Loading...
CF-Village-CS 881014 (2) Suite 100, LB-118 DALLAS, TEXAS 75248 ~o^~ ~:o, .o. (214) 24849OO WE ARE SENDING YOU ~A~ach~ ~ Under separate ~ver via the following items: ~ Shop drawings ~ Prints ~ Plans ~ Samples ~ Sp~ifications ~ Copy of le~er ~ Chan~e order COPIES DATE NO. DESCRIPTION I I I o, 1- THESE ARE TRANSMITTED as checked below: ~1 For approval ~ Approved as submitted [] Resubmit copies for approval For your use I- Approved as noted [] Submit copies for distribution [] As requested I-;, Returned for corrections [] Return corrected prints I-: For review and comment .-- [] FOR BIDS DUE 19 [] PRINTS RETURNED AFTER LOAN TO US REMARKS COPY TO SIGNED: P~'30-':TZIC--] ,"%~_'IK GmgDr MISS : a:: If enclosures are not as noted, kindly notify us It ADDENDUM NO. I PROJECT: VILLAGE PARKWAY PUMP STATION (RFP 0030) OWNER: City of Coppell, Texas BID OPENING: 10:00 A.M., Thursday, October 27, 1988, at Coppell Town Center, 255 Parkway Blvd., Coppell, Texas. ISSUED BY: Ginn, Inc. Consulting Engineers for the City of Coppell, Texas NEW SECTIONS OF SPECIFICATIONS ISSUED FOR THE PROJECT: SECTION 00045 - PUMP OUALIFICATION FORMS This section is attached to this addendum and should be submitted in duplicate by all pump manufacturers/suppliers submitting a proposal for the pumps and motors on this project. SECTION 00350 - PUMP PROPOSAL AND BID FORM This section is attached to this addendum and should be submitted in duplicate by all pump manufacturers/suppliers submitting a proposal for the pumps and motors on this project. THE PROPOSED CONTRACT DRAWINGS AND/OR SPECIFICATIONS FOR THE ABOVE REFERENCED PROJECT ARE FURTHER MODIFIED AS FOLLOWS: SECTION 02610 - PIPE AND FITTINGS Paragraph 2.4, CAST IRON PIPE/DUCTILE IRON PIPE AND FITTINGS, Subparagraph F; Replace with the following: F. Ail ductile iron pipe and fittings shall have a standard thickness of cement mortar lining as specified in ANSI A21.4, latest revision (AWWA C104), except for flanges, which will receive an inside coal tar coating in place of the cement lining. ADD NEW Paragraph 2.8: 2.8 FREEZE PROTECTION A. General: Ail exposed exterior piping shall be insulated with 1-1/2 inches of fiberglass insulation wrapped with GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS ADDENDUM NO. 1 PAGE 2 heat tape and covered with a white metal jacket. Ail insulation shall be continuous through wall opening and sleeves. B. Materials: All fiberglass pipe insulation shall be Johns-Manville FLAME-SAFE or engineer approved equal. The insulation shall have an average thermal conductivity not to exceed 0.22 BTU-in. per sq. ft. per °F per hour at a mean temperature of 75°F. The heat element shall be multiple standard resistance wires insulated with teflon as manufactured by Brisco Manufacturing Company or Engineer approved equal and shall be furnished in lengths and watt densities as required based on Contractors field measurements. System shall be designed to operate on 120 Volts. Thermostatic controls shall be provided for all pipe heating cables to maintain piping at 40°F. Thermostat shall be automatic snap action with 60°F differential, controlled by a remote bulb thermostat. The piping jacket shall be all-purpose white metal. C. Application: The insulation shall be applied over clean dry pipe with all joints butted firmly together. Longitudinal jacket laps and butt strips shall be smoothly secured with an approved adhesive. Where outward clinch staples are required, a brush coat of adhesive shall be applied over the staples. D. Fittings, Valves, Ect.: All fittings, valves, and flanges for exposed exterior piping shall be insulated with pre-molded pipe insulation with metal jackets. The insulation shall be of equal thickness to the adjacent pipe insulation. SECTION 02618 - PRESTRESSED CONCRETE CYLINDER PIPE Paragraph 2.02, BASIS OF DESIGN, Subparagraph D; Proof of Design Tests: Delete in its entirety. SECTION 03100 - CONCRETE FORMWORK Paragraph 2.1, MATERIALS: Subparagraph A; Forms: Add the following: 3. Carton Forms: Where indicated on the plans, a structural void at least 8 inches deep shall be provided between the earth and concrete through the use of carton forms which will remain in place and retain their strength until after the concrete has cured. Forms shall be corrugated fiberboard carton forms as manufactured by Container Corporation of America and fabricated by Savway Concrete Carton Forms, Inc., Dallas, Texas or approved equal. