WA0001-CN000208The City With A Beautiful Future
PROJECT NUMBER WA00-01
BID NUMBER Q01-0002
SPECIFICATIONS, CONTRACT DOCUMENTS AND PLANS FOR THE
REPAINTING OF
ELEVATED ST(:
N GALLON
· 'ANK~ INTERIOR
PREPARED BY
SHIMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
JANUARY, 2~"'~0
CITY OF COPPELL, TEXAS
REPAINTING THE 1.5 MILLION GALLON ELEVATED STORAGE TANK INTERIOR
Project No. WA00-01
CHANGE ORDER NO. 1
A. INTENT OF CHANGE ORDER
The intent of this change order is to modify the provisions of the contract entered into between the City of
Coppell, Texas and Advantage Contract Services, Inc., 7150 Almeda Genoa Rd., Houston, Texas 77075, for
construction of Repainting the 1.5 MG Elevated Storage Tank Interior, dated February 8, 2000.
B. DESCRIPTION OF CHANGE
At request of the City of Coppell, this change order cover the extra work required to fabricate delivery, install
and coat a new interior wet ladder to match the existing.
C. EFFECT OF CHANGE ON CONTRACT AMOUNT
This change order will have the following effect on the cost of this pr6ject:
Item Previous Quantity Revised Unit Amount
No. Description Quantity This C.O. Quantity Unit Price of Change
7 Fabricate, Coat & Deliver new Interior 0 1 1 L.S. $1,375.00 $1,375.00
Wet Ladder to Match Existing
Original Contract Amount
Change Order No. 1
Revised Contract Amount
D. EFFECT OF CHANGE ON CONTRACT TIME
Total:
$125,700.32
1,375.00
$127,075.32
The work required under this change order will not add calendar days to this project.
Original Contract Time
Change Order No. 1
Revised Contract Time
E. AGREEMENT
61 calendar days
0 calendar days
61 calendar days
$1,375.00
By the signatures below of duly authorized agents, the City of Coppell, Texas and Advantage Contract
Services, Inc., do hereby agree to append this Change Order No. 1 to the original contract between themselves,
dated February 8, 2000.
Ci of Coppell, Texas
By:
Date: 7~fl~ .~~
Attest:
(4/7/2000)
Page 1 of 1
Adva age Contract Services, Inc.
By: C°ntr'act~""~C~'/
Date · ~ /
THE CITY OF COPPELL, TEXAS
CITY COUNCIL
Candy Sheehan, Mayor
Marsha Tunnell, Mayor Pro Tem (Place 4)
Greg Garcia (Place 1)
Jayne P. Peters (Place 2)
Pat Keenan (Place 3)
Doug Stover (Place 5)
Larry Wheeler (Place 6)
Bill York (Place 7)
CITY MANAGER
Jim Witt
DEPUTY CITY MANAGER
Clay Phillips
DIRECTOR OF ENGINEERING AND PUBLIC WORKS
Kenneth M. Griff'm, P.E.
TABLE OF CONTENTS
Section 1 - Bidding and Contract Documents
Notice to Bidders ................................................................................................~ ..........: .....1-2
Instructions to Bidd~rs ....................: .................................................................1-3 thru 1-11
Proposal/Bid Schedule & Prevailing Wage Rates ..........................................1-12 thru 1-22
Standard Form of Agreement (Contract) ........................................................1-23 thru 1-27
Performance Bond ...........................................................................................1-28 thru 1-29
Payment Bond .................................................................................................1-30 thru 1-31
Maintenance Bond ............................................................................................................1
City of Coppelrs Supplementan/Conditions to the NCTCOG Standard
Specifications for Public Works Conslruction, G~neral Provisions
For this contract, the following standards, provisions, amendments,
etc., are APPROVED as the official specifications:
"Standard Specifications for Public Works Construction, North
Central Texas, 2nd Edition, 1987, including latest Amendments."
Special Conditions
Inspection Report and Project Photos
Plans and Record Drawings
SECTION 1
BIDDING AND CONTRACT DOCUMENTS
1-1
CITY OF COPPELL, TEXAS
REPAINTING OF THE 1.5 MII ,LION GALLON
ELEVATED STORAGE TANK INTERIOR
ADDENDUM NO. 1
January 20, 2000
Plans and specifications for the Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior
project, for the City of Coppell, Texas, on which bids are to be received until 2:00 p.m., January 28,
2000, ere hereby modified as follows
1. Refer to the Notice to Bidders, page 1-2. Revise the address of the City of Coppell Town Center to
255 Parkway Bouleverd, Coppell, Texas 75019
2. Refer to Section SC.30.G. Application of the Special Conditions. Strike the words "or by" from the
last sentence of the third paragraph of this section.
3. Refer to the Plans in the back of the specifications. Add attached Plan Sheet Number 3 of 3, labeled
Motorized Valve - Electrical Plan, to the construction plans.
Bidders shall acknowledge receipt of Addendum No. 1 in the space provided in the Proposal, on th~
outer envelope of their bid, and by faxing back the "Transmittal of Addendure Acknowledgment
Sheet" to Shimek, Jacobs & FinIdea. L.L.P. at (214) 361-0204.
SHIMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
CITY OF COPPELL, TEXAS
REPAINTING OF T~F. 1.5 MILLION GALLON
ELEVATED STORAGE TANK INTERIOR
ADDENDUM NO. 2
January 25, 2000
Plans and specifications for the Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior
project, for the City of Coppell, Texas, on which bids are to be received until 2:00 p.m., January 28,
2000, are hereby modified as follows
Refer to Section SC.30.G. Application of the Special Conditions. In the fourth paragraph of this
section, revise the electric service to be provided by the City of Coppell to "240 volt, 3 phase, 200
amp service". Delete all references to 480 volt, 255 amp service in this paragraph.
Bidders shall acknowledge receipt of Addendure No. 1 in the space provided in the Proposal, on the
outer envelope of their bid, and by faxing back the "Transmittal of Addendure Acknowledgment
Sheet" to Shimek. Jaeobs & FinIdea, L.LP. at (214) 361~0204.
SHIMEK, JACOBS & FLNKLEA, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
-2-
Addendure No. 1
CITY OF COPPELL, TEXAS
REPAINTING OF THE 1.5 MILLION GALLON
ELEVATED STORAGE TANK INTERIOR
ADDENDUM NO. 3
January 26, 2000
Plans and specifications for the Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior
project, for the City of Coppell, Texas, on which bids are to be received until 2:00 p.m., January 28,
2000, are hereby modified as follows
1) Refer to the SPECIAL CONDITIONS, page SC-17, Section SC.32 - Time of Completion.
a) Delete the 1't paragraph in its entirety and replace with the following:
"All work to blast, pa'mt, disinfect and place the interior of elevated storage tank back in service
shall be completed by April 25, 2000. Liquidated damages will be assessed in the mount of
$500.00 per day beyond April 25, 2000 until the tank is placed in service."
b) In the last sentence of the last paragraph of this section, strike the date "April 15m'' and replace
with "June 2, 2000".
2) Bidders shall acknowledge receipt of Addendum No. 3 in the space provided in the Proposal, on the
outer envelope of their bid, and by faxing back the "Transmittal of Addendure Acknowledgment
Sheet" to Shimek. Jacobs & Finklea, L.i,.P. at (7.14) 361-0204.
StHMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
NOTICE TO BIDDERS
CITY OF COPPELL, TEXAS
REPAINTING THE 1.5 MILLION GALLON ELEVATED STORAGE TANK INTERIOR
Project No. WA00-01
The City of Coppell is accepting bids for Repainting the Interior of the 1.5 Million Gallon Elevated
Storage Tank Interior. The project includes installation of a motor operated control valve and an
alternate bid for repainting the interior column, together with all necessary appurtenances. The Sealed bids
addressed to the Purchasing Agent, City of Coppell, Texas, for Village Parkway Pump Station Addition
will be received in the Purchasing Office at the City of Coppell Town Center, 225 Parkway Boulevard,
until 2:00 p.m. on January 28, 2000, and then publicly opened and read aloud. Each Bidder shah
submit two identical copies of this bid with the City of Coppert Bid No. Q01-0002, designated clearly
on the exterior of the bid envelope.
The tank will be available for a pre-bid inspection on Monday, January 24, 2000 between 10:00 a.m. and
2:00 p.m. This is not a mandatory Pre-Bid Conference. An Inspection video and color photographs of
the tank interior are available for viewing at the offices of Shimek, Jacobs & Finklea, L.L.P.
