and have a corporate seal affixed. B. Form: Make all proposals on forms provided and fill all applicable blank spaces without interlineation, alteration or erasure and must not contain recapitulation of the Work to be done. No oral, telegraphic, or telephonic proposals will be considered. Any addenda issued during the bidding shall be noted on the proposal form. C. Submittal: Each Bidder shall submit two copies of his Bid completely and properly executed on proposal forms provided. Each Bid, without the "Specifications and Contract Documents", shall be enclosed in a separate sealed envelope, with the words "Bid for" followed by the project title and the Bidder's name and address, and accompanied by the Bid Security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face thereof. SPECIFICATIONS AND CONTRACT DOCUMENTS SHALL NOT BE RETURNED WITH THE BIDS. D. Telegraphic Modifications: Any Bidder may modify his Bid by telegraphic communication at any time provided such communication is received by the Owner prior to the scheduled closing time. Written confirmation must be received within two days from the closing time or no consideration will be given the telegraph modifications. E. Withdrawal: If, within twenty-four hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his Bid, that Bidder may withdraw his Bid and the Bid Security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEX~S DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-8 1.7 OPENING OF BIDS: A. The CITY OF COPPELL, Texas (herein called the "Owner") invites all Bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the Owner at time and place stated in Section 00030 - Advertisement For Bids, and then at said location publicly opened and read aloud. The envelopes containing the Bids must be sealed, addressed to the CITY OF COPPELL, and designated as "Bid for VILLAGE PARKWAY PUMP STATION for COPPELL, TEXAS", Request for Proposal No. 0030. B. When Bids are opened publicly they will be read aloud, and an abstract of the amounts of the base Bids and major alternates (if any) will be made available after the opening of Bids on a bid tabulation sheet sent to all bidders. 1.8 BIDS TO REMAIN OPEN: All Bids shall remain open for ninety (90) days after the day of Bid Opening, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 1.9 CONTRACT AWARD: A. Owner reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive or conditional Bids. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. B. In evaluating Bids, Owner shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms. It is the Owner's intent to accept alternates (if any are accepted) in the order in which they are listed in the Bid form, but Owner may accept them in any order or combination. C. Owner may consider the qualifications and experience of subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the Work as to which the identity of subcontractors and other persons and organizations must be submitted as provided in GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP ST&TION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DI~fISION 0 - BIDDING AND CONTRACT REOUIRENENTS PAGE SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-9 the Supplementary Conditions. Operating costs, maintenance considerations, performance data and guarantees of materials and equipment may also be considered by Owner. D. Owner may conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed subcontractors and other persons and organizations to do the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. E. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. F. If the contract is to be awarded it will be awarded to the lowest Bidder whose evaluation by Owner indicated to Owner that the award will be in the best interests of the project. G. If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within ninety (90) days after the day of the Bid opening. H. After award of contract to Successful Bidder, the Contractor shall agree to begin work within ten (10) calendar days after the date of "Notice to Proceed" of the Owner and to fully complete the project within the stated number of consecutive calendar days thereafter as stipulated on the bid proposal and agreement between Owner and Contractor. I. The Owner will receive bids for the pumps and motors at the same time and place. The Owner will evaluate the pump bids and assign one to the Successful Contractor. 1.10 LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT: In the event the Bidder's proposal is accepted, and he fails or refuses to enter into the contract and furnish the required Performance and Payment Bonds within fifteen (15) days after he has received notice of the acceptance of his Bid, unless given a written extension of time by the Owner, then the Bidder will be considered as having abandoned his proposal and his Bid Security will be retained by the Owner as liquidated damages, IT NOW BEING AGREED that the specified sum of the Bid Security is a fair estimate of the amount of damages that the Owner will sustain in case the Bidder fails to enter into the contract and furnish the Performance and Payment Bonds within the time stated in the proposal. GINN, INC. CONSULTING ENGINEERS VILL~GE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-10 1.11 CONTRACT TIME: A. The number of days within which, or the date by which, the Work is to be completed (the Contract Time) is set forth in the Bid Form and will be included in the Agreement. The Contract Time for this project is: THREE HUNDRED (300) CALENDAR DAYS B. Extension of time of completion will be permissible in accordance with Section 4.02 of General Conditions of Agreement. 