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS ~ ADDENDUM NO. 1 PAGE 3 The cover, ribs, and caps of forms shall be constructed of durable-wall corrugated fiberboard, laminated with waterproof adhesive. Covers and caps shall be coated on the outside with paraffin containing polyethylene. Ail fabricated forms shall be capable of supporting a minimum load of 150 pounds per square foot. Forms shall be securely held in position and protected from excessive moisture or other damage prior to and during the concreting operation. Free falls of wet concrete in excess of 30 inches will not be permitted on carton forms. Voids below grade beams, walls, and slabs shall be closed by a monolithic extension of the concrete member at its edges, or by precast concrete blocks which extend at lest 6 inches into the subgrade to retain the adjacent soil. SECTION 07151 - MEMBRANE DAMPPROOFING ADD Paragraph 2.4, VAPOR BARRIER 2.4 VAPOR BARRIER Vapor barrier shall be applied to exterior face of the backup concrete masonry units. Barrier shall be equal to semi-mastic #714 as manufactured by J&P Petroleum Products, Inc., Dallas, Texas. Paragraph 3.01, GENERAL, Add Subparagraph I: I. Apply vapor barrier to dry, smooth, clean surface free of dust, oil, grease, loose particles, and laitance. 1. Apply in strict accordance with manufacturers recommendations. 2. Application of material is considered to be acceptance of surfaces to be dampproofed. Repair or correct any defects caused by improper preparations or installations. 3. Apply to all masonry back-up walls adjacent to interior areas. 4. Vapor barrier is to be a continuous membrane with no breaks. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS ADDENDUM NO. 1 PAGE 4 SECTION 07310 - SHINGLES Paragraph 1.03, GUARANTEE, Subparagraph B; Replace with the following: B. Provide manufacturer's 2'5-year limited warranty for Base Bid shingles. Present Owner with full information and conditions of manufacturer's warranty. Paragraph 2.01, MATERIALS: Subparagraph A; Delete in its entirety. Subparagraph B; Replace with the following: B. Base Bid Shingles: "Supra-Slate" as manufactured by Supradur Manufacturing Corporation, P.O. Box 908, Rye, New York, 10580. Color to be "Pennsylvania Gray". Subparagraph D; Replace with the following: D. Nails: Standard galvanized roofing nails, size and spacing as required by respective manufacturer. SECTION 09511 - ACOUSTICAL PANELS Paragraph 3.02, INSTALLATION; Subparagraph A: Delete in its entirety. SECTION 10400 - IDENTIFYING DEVICES Paragraph 2.01, DEDICATION PLAQUE; Subparagraph A; Replace with the following: A. Include allowance of $1,000 for cast bronze plaque and mounting. Manufacturer shall be equal to A.R.K. RAMOS Architectural Signage Systems. SECTION'11100 - HORIZONTAL SPLIT CASE PUMPS Paragraph 1.04 PERFORMANCE AND DESIGN REQUIREMENTS, Subparagraph A; Replace with the following: A. Design Requirements Number of Pumping Units: 3 Rated Point (Each Unit): a. Capacity, gpm 7,000 b. Total head, feet 215 * c. Min. Acceptable pump efficiency 87.5% GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS ADDENDUM NO. 1 PAGE 5 Minimum Capacity Point: One Pump Running a. Capacity, gpm: At the intersection of pump curve and high static head curve. b. Minimum acceptable gpm 5,500 * c. Min. acceptable pump efficiency 85% Minimum Head Point: One Pump Running a. Capacity, gpm: At the intersection of pump curve and low static head curve. b. Minimum acceptable gpm 8,000 * c. Min. acceptable pump efficiency 86% Minimum Parallel Operating Point: Two Pumps Running a. Capacity, gpm: (combined) 10,400 (each pump) 5,200 b. Minimum Acceptable Head, feet: 245 c. Minimum Acceptable pump efficiency: 84% Minimum guaranteed wire to water efficiency at rated design point, including motor efficiency at required horsepower, percent: 83.0 Min. shutoff head, feet 275 Max. shutoff head, feet 325 Nominal pump operating speed, rpm 1,800 Maximum bhp required at the motor for any point in the normal operating head range 500 Max. vertical distance from centerline of discharge to pump room floor, feet 3'-0" Minimum Suction Nozzle, inches 14 Minimum Discharge Nozzle, inches 10 Min. shop hydro test pressure. 