Proposals shall be accompanied by a cashier's or certified check upon a national or state bank, or savings
and loan in an amount not less than five percent (5%) of the total maximam bid price, payable without
recourse to the City of Coppell, or a bid bond in the same amount from a reliable surety company, as a
guarantee that the bidder will enter into a contract and execute performance bond and payment bond
within ten (10) days after notice of award of contract to him. The notice of award of contract will be
given by the Owner within sixty (60) days following the opening of bids.
The successful bidder must furnish performance bond upon the form provided in the amount of 100
percent of the contract price and a material and labor payment bond upon the form provided in the
amount of 100 percent of the contract price from an approved surety company holding a permit from the
State of Texas to act as surety, or other surety or sureties acceptable to the Owner.
The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or
unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID
TRANSMITTED BY FAX WILL BE ACCEPTED.
Bidden are expected to inspect the site of the work and to inform themselves regarding local conditions
and conditions under which the work is to be done.
Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no
responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
Plans, specifications and bidding documents may be purchased from the office of Shimek, Jacobs &
Finklea Consulting Engineers, L.L.P., 8333 Douglas Avenue, Suite 820, Dallas, Texas 75225, for the sum
of Twenty-Five Dollars ($25.00) per set (non-refundable).
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Terms used in these Instructions to Bidders which arc defined in the Standard Specifications for Public
Works Construction - North Central Texas, latest addition, as prepared by the NCTCOG, and the
Supplementary Conditions of Agreement, have the meanings assigned to them in these General
Conditions. The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a
sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified,
responsible Bidder to whom the Owner (on the basis of the Owner's evaluation as her(mailer
provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents Cmcluding all Addends
issued prior to receipt of bids). Specific defined terms are:
Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall
be understood as referring to the City of Coppelt, Texas.
Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract Documents, it
shall be understood as referring to the City Engineer or his authorized representative, City of Coppell,
P.O. Box 478, Coppell, Texas 75019.
Inspector: The authorized representative of the City of Coppell assigned to observe and inspect any or
all parts of the work and the materials to be used therein.
Scope of Work
This project is generally located at the intersection of Coppell Road and Southwestern Blvd., and
consist of repainting the interior bowl of the 1.5 Million Gallon Elevated Storage Tank. An alternate
bid will bc evaluated for repainting the interior of the tank column.
Copies of Bidding Documents
3.1 Plans, specifications and bidding documents may be purchased from the office of Shimek,
Jacobs & Finldea, Consulting Engineers, 8333 Douglas Avenue, #820, Dallas, Texas 75225,
for the sum of Twenty-Five Dollars ($25.00) per set (non-refundable). Plans and
specifications may be inspected at the office of Shimek, Jacobs & Finklea during normal
business hours.
A. No bidding documents will be issued later than two (2) days prior to the bid opening date.
B. After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract
Documents at no charge. Additional sets over five (5) will be furnished for $25.00 per set.
C. Bidding documents may be examined flee of charge at the office of Shimek, Jacobs &
FinIdea, 8333 Douglas Avenue, #820, Dallas, Texas 75225.
Color photos and a video of the May, 1999 inspection of the tank conducted and prepared
by Undenvdter Services, Inc., are available for viewing at no charge at the office of
Shimek, Jacobs & Finklea, 8333 Douglas Ave., #820, Dallas, Texas 75225.
3.2
Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell
assumes no responsibility for errors or ntisinterpretations resulting from the use of incomplete
sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be
issued.
3.3
The Owner, in making copies of Bidding Documents available on the above terms, does so only
for the purpose of obtaining Bids on the Work and does not confer a license or grant for any
other use.
Qualifications of Bidden
The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may
require to establish his financial responsibility, experience and possession of such equipment as may
be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required
information to be submitted shall consist of, but shall not necessarily be limited to, the following:
A. Painting Contractor's Qualifications
The City of Coppell, Texas desires to contract with a paint'mg contractor which is fully
qualified and experienced to perform the painting work on this project. Qualifications shall be
submitted as part of the Bid Proposal or within 48 hours after bid opening. Painting
Contractor's qualifications shall be reviewed according to the following criteria:
1) Contractor must have been in business for a continuous period since January, 1990.
1)
Contractor must have successfully completed painting a minimum of ten Elevated Storage
Tanks, which were part of municipal water systems with capacities of one million gallons
or greater.
3) All personnel involved in the removal of the paint on this project must have at least one
year experience in paint removal and application.
4) Contractor must submit company history information, Item 1 through 3 (above) and current
financial statement.
s)
6)
7)
Contractor must submit past project history including project description, owner and
project engineer, including names and telephone numbers of representatives of the owner
and engineer who are familiar with the project.
Contractor shall submit the name and project experience of the proposed project
superintendent.
The City of Coppell reserves the right to reject any bid from painting contractors which in
the opinion of the City do not meet the above criteria.
Equipment
The Bidder shall provide a list of equipment which will be used on this project.
The Bidder shall demonstrate that he has adequate equipment to complete this project, properly
and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may
be required to complete this project.
Financial
Each Bidder shall be prepared to submit upon request of the Owner a current balanced financial
statement with no evidence of threatening losses as evidenced by a current audited certified
financial statement. This information will be used to confirm that the Bidder has suitable
financial status to meet obligations incidental to performing the work.
Technical Experience
The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience
to properly complete this project.
E. Certification signed, dated and sealed by an Officer of the Bidder that Items A, B, C and E above
are true and correct.
Conflict of Interest
City Charter states that no officer or employee of the City shall have a financial interest, direct or
indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the
sale to the City of any land, or rights or interest in any land, materials, supplies or services. This
prohibition does not apply when the interest is represented by ownership of stock in a corporation
involved, provided such stock ownership mounts to less than one percent (1%) of the corporation
stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee
of the City found guilty thereof should thereby forfeit his office or position. Any violation of this
prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with
the City shall render the contract voidable by the City Manager or the City Council. The Contractor
represents that no employee or officer of the City has an interest in the Contractor.
Examination of Contract Documents and Site
6.1 Access to the site shall be from Southwestern Blvd. and the City's Animal Control Facility
parking lot. Prospective Bidders shall respect all improvements. It is the responsibility of
each Bidder before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b)
visit the site to become familiar with local conditions that may affect cost, progress,
performance or furnishing of the Work, (c) consider federal, state and local Laws and
Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study
and carefully correlate Bidder's observations with the Contract Documents, and (e) notify
Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make
these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all
of the terms of the contract, without additional cost to the OWNER.
6.2 Information and data reflected in the Con~xact Documents with respect to Underground Facilities
at or contiguous to the site is based upon information and data furrdshed to the Owner by
Owners of such traderground Facilities or others, and the Owner does not assume responsibility
for the accuracy or completeness thereof. All existing structures, improvements, and utilities
shall be adequately protected, at the expense of the Contractor, from damage that might
otherwise occur due to construction operations. Where conslxuction comes in dose proximity to
existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe
lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with
the utility or structure owner. The utility lines and other existing structures shown on the plans
are for information only and are not guaranteed by the City to be complete or accurate as to
location and/or depth. It shall be the Contractor's responsibility to verify locations and depths
1-5
sufficiently in advance of construction such that necessary adjustments may be made to allow
for the proper installation. The Contractor shall be liable for damage to any utilities resulting
from the construction of this project.
6.3
Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any
additional examinations, investigations, explorations, tests and studies and obtain any additional
information and data which pertain to the physical conditions (surface, subsurface and
underground facilities) at or contiguous to the site or othenvise which may affect cost, progress,
performance or furnishing of the Work and which Bidder deems necessary to determine its Bid
for performing and funfishing the Work in accordance with the time, price and other terms and
conditions of the Contract Documents.
6.4
On request in advance, Owner will provide each Bidder access to the site to conduct
explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill
all holes, clean up and restore the site to its former conditions upon completion of such
explorations.
6.5
The lands upon which the Work is .to be performed, rights-of-way and easements for access
thereto and other lands designated for use by Contractor in performing the Work are identified in
the Contract documents.
6.6
The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder
has complied with eve~ requirement of this Article 6, that without exception the Bid is
premised upon performing and furnishing the work required by the Contract Documents and
such means, methods, techniques, sequences or procedures of construction as may be indicated
in or required by the Contract Documents, and that the Contract Documents are sufficient in
scope and detail to indicate and convey understanding of all terms and conditions for
performance and furnishing of the Work.
Interpretations and Addenda
7.1 All questions about the meaning or intent of the Contract Documents are to be directed to
Shimek, Jacobs & Finklea. Interpretations or clarifications considered necessary by the Design
Engineer in response to such questions will be issued by Addenda mailed to all bidders recorded
as having received the Bidding Documents. Questions received less than two days prior to the
date for opening of Bids may not be answered. Only questions answered by formal written
Addenda will be binding. Oral and other interpretations or clarifications will be without legal
effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been
received.