1.12 LIQUIDATED DAMAGES: Provisions for liquidated damages are set forth in the Proposal. Liquidated damages for this project are: ONE THOUSAND DOLLARS ($1,000.00) PER CALENDAR DAY 1.13 SUBCONTRACTORS, ETC.: A. The apparent Successful Bidder, and any other Bidder so requested will, within seven (7) days after requested by the Owner, submit to the Owner a list of all the suppliers, subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) proposed for those portions of the Work as to which such identification is so required. Such list shall be accompanied by an experience statement with pertinent information as to similar projects and other evidence of qualification for each such Subcontractor, person and organization if requested by the Owner. If Owner or Engineer after due investigation has reasonable objection to ahy proposed Subcontractor, other person or organization, either may before giving the Notice of Award request the apparent Successful Bidder to submit an acceptable substitute without an increase to Bid price. If the apparent Successful Bidder declines to make any such substitution, the Contract shall not be awarded to such Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any Subcontractor, other person or organization so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer. B. In contracts where the Contract Price is on the basis of Cost-of-the-Work Plus a Fee, the apparent Successful Bidder, prior to the Notice of Award, shall identify in writing to GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-11 Owner those portions of the Work that such Bidder proposes to subcontract and after the Notice of Award may only subcontract other portions of the Work with Owner's written consent. C. No Contractor shall be required to employ any Subcontractor, other person or organization against whom he has reasonable objection. 1.14 PERFORMANCE AND OTHER BONDS: A. Security for Faithful Performance: Simultaneously with his delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under the contract and furnish materials in connection with this contract. The surety on such bond or bonds shall be by a duly authorized surety company, satisfactory to the Owner, if requested by the Bidder. Bonds shall remain in effect through the guarantee period unless otherwise required by State Law. Seal impressions will be required on all bonds submitted to Owner. B. Power of Attorney: Attorneys-in-fact, who sign contract bonds, must file with each bond a certified and effectively dated copy of their power of attorney. C. Laws and Regulations: The bidder's attention is directed to the fact that all applicable state laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout and they will be deemed to be included in the Contract the same as though herein written out in full. 1.15 SIGNING OF AGREEMENT: When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by at least six unsigned counterparts of the Agreement and all other Contract Documents. Within fifteen (15) days thereafter, Contractor shall sign and deliver at least six counterparts of the Agreement to Owner with all other Contract Documents attached. Within ten (10) days thereafter, Owner will deliver all fully signed counterparts to Contractor. Engineer will identify those portions of the Contract Documents not fully signed by Owner and Contractor and such identification shall be binding on all parties. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDING AND CONTRACT REOUIREMENTS PAGE SECTION 00100 - INSTRUCTIONS TO BIDDERS 00100-12 PART 2 ~ PRODUCTS Not Used PART 3 : EXECUTION Not Used END OF SECTION GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS GINN, INC. CONSI I:FIN(, ENGINEI! RS December 2, 1988 Mr. Mel Michael C.D. Henderson, Inc. 1917 Copper Garland, Texas 75042 Re: Village Parkway Pump Station City of Coppell, Texas Dear Mr. Michael: We are in receipt of your December 1, 1988 letter offering Dawson Construction Company, Inc. as a substitution for the utility work on the above referenced project. We also note that you have requested an additional $142,655.00 for this substitution. Division 0, Section 00100, Paragraph 1.13 (A) of the Specifications state that the substitution must be made without an increase in Bid price. We are forwarding all information received to the City for their consideration. We have requested that this item be placed on the December 13, 1988 council agenda. .We will confirm the agenda items and date with you when they are formalized. Sincerely, Sa~ord W. Case, P.E. 'Project Manager cc: Russell Doyle, P.E. Alan Ratliff Steve Goram Larry Jackson Frank Trando H. Wayne Ginn, P.E. File 380 17103 I';c~t~m R,,ad · Suite I0(1 · I.B I I,~ · I)allas.'l'cx:,~ 7524,q ® I'h~mc 214/24,~-4900