1.5 x shutoff head Pump setting As shown on drawings * Efficiency of pump when tested at plant. ADD New Paragraph 1.13, SELECTION PROCEDURE: 1.13 SELECTION PROCEDURE: A. Description: In selecting the water pumping units which will be assigned to the Successful Contractor, the City reserves the right to give full weight to such features of the equipment offered as may, in the opinion of the Engineers, be factors for consideration, along with the price, in the choice of the equipment best suited to serve the City's interest. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS ADDENDUM NO. 1 PAGE 6 B. Factors for Consideration: The factors which will be of major consideration in evaluating the respective merits of the pumping units offered are as follows: 1. Overall Efficiency (wire to water) of each pumping unit at the guaranteed design rated point. Evaluation will be based on a penalty of $7,000 per percentage point (or portion thereof) for each percentage point variance below the specified efficiency. A premium of $7,000 per percentage point (or portion thereof) will be applied for evaluation purposes for each percentage point variance above the specified efficiency. 2. Consideration will also be given to the head capacity and efficiency performance curves over the entire range of the system head conditions throughout which the pumping units may operate. Variances from the specified conditions for Minimum Head Point (One Pump Running) and Minimum Parallel Operating Point (Two Pumps Running) will be subjected to the evaluation criteria specified above. 3. Installation Costs: The costs of installing the proposed pumping units will be considered if they require changes in the suction or discharge piping shown, alteration of the power supply requirements, or any other physical facility modifications. 4. Experience: The pump manufacturers experience record will be reviewed with emphasis on installations of pumping units of comparable type of pump, size, capacity and head to the pumping units herein specified. 5. Delivery: The manufacturers ability and guarantee of delivery of the pumps and motors within the specified time will be reviewed for conformance. Paragraph 2.02, PUMP MATERIALS: Modify Flexible Coupling to read: Flexible Coupling Non-lubricated, spacer type, Thomas Series 71 or approved equal. Paragraph 2.03, PUMP CONSTRUCTION: Subparagraph I, BASEPLATE: Add the following: Baseplates shall be stress-relieved prior to mounting of the pump and motor on the baseplate. Jack screws around the motor feet shall be provided for leveling and alignment. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS ADDENDUM NO. 1 PAGE 7 SECTION 12500 - WINDOW TREATMENT Page 12500-2 is being re-issued. (See attached) SECTION 15220 - BUTTERFLY VALVES Paragraph 1.04, BUTTERFLY VALVE SCHEDULE; Delete reference to 24" Butterfly Valves. The 24" Valves on this project are Gate Valves. ISSUED THIS 14th DAY OF OCTOBER, 1988. GINN, INC. CONSULTING ENGINEERS Sanford W. Case, P.E. Project Manager ** Each bidder is reminded that receipt of this Addendum must be acknowledged on the executed bid forms. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDIR~ AND CONTRACT REOUIREMENTS PAGE SECTION 00045 - PUMP OUALIFICATION FORMS 00045-1 PART I - GENERAL (TO BE SUBMITTED WITH PUMP PROPOSAL) 1.1 GENERAL: Bidder: Address: Project: VILLAGE PARKWAY PUMP STATION CITY OF COPPELLt TEXAS. REQUEST FOR PROPOSAL NO. 0030 Pursuant to Contract Documents and information for prospective bidders for the above mentioned proposed project, the undersigned is submitting the information as required with the understanding that the purpose is for your confidential use only to assist in determining the qualifications of this organization to manufacture and supply the water pumping units and further, guarantee the trust and accuracy of all statements hereinafter made, and will accept your determination of qualifications without prejudice. 1.2 ITEMS TO BE FURNISHED: A. Qualification of Bidder Statement B. Experience Record C. Delivery Date Guarantee D. Submittals per Section 11100; Paragraph 1.07 A. E. Affidavit PART 2 L PRODUCTS 2.1 GENERAL: A. Copies of forms furnished to Bidder. B. Bidder may use own forms, provided all pertinent information is supplied. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDI~ AND CONTRACT REOUIREMENTS PAGE SECTION 00045 - PUMP OUALIFICATION FORMS 00045-2 PART 3 - EXECUTION 3.1 QUALIFICATION OF BIDDER STATEMENT: A. Number of years in business as a pump manufacturer : B. Classification of Pumps Manufactured: Water: Horizontal Split Case Vertical Turbine Other: Wastewater: Petroleum: Other: C. Maximum number of orders in excess of $10,000 under manufacture at one time: D. Approximate dollar volume of incomplete work under manufacture at any one time: 3.2 EXPERIENCE RECORD: A. List of Similar Projects your Company has successfully completed which have been in service at least 5 years: TYPE OF DESIGN DATE NAME AND ADDRESS PUMPS SIZE TDH BUILT OF OWNER 3.3 GUARANTEE OF DELIVERY DATE Manufacturer hereby agrees and guarantees to deliver pumps and motors to the Successful Contractor for the Village Parkway Pump Station within TWO HUNDRED TWENTY FIVE (225) calendar days from the Successful Contractors Notice to Proceed Order. (Reference Section 11100, Paragraph 1.11) GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDIN~ AND CONTRACT REOUIREMENTS PAGE SECTION 00045 - PUMP OUALIFICATION FORMS 00045-3 3.3 AFFIDAVIT: an individual Submitted by a partnership corporation With principal office at To be filled in by Corporation: To be filled in by Partnership: Date incorporated Date formed Under the laws of State State whether partnership is general, limited or associated: Executive Officer: List Members: State of County of being duly sworn, deposes and say that he is of (Title) (Name of Organization) and that the answers to the foregoing questions on the attached forms and all statements therein are true and correct; that the qualification statements, the experience record, delivery guarantee and the other submittals are made a part of this affidavit as though written in full herein,, and all statements and answers to questions given in the above mentioned qualification statements, experience record, delivery guarantee and other submittals are true and correct. Sworn to before me this day of ,A.D., 19__ Notary Public My Commission expires: (SEAL) END OF SECTION GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDI~ AND CONTRACT REQUIREMENTS PAGE SECTION 00350 - PUMP PROPOSAL AND BID FORM 00350-1 BID FOR: HORIZONTAL SPLIT CASE PUMPING UNITS WITH MOTORS VILLAGE PARKWAY PUMP STATION CITY OF COPPELL, TEXAS REQUEST FOR PROPOSAL NO. 0030 THIS BID SUBMITTED TO: CITY OF COPPELL 255 PARKWAY BOULEVARD P.O. BOX 248 COPPELL, TEXAS 75019 AND: THE SUCCESSFUL CONTRACTOR FOR THE VILLAGE PARKWAY PUMP STATION Gentlemen: The BIDDER, in compliance with your invitation for bids for the above referenced project, having examined the plans and specifi- cations with related documents including any Addenda, (if issued) and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish the three (3) horizontal sPlit case pumping units with motors in accordance with the Contract Documents, of which this proposal is a part. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with SUCCESSFUL CONTRACTOR 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 Documents. BIDDER accepts all of the terms and conditions of the Advertisement, Invitation to Bid and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will enter into an agreement with the SUCCESSFUL CONTRACTOR within fifteen (15) days after the date of OWNER's Notice of Assignment. The undersigned, as BIDDER, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of Contract, Instruction to Bidders, Specifications, and the Plans herein referred to and has carefully examined the locations, conditions and classes of materials called for in the Contract Documents and Specifications in the manner prescribed and according to the requirements of the Owner as herein set forth. GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDI~- AND CONTRACT REOUIREMENTS PAGE SECTION 00350 - PUMP PROPOSAL AND BID FORM 00350-2 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 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. BIDDER hereby agrees to commence work under this Proposal on or before a date to be specified in