7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the
Contract Time
8.1 Time is of the essence on this project. If a favorable bid is received, it is fully expected that a
work order will be issued on Friday, Februaxy 25, 2000. On this basis, the contract time is
established as follows:
a) Notice to Proceed: No later than Friday, February 25, 2000.
b) Completion of Interior Tank Repaint, Disinfection & Tank Back in Sen, ice: April 25, 2000
c) Additive Altemate for Interior Repaint of Fluted Column: June 1, 2000.
If the Notice to Proceed is not issued on February 25, 2000, one calendar day will be added to
the completion time for each segment of work identified above, for every day after February 25,
2000, until the date the Notice to Proceed is actually issued.
8.2
8.3
Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a
detailed Progress and Schedule chart to the Owner for approval.
Extension of the contract time shall be based on a Change Order or written amendment as
specified in Item 1.36 of the General Conditions.
Liquidated Damages
Proyisions for liquidated damages are set forth in the Item 1.36.1, General Provisions of the Contract
and modified by Item 1.36 of the City of Coppell's Supplementary Conditions to the North Central
Texas Council of Governments General Provisions.
10.
Substitute or "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or
specified in the Specifications without consideration of possible substitute or "or-equal" items.
Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
Engineer, application for such acceptance will not be considered by Engineer until after the Effective
Date of the Agreement. No substitutions should be considered during the bidding process.
11.
Subcontractors, Suppliers, and Others
11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or
organizations to be submitted to the Owner in advance of the specified date prior to the Effective
Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall
within seven (7) days after the request submit to the Owner a list of all such Subcontractors,
Suppliers and other persons and organizations proposed for those portions of the Work for
which such identification is requested. Such list shall be accompanied by an experience
statement with pertinent information regarding similar projects and other evidence of
qualification for each such Subcontractor, supplier, person or organization if requested by the
Owner. If the Owner, after due investigation, has reasonable objection to any proposed
Subcontractor, Supplier, other person or organization, may, before the Notice of Award is given,
request the apparent Successful Bidder to submit an acceptable substitute in which case the
apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be
increased (or decreased) by the difference in cost oecasioned by such substitution, and the
Owner may consider such price adjustxnent in evaluating Bids and making the contract award.
If the apparent Successful Bidder declines to make any such substitution, the Owner may award
the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers,
other persons and organizations. The declining to make requested substitutions will not
constitute grounds for sacrificing the Bid security of any Bidder.
11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or
organization against who Contractor has reasonable objection.
12. Bid Proposal
12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in
Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity
is given and the Bidder shall state the price for which he proposes to do each item of work. All
blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or
omissions from the plans and/or specifications will be accepted unless authorized in writing by
the Owner.
12.2
The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated
on the Bid Form. A corporation Bidder must name the state in which the organization is
chartered. Bids which are signed for a corporation shall have the correct corporate name thereof,
its post office address, and the signature of the president or other authorized officer of the
corporation, manually written below the corporate name in the following manner:
."
If the bid is made by an individual, his post office address shall be given. Bids which are not
signed by the individuals making them shall have attached thereto a power of attomey
evidencing authority to sign the bid in the name of the person for whom it is signed.
If the bid is made by a firm or partnership, the name and post office address of the managing
member of the firm or partnership shall be given or the bid may be signed by an attomey-in-fact.
If signed by an attomey-in-fact, there shall be attached to the bid a power of attomey evidencing
authority to sign the bid, executed by the members of the firm or partners.
13.
Provision Concerning Escalator Clauses
Bids contalPAng any condition which provides for changes in the stated bid prices due to increase or
decrease in the costs of materials, labor, or other items required for this project, may be rejected and
returned to the Bidder without being considered.
14.
Estimates of Quantifies
The quantities listed in the Bid Form will be considered as approximate and will be used for the
comparison of bids. Payments will be made 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
the materials may be increased or decreased as provided for in the Contract Documents.
15.
Submission of Bids
Bids (pages 12-21) will be received by the Purchasing Agent, and shall be submitted to the Purchasing
Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 478, Coppell, Texas
75019 until 2:00 p.m. on January 28, 2000, and then publicly opened and read aloud. Two identical
copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of
Coppell Bid No. Q01-0002, and the name and address of the Bidder shall be submitted. 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: REPAINTING OF THE 1.5 MILLION GALLON
ELEVATED STORAGE TANK INTERIOR" on the face of it and addressed to the Purchasing Agent,
City of Coppell, Texas.
16. Modification and Withdrawal of Bids
16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner
that a Bid must be executed) and delivered to the place where Bids are to be submitted at any
time prior to the opening of Bids.
16.2
If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written
notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of
Owner that there was a material and substantial mistake in the preparation of the Bid, that
Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified f~om further bidding
on the work.
17.
Rejection of Bids
Bids may be rejected if they show alterations of form, additions not called for, conditional bids,
incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any
irregularities in the bids as received and to reject any and all bids without qualification(s). More than
one bid from an individual, firm or partnership, corporation or association, under the same or different
names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more
than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which
prices are obviously unbalanced may be rejected.
18.
Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but
the Owner may, in its sole discretion, release any Bid prior to that date.
19. Award of Contract
19.1
The Owner reserves the right to reject any and all Bids, to waive any and all formalities except
for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder.
The Owner also reserves the right to reject all nonconforming, nonresponsive, unbalanced or
conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner
believes that it would not be in the best interest of the Project to make an award to that Bidder,
whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial
ability or falls to meet any other peainent standard or criteria established by the Owner.
Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of
the unit prices. Discrepancies between the indicated sum of any column of figures and the
correct sum thereof will be resolved in favor of the correct sum.
19.2
In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the
Bids comply with the prescribed requirements, unit prices, completion time, and other data, as
may be requested in the Bid form or prior to the Notice of Award.
19.3
The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or
other persons or organizations proposed for those portions of the Work as to which the identity
of Subcontractors, Suppliers, and other persons and organizations must be submitted as
requested by the Owner. The Owner also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials and equipment
proposed for incorporation in the Work when such data is required to be submitted prior to the
Notice of Award.
19.4
The Owner may conduct such investigations as the owner deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial stability of
Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and
furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within
the prescribed time.
19.5
If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose
evaluation by the Owner indicates to the Owner that the award will be in the best interests of the
Project.
19.6 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award
within ninety (90) days afmr the date of the Bid opening.
20.
Execution of Agreement
Within ten (10) days after written notification of award of the contract, the Successful Bidder shall
execute and furnish to the Owner five (5) original signed contracts, including bonds, and Certificates
of Insurance.
21.
Affidavit of Bills Paid
Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all
bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and
that there are no claims pending.
22.
Bid Compliance
Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any
illegal alien.
23. Notice to Proceed
Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor
requesting that he proceed with the construction. The Contractor shall commence work within ten (10)
calendar days after the date of Notice to Proceed.
24. State and City Sales Taxes
The Contraetor's attention is directed to State of Texas, Tax Code, Section 151-311.
This section provides that all items used or consumed by a Contractor can be purchased free of State and
City sales tax if necessar/and essential for the performance of the contract and completely consumed at the
job site and when the project is being performed for an agency exempt under State of Texas, Tax Code,
Section 151.309.
This contract is issued by an agency which qualified for exemption pursuant to the provisions of State of
Texas, Tax Code, Section 151.309.
25.
Silence of Specification
The apparent silence of these specifications as to any detail or to the apparent omission from it of a
detailed description concerning any point, shall be regarded as meaning that only the best commercial
practices are to prevail. All interpretations of these specifications shall be made on the basis of this
statement by Owner or their authorized representative.
26.
27.
28.
Change Orders
No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or
specifications stated in the resulting contract. All change orders to the contract will be made in writing
by the Owner.
Assignment
The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in part,
without the prior written consent of Owner.
Venue
This agreement will be governed and construed according to the laws of the State of Texas. This
agreement is performable in Dallas County, Texas.
Maintenance Bond
The Contractor shall provide, on the form provided, a two (2) year Maintenance Bond at the
completion of the project. The bond must be provided prior to final payment by the City.
1-11
PROPOSAL
PROJECT IDENTIFICATION: Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior in
Coppill, Texas.
BID OF Advantage Contract Services, Inc. DATE:
(NAME OF FIRM)
February 7, 2000
THIS BID IS SUBMITTED TO: City ofCoppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q01-0002
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 Doemerits to perform and fttmish 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.
BDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and
Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day
of Bid opening. BDDER will sign and submit the Agreement with other documents required by the
Bidding Requirements within ten (10) days aRer the date of OWNER's Notice of Award,
3. In submitting this Bid, BDDER represents, as more fully set forth in the Agreement, that:
(a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda
(receipt of all which is hereby acknowledged):
No: 1 2 3
Date: 1/20/2000 1/25/2000 1/26/2000
Rec'd: TRM TRM TRM
(b)
BIDDER has familiarized itseft 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 fumishing of the Work.
(C)
BDDER has studied carefully all reports and drawings of subsurface conditions contained in
the contract documents and which have been used in preparation of the contract documents.
CONTRACTOR may rely upon the accuracy of the technical data contained in such reports,
1-12
but not upon nontechnical data, interpretations or opinions contalncd therein or for the
completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately
preceding sentence, CONTRACTOK shall have full responsibility with respect to subsurface
conditions at site.
BIDDER has studied carefully all drawings of the physical conditions in or relat'mg to existing
surface or subsurface structures on the site, which are contained in the contract documents and
which have been utilized in preparation of the contract documents. CONTRACTOR may rely
upon the accuracy of the technical data contained in such drawings, but not for the
completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately
preced'mg sentence, CONTRACTOK shall have full responsibility with respect to physical
conditions in or relating to such structures.
(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 or furnishing of
the Work at the Contract Price, within the Contract Time and in accordance with the other
terms and conditions of the Contract Documents; 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 exisfmg 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, within the Contract Time and in
accordance with the other terms and conditions of the Contract Documents.
(t)
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 or discrepancies that it
has discovered in the Contract Documents and the written resolution thereof by ENGINEER is
acceptable to BIDDER;
This bid is genuine and not made in the interest of or on behalf of any undisclosed person, finn
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 indhcectly 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) It is understood and agreed that the following quantities of work to be done at unit prices are
approximate only, and are intended principally to serve as a guide in evaluating bids.
(j) It is understood and agreed that the quantities of work to be done at unit prices and materials to
be furnished may be increased or diminished as may be considered necessaxy in the opinion of
xx, jf.~jr_vol2~roj~akl~alkop~thl~'~-17~'~t~:akontr~t'~.-It, aoc 1-13
the OWNER to complete the work filly as planned and contemplated, and that all quantities of
work, whether increased or decreased, are to be performed at the unit prices set forth, except as
provided for in the Contract Documents.
It is understood and agreed that all work under this contract will be completed within the bid calendar
days. Completion date will be established in the Notice to Proceed.
5. BIDDER will complete the Work for the following price(s):
1-14
Unit
1 L.S.
2 1 L.S.
3 1 L.S.
4 10 Hrs.
CITY OF COPPELL, TEXAS
Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior
BID SCHEDULE
BASE BID
5 1 L.S.
Descrintion and Price in Words I Price in
Figures
For Abrasive Blasting the Interior Area of the
1,500,000 Gallon Elevated Storage Tank and
Containing all Blast Material and Existing Paint
Removed
complete in place, the sum of
Forty-Five Thousand
and No
Cents per Lump Sum
Dollars
Extended
Amount
For Painting the Interior Area of the Tank
complete in place, the sum of
Forty-Five Thousand
and No
Ceres per Lump Sum
Dollars
$ 45,000.00 $ 45,000.00
For the Proper Disposal of the Interior Paint and
Blasting Media Removed from the Elevated
Storage Tank
complete in place, the sum of
Five Thousand
and No
Cents per Lump Sum
Dollars
$ 45,000.00 $ 45,000.00
For Performing Miscellaneous Remedial Welding
by a Certified Welder when requested by the
Owner
~omplete in place, the sum of
Eighty-Five
Dollars
and No
Cents per Hour
For Removing the 24-Inch Double Disk Gate
Valve and Replacing with a 24-Inch Motor
Operated Butterfly Valve, including all SCADA
Connections
complete in place, the sum of
Seven Thousand, Five Handred
and No
Cents per Lump Sum
Dollars
$ 5,000.00 $ 5,000.00
$ 85.00 $ 850.00
$ 7,500.00 $ 7,500.00
Item
No.
6
ITOTAL
BASE BID
Description and Price in Words
1 L.S.
For Furnishing and Operating an All ElecU'ic
Dehumidi~cation System for the Interior Blast,
Paint and Cure
complete in place, the sum of
Eighteen Thousand, Eight Hundred
Fifty Dollars
and No
Cents per Lump Sum
AMOUNT: BASE BID (Items 1 Through 6)
Price in [ Extended
Figures Amount
$ 18,850.00 $ 18,850.00
$ 122,200.00
ADDITIVE ALTERNATE
For the Cleaning all Metal Surfaces Inside the 1.5
1A .S. MG Elevated Storage Tank Fluted Column $ 24,000.0
replete in place, the sum of
enty-Four Thousand
Doll
For Overcoating of erior of all
Surfaces Ins' e 1.5 MG Elevated Storage
2A I L.S. Fint unto 36,000.00
replete in place, the sum of
Thirty-Six Thousand
Dollars
For Furnishing and Installing Safety Climb Device
3A 131 L.F. on Existing Dry and Wet Ladders on the Dry Riser $ 26.72 $ 3,500.32
complete in place, the sum of
Twenty-Six
Dollars
and Seventy-Two
Cents per Linear Foot
ITOTAL AMOUNT: ADDITIVE ALTERNATE (Items 1A Through 3A) ] $ 3,500.32
TOTAL AMOUNT BID (Base Bid + Additive Alternate) L$ 125,700.32[
1-17
BID SUMMARY
TOTAL AMOUNT: BASE BID (Items 1 Through 6):
Total Price Bid In Words:
Total Price Bid
$122,200.00
One Hundred Twenty-Two Thousand, Two Hundred Dollars and 00/1 O0
TOTAL AMOUNT: ADDITIVE ALTERNATE {Item 3A):
Total Price Bid In Words:
Three Thousand, Five Hundred Dollars and 32/100
Total Price Bid
$3,500.32
BIDDER agrees that all Work awarded will be completed within the dams established hi the Contract
Documents. Contract time will commence to run as provided in the Contract Documents.
Communications conceming this Bid shall be addressed to the address of BDDER indicated on the
applicable signature page.
BDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal
property to be incorporated into the project. Said taxes ere not included in the Connet Price (See
Instmctious to Bidders).
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 quantifies will be adjusted
accordingly.
SUBMt'rrt~D on January 26, 2000.
TOTAL AMOUNT OF BID (Base Bid + Additive Alternate):
Total Price Bid In Words:
Total Price Bid
$125,700.32
One Hundred Twenty-Five Thousand, Seven Hundred Dollars and 32/100
OUESTIONNAIRE
Each Bidder shall write in the name, where indicated, of the manufacturers of equipment which Bidder proposes
to furnish and the subcontractors the Bidder plans to utilize. Not more than one manufacturer's or subcontractor's
name shall be listed for each item of equipment. Upon award of a contract, the named equipment shall be
furnished. Substitutions will be permitted only if named equipment or subcontractor does not meet the
requirements of the Contract Documents, the manufacturer or subcontractor is unable to meet the requirements of
the construction schedule, or the manufacturer or subcontractor is dilatory in complying with the requirements of
the Contract Documents. Substitutions shall be subject to concurrence of the Owner and shall be confirmed by
Change Order.
Preliminary acceptance of equipment listed by manufacturer's name shall not in any way constitute a waiver of
the specifications covering such equipment; final acceptance will be based on full conformity with the Contract
Documents.
Failure to furnish all information required may be cause for rejection of the Bid.
Equipment
24" Butterfly Valve
Electric Valve Operator
Dehumidification Equipment
Manufacturer
As Specified
As Specified: Elm, Rotork, Limitorque or equal
Munters Moisture Control #HCAS00
Discipline
Electrical
Instrumentation
Subcontractor
Controls International or I&C Sales
Controls International or I&C Sales
\~jf~jf_vo12~proje~s~lel~cakoppellXl~9,i76xspe~c~mract~'c-lb. dcc 1-19
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed and are submitted as
correct and final. Bidder further certifies and agrees to furnish any and/or all commodities upon which prices are
extefided at the price offered, arid upon the conditions contained in the Specifications of the Invitation to Bid. The
period of acceptance of this bid will be 90 calendar days from the date of the bid operdng. (Period of acceptance
will bc ninety (90) calendar days unless otherwise indicated by Bidder.)