written "Notice to Proceed" to the SUCCESSFUL CONTRACTOR and to fully complete and deliver the specified items for the project within 225 consecutive calendar days thereafter as stipulated in the Specifications. BIDDER acknowledges receipt of the following addendum: (If none-issued, indicate N/A) ADDENDA # DATE ADDENDA # DATE ADDENDA # DATE BIDDER agrees to manufacture, provide, test, and deliver the pumps and motors as described in the Specifications and as shown on the Plans for the following Lump Sum Price: (Amounts are to be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.) LUMP SUM PRICE: Dollars and Cents (WORDS) $ (FIGURES) BREAKDOWN OF LUMP SUM COSTS: Pumps (each) (total) Motors (each) (total) Witness Shop Tests of One Pump Start Up Assistance Miscellaneous (Freight, ect.) TOTAL (Must Equal Lump Sum Price) Alternate: Witness Motor Test GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS DIVISION 0 - BIDDIL_ AND CONTRACT REOUIREMENTS PAGE SECTION 00350 - PUMP PROPOSAL AND BID FORM 00350-3 BIDDER agrees to provide the following documents which are attached to and made a condition of this Bid: Required Bidder's Qualification statement with supporting data as indicated in Section 00045 of these documents. BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any informalities in the bidding. The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of ninety (90) calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the assignment of this bid, BIDDER will execute a formal Contract with the Successful Contractor within fifteen (15) days. Respectfully submitted, (Firm) By: Title: (SEAL-if bid is by a corporation) (Business Address) (Telephone Number) END OF PROPOSAL GINN, INC. CONSULTING ENGINEERS VILLAGE PARKWAY PUMP STATION DALLAS, TEXAS PROJECT NO. 380 CITY OF COPPELL, TEXAS 12500-2 B. Basic materials shall meet or equal specifications for "Contract 1" (25mm) Blind manufactured by Levolor Lorentzen, Inc. C. Components: 1. Head Channel shall be of .025" thick Tomized steel, U-shaped 3/4" high x 1-3/l&" wide and flanged with edges at top and coated with baked-on finish. All hardware shall be enclosed in the metal head. 2. Guardian Tilter shall be not less than .0~1" Tomized steel with automatically disengaging worm and gear mechanism to eliminate overdrive and prevent strain or damage to blind or wand. 5. Tilt Wand shall be transparent with a round fluted cross section approximately 5/l&" in diameter with non-slip grip. 4. Cord Lock shall be not less than .025" thick Tomized steel and shall be securely attached to head channel. It shall be crashproof with sufficient sensitivity to lock slates at desired height upon release of cords. 5. Drum and Cradle shall be provided for each blind ladder: a. Drum shall he of .0~I" Tomized.steel having two holes with rolled edges to anchor barbs of both ladder ends. b. Cradles shall be of .025" thick Tomized steel, having two holes with rolled edges to guide cords through bottom of head channel without abrasion. 6. Tilt Rod shall be U-shaped, with a circular radius of approximately 1/8" designed to achieve minimum torsional deflection. 7. End Braces shall be nominally .025" thick minimum to .0~1" maximum Tomized steel with reinforcing ribs and field adjustable tabs. 8. Installation Brackets shall incorporate a rivet-hinged safety locking front cover and shall be at least .042" thick Tomized steel with baked-on finish to match head channel. ~. Intermediate Brackets shall be U-shaped .050" Tomized steel · with retainer fingers and shall be supplied with blinds over ~6" wide. 10. Ladders (slat supports) shall be of braided polyester yarn designed for maximum strength and flexibility combined with minimum stretch. Rungs shall consist of not less than two crossed cables inter-braided with the vertical components. Ladders shall support the slats without visible distortion. Distance between ladders shall not exceed for blinds up to 80" long, 22" for blinds over 80" long. 11. Slats shall be or virgin aluminum alloyed for maximum strength and corrosion resistance. Slats shall be nominally 1" (25mm) wide with an elliptical crown formed after coating and curing. Slat thickness and ladder support distances shall prevent visible sag or bow after continued usage indoors.