STATE OF Texas COUNTY OF Harris BEFORE IV[E, the
undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared
Travis R. McKenzie who after being by ine duly swom, did depose and say:
"I, Travis R. McKcnzie
(Na~)
Advantage Contract Services, Inc.
(Narpt of Firm)
foregoing on behalf of the said
am a duly authorized office/agent for
and have been duly authorized to execute the
Advantage Contract Services, Inc. ."
(Name of FhTn)
r-
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder or individual(s)
engaged in the same line of business prior to the official opening of this bid. Further, I certify that the Bidder is not
now, nor has been for the past six (6) months, directly or indirectly concemed in any pool, agreement or
combination thereof, to control the price of services/commodities bid on, or to influence any individual(s) to bid or
not to bid thereon."
Name and Address of Bidder:
Advantage Contract Services, Inc.
7150 Almeda Genoa, Houston, Texas 77075
Telephone:
Title:
( 713 ) 991-0747
President
by: ' Trayis R. McKcnzie
Signature:
SUBSCRIBED AND SWORN to before me by the above named
on this the
It day of,1 :00o.
N~~~ for the State of
DARLA KELLEY %
MY ~ISSI~ ~IRES
~TOBER 2, ~2
\~jf,.ijLvo12~l~ojectt~cle~:alPt, oppeWd999-17o~spc~'~mtnct~c~*lb. doc I
If BIDDER IS:
An Individual
By
doing business as
Business address
A Partnershiv
By
Business address
N/A
0,ndividual's Name)
N/A
(Firm Name)
(General Parmet)
Phone No.
Phone No.
(Seal)
(Seal)
A Corporation
By
By
By
(Corporate Seal)
Attest
Business address
Advantage Contract Services, Inc.
(Corporation Name)
Texas
(State of Incorporation)
Travis R. McKenzie
(Name of person authorized to sign)
President
(ecretary) ~'~~~
7150 Almeda Genoa
Houston, Texas 77075
Phone No.
A Joint Venture
By N/A
(Name) (Addre~)
By
(Name) (Address)
(Seal)
(Seal)
(seal)
(713) 991-0747
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a
parmer to the joint venture should be in the manner indicated above.)
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the 8m day of February in the year 2000
by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called OWNER)
and Advantage Contract Services, Inc. (hereinaffer called) CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. - WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Work is generally described as follows:
The project includes installation of a motor operated control valve and an alternate bid for
repainting the interior column, together with all necessary appurtenances.
The Project for which the Work under the Contract Documents may be the whole or only a
part is generally described as follows:
Repainting of the 1.5 Mffiion Gallon Elevated Storage Tank Interior
Project Number WA00-01
Article 2.;
ENGINEER
The Project has been designed by: Shimek, Jacobs & Finklea Consulting Engineers, Dallas,
Texas.
Contract administration will be provided by the City of Coppell Engineering Department
who is hereinafter called ENGINEER and who is to act as OWNER's representative,
assume all duties and responsibilities and have the rights and authority assigned to
ENGINEER in the Contract Documents in connection with completion of the Work in
accordance with the Contract Documents.
Article 3. -
CONTRACT TIME
3.1 Time is of the essence on this project. ff a favorable bid is received, it is fully
expected that a work order will be issued on Friday, February 25;2000. On this basis,
the contract time is established as follows:
a) Notice to Proceed: No later than Friday, February 25, 2000.
b) Completion of Interior Tank Repaint, Disinfection & Tank Back in Service:
April 25, 2000
c) Additive Alternate for Interior Repalnt of Fluted Column: June 1, 2000.
If the Notice to Proceed is not issued on February 25, 2000. one calendar day will be
added to the completion time for each segment of work identified above, for every
day after February 25, 2000, until the date the Notice to Proceed is actually issued.
~:x~l~.op~nx~999.~7~x~o.a~a~e-~,~a~ 1-23
3.2
Liquidated Damages. OWNER and CONTRACTOR 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 time specified in the Contractor's proposal and in paragraph
3.1 above, plus any extensions thereof allowed in accordance with Item 1.36 of the
General Provisions. They also recognize the delays, expense and difficulties involved
in proving in a legal or arbitration proceeding 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 liquidated damages is not considered as a
penalty, but shall be deemed, taken and treated as masonable damages on a dally
basis. CONTRACTOR shall pay OWNER as specified in Item 1.36.1 LIOUIDATED
DAMAGES of the General Provisions for each day that expires after the time
specified in paragraph 3.1 for Completion until the Work is complete.
Article 4. -
CONTRACT PRICE
4.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with
the Contract Documents in current funds subject to additions and deductions by
Change Orders as provided in the contract documents in accordance with the unit
prices listed in Section 1 - Proposal and Bid Schedule. The contract sum shall be the
amount of One Hundred Twenty-Five Thousand, Seven Hundred Dollars and
32/100 ($125,700.32). The total tangible personal property cost (items incorporated
into the project - nontaxable) included in the contract sum is $ 2 ~ q ~'O ~
Article 5. -
PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as
provided in the General Provisions.
5.1
Progress Payments. OWNER shall make progress payments on account of the
construction as provided below. All progress payments will be on the basis of the
progress of the Work measured by the schedule of values established in Item 1.51 of
the General Provisions (and in the case of Unit Price Work based on the number of
units completed) or, in the event there is no schedule of values, as provided in the
General Provisions.
5.1.1.
Prior to Completion, progress payments will be made in an mount equal to
the percentage indicated in Item 1.51.2 RETAINAGE of the General
Provisions, but, in each case, less the aggregate of payments previously made
and less such amounts as ENGINEER shah determine, or OWNER may
withhold, in accordance with Item 1.52 of the General Provisions.
5.2
Final Payment. Upon final completion and acceptance of the Work in accordance
with Item 1.51.4 FINAL PAYMENT of the General Provisions, OWNER shall pay
the remainder of the Contract Price as recommended by ENGINEER as provided in
said Item 1.51.4.
Article 6. -
Article7. -
Article8. -
INTEREST
No interest shall ever be due on late payments (see Item 1.5 1.4 of the General Provisions).
CONTRACTOR'S REPRESENTATIONS
In order to induce the OWNER to enter into this Agreement, the CONTRACTOR makes
the following representations:
7.1 CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in Item 1.3 of the General Provisions, and
accepts the determination set forth in Item SC-1.3 of the Supplementary Conditions of
the extent of the technical data contained in such reports and drawings upon which
CONTRACTOR is entitled to rely.
7.2 CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations,
tests, reports, and studies (in addition to or to supplement those referred to in
paragraph 7.1 above) which pertain to the subsurface or physical conditions at or
contiguous to the site or otherwise may affect the cost, progress, performance, or
furnishing of the Work as CONTRACTOR considers necessary for the performance
or furnishing of 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 Item 1.3 of the General Provisions; and no additional
examinations, investigations, explorations, tests, reports, studies, or similar
information or data are or will be required by CONTRACTOR for such purposes.
7.3 CONTRACTOR has reviewed end checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities
at or contiguous to the site end assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, Investigations, explorations,
tests, reports, studies, or similar information or data in respect of said Underground
Facilities are or will be requ'tred by CONTRACTOR in order to perform end 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 Items 1.3 end 1.21 of the General Provisions.
7.4 CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions
of the Contxact Documents.
7.5
CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents end the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
CONTRACTOR DOCUIVlENTS
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1 This Agreement (pages 24 thru 28, inclusive).
j:Xde~cah:ogpeth1999-176xspecsx, eonum~fie-fotmdoc 1-25
Artide 9. -
8.2 Exhibits to this agreement.
8.3 Certificate ofhsurance.
8.4 Notice of Award.
8.5 Part 1: General Provisions of the Standard Specifications for Public Works
Construction, North Central Texas Council of Governments (NCTCOG), latest
addition.
8.6 Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 1-35
thru 1-40).
8.7 Specifications bearing the title: "Specifications and Contract Documents for Addition
of Pump No. 4 at the Village Parkway Pump Station, City of Coppell".
Drawings entitled: "Addition of pump No. 4 at the Village Parkway Pump Station".
8.8
8.9
The following listed and numbered addenda:
Addendum No. 1 dated
Addendum No. 2 dated
Addendum No. 3 dated
1/20/2000 Received 1/20/2000
1/25/2000 Received 1/25/2000
1/26/2000 Received 1/26/2000
8.10 CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and
Contract Documents. (pages 1-12 thru 1-21)
8.11 Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12
The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents urnending, modifying, or supplementing the Contract Documents pursuant
to Item 1.37 and Item 1.38 of the General Provisions.
8.13 The documents listed in paragraphs 8.2 et seq. above arc attached to this Agreement
(except as expressly noted otherwise above).
The Contract Documents may only be urnended, modified, or supplemented as provided in
Items 1.37 and 1.38 of the General Provisions.
MISCELLANEOUS
9.1 Terms used in this Agreement which are defined in Item 1.0 of the General Provisions
will have the meanings indicated in the General Provisions.
9.2
No assignment by a party hereto of any rights under or interests in the Contract
Documents 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
(expect to the extent that the effect of this restriction may be limited by law), and
unless specifically stated to the contranj in any written consent to an assignment, no
assignment will release or discharge the assignor f~om any duty or responsibility
under the Contract Documents.
9.3
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 of all covenants, agreements and obligations contained
in the Contract Documents.
Article 10. - OTHER PROVISIONS
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Contract Documents have been signed or identified by
OWNER and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on
February 8, 2000
Owner: City of Coppell
Title: ~AYOR
Address for giving notices:
P.O. Box 478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Director of Public Works
Contractor:
By:
Title:
Attest:
Advantage Contract Services, Inc.
7150 Almeda Genoa Rd.
President
Address for giving notices:
7150 Almeda Genoa Rd.
Houston, Texas 77075
Attn: Trayis R. McKenzie, President
(If CONlt~CTOR is a corporation, attach
evidence of authority to sign.)
PERFORMANCE BOND
Bond No: 756097
STATE OF TEXAS }
}
COUNTY OF DALLAS }
KNOW ALL MEN BY TFm, SE PRESENTS: That
Advantage Contract Services, Inc.
whose address is 7150 Almeda Genoa Rd., Houston, Texas 77075
, hereinafter called Principal,
and Capitol Indemnity Corporation ,
a corporation organized and existing under the laws of the State of Wiscons in and fully
licensed to transact business in the State of Texas, as Surety, are held and firn~y bound unto the CITY OF
COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, heroinafter
called "Beneficiary", in the penal sum of One Hundred Twenty-Five Thousand
Seven Hundred and 32/100 DOLL/~RS ($ 125,?00.32 )
in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and
truly to be made, we bind ourselves, Our heirs, executors, administrators and successors jointly and severally,
fnTnly by these presents. This Bond shall automatically be increased by the amount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond.
TItle, OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a
certain Contract with the City of Coppell, the Beneficiary, dated the 8m day of February
2000 , A.D., which is made a part hereof by reference, for the consh-uetion of certain public improvements
that are generally described as follows:
Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior
Project No. WA00-01
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the
undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans,
specifications and Contract Documents during the original term thereof and any extension thereof which may be
granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty
required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants,
terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter
be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair
and/or replace all defects due to faulty materials and workmanship that appear within a period of two (2) year
from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully
indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason
of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the
Beneficiary may incur in making good any default or deficiency, then this obligation shall be void; otherwise, it
shall remain in full force and effect.
PROVIDED FURTItle. R, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas
County, Texas.
O:PERFBOND.FRM/CP (Revised 9/92)
1-28
AND PROVIDED FURTH ~:R, that the sa!d Surety, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to the' terms of the Contract or to the Work to be performed
thereunder or the Specifications accompanying the same shall in anywise affect its obligation on this Bond, and it
does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the
Contract, or to the Work or to the Specifications.
This Bond is given pursuant to the provisions of Article 5160 of Vemon's Annotated Civil Statutes, and
any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in
Dallas County or Denton County to whom any requisite notices may be delivered and on whom service of
process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance
Code, Vemon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in
deemed an original, this, the 8th day of February
5
copies, each one of which shall be
· 2000.
ATTEST:
PRINCIPAL
Advantage Contract Services,
Name: Trayis R. McKenzie~2
SURETY
Capitol Indemnity Corporation
By: ~/7- ~
Title: Attorney-in-Fact
Terri Cesnik
The Resident Agent of the Surety in Dallas County or Denton County, Texas, for delivery of notice and service
of the process is:
NAhlE: Cheryl Humphrey - Southern American Insurance Agency, Inc.
STREET ADDRESS: 16801 Addison Rd., Ste. 245, Addison, TX 75001
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give 'a
person's name.)
O:PEP, FBOND.FRM/CP (Revised 9/92) 1-29
PAYMENT BOND
Bond No: 756097
STATE OF TEXAS }
}
COUNTY OF DALLAS }
KNOW ALL MEN BY THESE PRESENTS: That
Advantage Contract Services, Inc.
whose address is 7150 Almeda Genoa Rd., Houston, Texas 77075
, hereinafier called Principal,
and Capitol Indemnity Corporation ,
a corporation organized and existing under the laws of the State of Wiscons in and fully
licensed to transact business in the State of Texas, as Surety, are held and fLrmly bound unto the CITY OF
COPPELL, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter
called "Owner", and unto all persons, firms, and corporations who nmy furnish materials for, or perform labor
upon the building or improvements hereinafter referred to in the penal sum of
One Hundred Twenty-Five Thousand Seven Hundred and 32/100 DOLLARS ($ 125,?00.32 )
in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and
truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally,
firmly by these presents. This Bond shall automatically be increased by the mount of any Change Order or
Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal antered into a
certain Contract with the City of Coppell, the Beneficiary, dated the 8th day of February
2000 , A.D., which is made a part hereof by reference, for the donstraction of certain public improvements
that are generally described as follows:
Repainting of the 1.5 MiI~on Gallon Elevated Storage Tank Interior
Project No. WA00-01
NOW, TYIF, REFORE, if the Principal shall well, truly and faithfully perform its duties end make prompt
payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the
prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said
Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then
this obligation shall be void; otherwise it shall remain in full force and effect.
PROVIDED FURI'H ~: R, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas
County, Texas.
AND PROVIDED FURTIeR, that the said Surety, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to Contract, or to the Work performed thereunder, or the
Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the
Contract, or to the Work to be performed thereunder.
This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and
any other applicable statutes of the State of Texas.
O:PERFBOND.FRM/CP (Revised 9/92) 1-30
The undersigned and designated agent is .hereby designated by.the Surety herein as the Resident Agent inl
Dallas County or Denton County to whom rely requiiite notices may be delivered and on whom sex:vice of
process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance
Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS W H ,: REOF, this instrument is executed in
deemed an original, this the 8 th day of February
copies, each one of which shall be
,2000.
ATTEST:
Terrt Cesnik
PRINCIPAL
Advantage Contract Services~t'
Name: Tra~s R. McK~ .~'
Title: ~esidcnt )-'- :: 2"L . ,-"
SURETY
Capitol Indemnity Corporation
By: ~- ~'
Name: C.A. McClure :
Title: Attorney-in-Fa~t
The Resident Agent of the Surety in Dallas County or Denton County, Texas, for delivery of notice and service
of the process is:
NAIVIE: Cheryl Humphrey - Southern American Insurance Agency, Inc.
STREET ADDRESS: 16801 Addison Rd., Ste. 245, Addison, TX 75001
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.)
O:PERFBOND. FRM/CP (Revised 9/92) 1-31
MAINTENANCE BOND
Bond No: 756097
STATE OF TEXAS
COUNTY OF DALLAS
That Travis R. McKenzie as principal and Advantage Contract Services, Inc.
, a corporation organized under the laws of T~aas- - ~
and Capitol Indenmity Corporation as sureties, said sureties being authorized to do business in the
State of Texas, do hereby expressly acknowledge themselves to be held and bound to pay unto the City of Coppell, a
municipal corporation, chartered by virtue of a Special Act of Legislature of the State of Texas, as Coppell, Dallas
County, Texas, the sum of
One Hundred Twenty-Five Thousand, Seven Hun&ed Dollars and 32/100
($125,700.32) for the payment of which sum will and truly to be made unto said City of Coppell and its successors,
said principal and sureties do hereby bind themselves, their assigns and successors, jointly and severally.
This obligation is conditioned, however, that whereas said
Advantage Contract Services, Inc.
has this day antered into a writtan contract with the said City of Coppell to build and construct the
Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior
Project No. WA00-01
Bid No. Q01-0002
winch contract and the Plans and Specifications therein mentioned adopted by the City of Coppell, arc hereby
expressly made a part hereof as though the same were written and embodied herein.
WHEREAS, under the Plans, Specifications and Contract it is provided that the Contractor will rn~mtain and keep in
good repair the work herein contracted to be done and performed for a period of two (2) years from the date of
startup, and to do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise,
and to do and perform all necessary work and repair any defective condition growing out of or arising from the
improper joining of the same, or on account of any breaking of the same caused by the said Contractor in laying or
building the same, or on account of any defect arising in any of said part of said work laid or constructed by the said
Contractor, or on account of improper excavation or backfilVmg; it being understood that the purpose of this section
is to cover all defective conditions arising by reason of defective materials, work or labor performed by the said
Contractor; and in case the said Contractor shall fail to do, it is agreed that the City may do said work and supply
such materials, end charge the same against the said Contractor and sureties on this obligation, and the said
Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's
failure on its part to comply with the terms of the said provisions of said contract;
NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to ma'mta'm said work and
keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be
null and void and have no further effect; but if default shall be made by the said Contractor in the performance of its
contract to so maintain end repair said work, then these presents shall have full force end effect, end said City of
Coppell shall have and recover from the Contractor and its sureties damages in the premises, as provided, and it is
further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon
and that successive recoveries may be had hereon for successive branches until the full amount shall have been
exhausted; end it is further understood that the obligation herein to maintain said work shall continue throughout
said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause
during said time.
IN 9/I'IIqESS WHEREOF, the said
executed by
hand this the day of
and the said
,2000.
has caused these presents to be
has hereunto set his
" By:
SURETY
By:
Attorney in Fact
Surety
PRINCIPAL
Advanta e ContraetSxe~e Inc._
Trayis R.: . _ -~ es
ATTEST
Agency and Address
NOTE: Date of Maintenance Bond must be same as date City acceptance.
_INDEMNITY CORPORATION
,- POWER OFATTORNEY No: 535651
men these INDEMNITY
its true and
deed any and all bonds, undertakings and contracts of suretyship, provided that no bond or
suretyship executed under this author ty shall exceed in amount the sum of
;Thi ";~".!
undertaking or contract of
to appoint b~/ ' . ',
nature thereof, one or more resident vice-pl · ' , ' ,' "' ' , , ,
offcesto he business of this cornpany the, . · ~ ., , '.: ', . . ~ttome
rela ing thereto by f~csimile, and e, ny such ,. · ' ,' , · . , , · · ' ' ' ' , · ' ' =, ' ', ~
Company, andaelY.§uch poW~f'Seexecute~ ..... , ........ '" · · ". · ' ~
respect1~ any,,',~nd, or unde~akrh ,,l~)'~the~ ' '. " ' ,' "· '
with'<~t'cause;,',by,,~-,ny of Sai<J ~/fi'lc~e?~,,,~tj"any ',' ..... , ...... ,,,
its offi~er'.'.:Undersi~'B~and,:lt¢co~'drete "~al td:':,b~:"' ~ereto "~ffi'~'~:.duly · .. , ·
II III IIIII I I III IIII I;IIIIII I IIIIIIIIIIII I II jill illI IIII III
' ..: ".' :: '.:":::::'..: '.':' .::""' .. ::..""""' 'C~:PiTOL
Attest:
td
.... · ~erw~0~' '~.ththe
sw~:~
' CAPff(}I ,',,')1 ;.'>;:IY (:|)~l~.'~,liAm.~...11,
knoWs:.j
by omf~ . ·
STATE OF WISCO~IN }
COUN~
_ ..:..::..:
attached Power 0f Attomey remains in full force and has not been revoked; and furthermore that the Resolution
Board of Directors, set forth in the Power of Attorney is now in force.
I hn~ po'/bor is ,l~,.l~J ,.m.y ,f the pu~,'or c' at~or,'uy n,.mrc;e, p-,ntod ,n ths uppor right hand Corner ~ais in red. Ph~ocopie~. c:;i~GP copies`
02/15/00 TUE 16:19 FAX S15 933 2250
T.T.C., Inc.
002
.ACORD, CERTIFICATE OF LIABILITY INSURANCE
Pl~ Enrn'pri~s, Inc.
3201 Enterpris~ P~k,~y Suite 450
B,,n,-hwood, Ohio44122
T.T.C., Illinois,
Fifty Meadowview Center
ICtnk~k~, Illinois 60901
CO~ERAGE~
T~tlG CERTIFICATE IS ISSUEC) AS A MATTER OF INFO RMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED 8Y THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
,.~=~=._____.~ Crylit Gencral Indenmky. Co
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ~SSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTVVlTHSTANOING
ANY REQUIREMENT, TERM OR CONDLTION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH Trite CERTIFICATE MAY 8E [SEUED OF~
MAY PERTAIN, THE iNSURANCE AFFORDED BY THE POLICIES r~ESCR~BEO HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITJDNS OF SUCH
POLICIES. AGGREGATE LIMITS BHO%NN MAY HAVE BEEN REDUCED eY PAiD CLAIMS.
TWC 200-0014,4)6 05/0111999
BE: A4vsn~a~ Contract Services, Inc.
04/3012000
AGGR?GATE
CERTIFICATE HOLDER { I AO~ONAL ,USUaEO: I~UASn L~r'ri~ __
City of Coppell, Texas and Shimek,
J~obs & Fink~, L.LP.
8333 Douglas Av~, ~S20
Dallas, TX 7523,5-5816
ACORD 25-S (7/97)
FEB-15-20~O lS:28 815 933 2250
CANCELLATION
P. 02
AOOlUP. CERTIFICATF OF LIABILITY INSURANCE
mt~N Modular & Pmtm 9uid~ $ymm~
11~15 CL:RTI~ICATE 18 ISSUED AS ^ MATTER OF INFORMATION
ONLY ANO CONFERS NO RIGHTS UPON THE CERT~RCATE
I-k3U)ER. THIS C~RTIFICATE DO~S NOT AMEND. EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
~uMn · Beet R,a~g A-V1
BLK ADOITICNAL INg. JIED
eLK WAIVER StJaR::)P..~TiQM
A AUTOaCeU uAe. mt
X SaY AUTO
r"' ~ ~LOWNfOAUTO$
SCHEOULfO a~TO$
X Va~ON~TOS
X uGH.owNED ~rOS
t" T 6LKT WAi'V/FI & ADOL INSO
COVERAGES
THE POUCRES OF INSURANCE LISTED BELOW HAVE 9EEN ISSUEO TO THE INSURED NAME{) ABOVE FOR THE POUCY P~RIO0 INGICATED, ~?HSTANOING
MY ~0UiRSAENT, TERM OR CC)NOffH~ OF NqY CONT;~M::T OR OTHBR OOCUMENT WIT~ ~F,S~ECT TO WFgCH THiS CERTF~CATE MAy 66 ISSt~0 OR
MAY P~RTAiN, THE IN84JRNMCE AF-F. ORiTcO BY THE FO,.iCIES OESCRIBED HERBN IS SU&JECT TQ ALL THE TERMS, EXCi. USIQN$ AND CQNOITIOIq$ OF SUCH
PCUCIES. AGGREGATE LIMITS SHOWN MAY HAV~ BEEN REDUCED BY PNO CLAIMS,
WO~COM~T~NO
PoeJcr NUMWS.q
MP3241242B
A321490429 02/08100 02108101
om~
I/,83158242B 02108100 02106101
Certificate Holeera Ira nanted as en Additional Insured with s Waiver o!
Subrogation is respects General end Auto Liebilily, as required by wrlltee
F,,x #713-991-3939 02116/00kw
r- CERT~RCATE HOU)ER
ACORD 25-8
FEB-16-2000
10:20
P. 0I
SECTION GP
GENERAL PROVISIONS
j:~rJ~i~a~tmppell~9-176~c~h4p~-l.~ GP-I
GENERAL PROVISIONS
The General Provisions of the Contract shall be as stated in the Standard Specifications for Public Works
COnstruction, North Central Texas Council of Governments (1983), under PartI, "General Provisions," Items 1.0
through 1.63 inclusive, as mended or supplemented and except as modified by the Special Provisions.
GP-2
TABLE OF CONTENTS
SPECIAL CONDITIONS
Special
Provision No. DeScription
SC.01
SC.02
SC.03
SC.04
SC.05 '
SC.06
SC.07
SC.08
SC.09
SC.10
SC.11
SC.12
SC.13
SC.14
SC.15
8C.16
SC.17
SC.18
8C.19
SC.20
SC.21
SC.22
SC.23
SC.24
SC.25
SC.26
SC.27
SC.28
SC.29
8C.30
SC.31
SC.32
8C.33
8C.34
SC.35
SC.36
Pa~e No,
Engineer ........................................................................................................................SC-2
Location of Project ............................................................................~ ..........................SC-2
Scope of Work ..............................................................................................................SC-2
Forms, Plans & Specifications ......................................................................................SC-2
Time Allotted for Completion ......................................................................................SC-2
Addenda ........................................................................................................................SC-2
Award of Contract and Commencement of Work ........................................................SC-2
Disqualification of Bidders ...........................................................................................8C-3
Permits and Rights-of-Way ..........................................................................................SC-4
Constmction Schedule ..................................................................................................SC-4
Property Lines & Monuments ......................................................................................SC-4
Fences and Drainage Channels .....................................................................................SC-4
Public Utilities & Other Property to be Changed .........................................................SC-4
Existing Utilities & Service Lines ................................................................................SC-4
Use of Explosives .........................................................................................................SC-4
Construction in Public Roads & Private Drives ...........................................................SC-4
Concrete Mix Design ....................................................................................................SC-5
Contractor to Furnish Cost Breakdown ........................................................................SC-5
Wage Rates ...................................................................................................................SC-5
Antitrust ........................................................................................................................SC-6
Small Claims for Damages or Injury ............................................................................SCo6
Testing & Quality Control ............................................................................................SC-6
Shop Drawings .............................................................................................................SC-7
Coordination & Notification .........................................................................................SC-7
Copies of Plans & Specifications Furnished ................................................................SC-7
Disposal of Waste & Surplus Excavation .....................................................................SC-8
Service of Manufacturer's Representative ...................................................................SC-8
Project Video ..............................2 .................................................................................8C-8
Tank Repainting ...........................................................................................................8C-8
Tank Preparation and Pa'mting .....................................................................................SC-8
Motor Operated Butterfly Valves .................................................................................8C-14
Time of Completion ......................................................................................................SC-17
Existing Structures ........................................................................................................8C-18
Water For Construction ................................................................................................SC-18
Solid Sod .......................................................................................................................SC-18
Sound ............................................................................................................................SC-18
CITY OF COPPELL, TEXAS (OWNER)
REPAIINTING OF I'HE 1.5 MILLION GALLON
ELEVATED STORAGE TANK I~TERIOR
SPECIAL CONDITIONS
SC.O1
SC.02
SC.03
SC.04
SC.05
SC.06
SC.07
ENGINEER
The word "Engineer" in these specifications shall be understood as referring to Shimek, Jaeobs &
Finldea, Consulting Engineers, 8333 Douglas Avenue #820, Dallas, Texas 75225, Engineer of the Owner,
or such other representatives as may be authorized by said Owner to act in any particular position.
LOCATION OF PROIECT
This project is located in the eastern portion of the City of Coppell. A location map is included in the
plans.
SCOPE OF WORK
The work under this contract includes the interior repaint of an existing 1.5 Million Gallon Elevated Storage
Tank, together with all necessary appurtenances.
FORMS, PLANS & SPECIFICATIONS
Forms of Proposal, Contract and Bonds, and Plans and Specifications may be purchased from the office
of Shimek, Jacobs & Finklea, Consulting Engineers, 8333 Douglas Avenue #820, Dallas, Texas 75225,
for the price of Twenty-Five Dollars ($25.00) per set (non-refundable).
TIME ALLOITED FOR COMPLETION
All items of work shall be completed within the time established in Paragraph 8.1 of Section 1 of the
bidding and contract documents. This time shall commence on the tenth (1 0th) day after issuance of the
work order. The work order shall consist of a written request by the Engineer for the Contractor to
proceed with the construction of the project.
ADDENDA
Bidders desiring further information or interpretation of the plans and specifications must make ~?equest
for such information to the Engineer prior to forty-eight (48) hours before the bid opening. Answers to
all such requests will be given in writing to all bidders in addendum form and all addenda will be bound
with and made a part of the contract documents. No other explanation or interpretation will be
considered official or binding. Should a bidder find discrepancies in, or omissions from the plans,
specifications, or contract documents, or should he be in doubt as to their meaning, he is requested to
notify at once the Engineer in order that a written addendum may be sent to all bidders. Any addenda
issued prior to twenty-four (24) hours before the opening of bids will be mailed or delivered to each
Contractor contemplating the submission of a proposal on this work. The proposal as submitted by the
Contractor will be so constructed as to include any addenda if such are issued by the Engineer prior to
twenty-four (24) hours before the opening of bids.
AWARD OF CONTRACT AND COMMENCEMENT OF WORK
Delete Item 1.12 of the Special Provisions and Item 1.13 of the General Provisions in their entirety and
substitute the following:
j:~e~ealx~oppetl~1999_176~pe~'~,eh.spx~.lAoe SC=2
SC.08
ITEM 1.13 AWARD OF CONTRACT AND COMMENCEMENT OF WORK
It is the intention of the Owner to award one (1) contract for the work on basis of the lowest responsible
bid or bids submitted by qualified bidders as determined by the Owner. Award will be based upon
evaluation of the following:
a) Lowest responsible bid.
b) Past experience with similar type projects.
c) Past experience with similar size ($) or larger projects.
d) Reference checks on completed projects.
e) Analysis of current financial condition of the company.
A composite evaluation of all the above factors will be utilized by the City in determining the lowest
qualified bidder. The right is reserved, as the interest of the Owner may required, tO reject any and all
bids and to waive any informality in bids received.
The Owner will notify the successful bidder or bidders of the City's acceptance of Proposal in writing
within ninety (90) days after the date of open'me bids. The Contractor shall complete the execution of the
required Performance and Payment Bonds and contract within ten (10) days of such notice, or the Owner
shall be entitled to the proceeds of the proposal guaranty in accordance with Item 1.5 of the General
Provisions.
Following award and execution of the contract and required surety bonds, the Contractor shall commence
work within ten (10) days from the date specified in a written Work Order to be issued by the Owner. No
work shall commence prior to the issuance of such work order or before the required insurance has been
obtained by the Contractor, with certificates filed with the Owner evidencing the required coverage to be
in force. Should the Owner unreasonably delay the issuance of the work order through no fault of the
Contractor, the Contractor shall be entitled only to an equitable extension of contract time, the contract
amount to remain unchanged.
Time shall commence on the tenth (1 0th) day after issuance of the work order or on the day work actually
begins, whichever is earlier. The work order shall consist of a wriRen request by the Engineer for the
Contractor to proceed with the construction of the project.
DISQUALIFICATION OF BIDDERS
Add the following to Item 1.11 of the General Provisions:
Within five (5) working days after bid opening, the apparent low bidder shall submit such evidence as the
Owner may require to establish the bidder's qualifications to satisfactorily perform the work included in
this project. Information that may be required shall include the following:
a) Current Financial Statement.
b) Letter of Auditor's opinion if available.
c) Previous years Balance Sheet, Income Statement and Change of Financial Position.
d) List of projects that have been satisfactorily completed by the Bidder that are of the same general
type as included in this contract, together with names, addresses and phone numbers or person
familiar with this work.
e) Other information that may be pertinent to the Bidder's Qualifications.
Should the bidder fail to produce evidence satisfactory to the Owner on any of the foregoing points he
may be disqualified and the work awarded to the next bidder so qualifying.
SC.09
PERMITS AND RIGHT-OF-WAY
The Owner will provide rights-of-way for the purpose of construction without cost to the Contractor by
securing permits in areas of public dedication or by obtain'rag easements across privately owned property.
It shall be the responsibility of the Contractor, prior to the initiation of construction of easements through
private property, to inform the property owner of his intent to begin construction. Before beginning
construction in areas of public dedication, the Contractor shall inform the agency having jurisdiction in
the area forty-eight (48) hours prior to initiation of the work.
SC.IO
CONSTRUCTION SCHEDULE
Prior to starting work, the Contractor shall submit a proposed schedule for the work included herein and
shall submit any major revisions to this schedule as the project progresses. This schedule shall prgvide
for completion of the pr. ojee~ within the time provided in the specifications.
SC.11
PROPERTY LINES & MONUMENTS
The Contractor shall protec! all property corner markers, and when any such markers or monuments are
in danger of being disturbed they shall be properly referenced and if disturbed shall be reset at the
expense of the Contractor.
SC.12
FENCES & DRAINAGE CHANNELS
Boundary fences or other improvements removed to permit this construction shall be replaced in the same
location and left in their original condition of grade and cross section after the construction is completed.
SC.13
PUBLIC UTILITIES & OTHER PROPERTY TO BE CHANGED
In case it is necessary to change or move the property of any Owner or of a public utility, such property
shall not be moved or interfered with until authorized by the utility company or approved by the Owner.
The right is reserved to the Owner or public utilities to enter upon the limits of the project for the purpose
of making such changes or repairs of their property that may be made necessary by the performance of
this contract.
SC.14
EXISTING UTILITIES & SERVICE LINES
The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or
exposed by his construction operations. Where existing utilities or service lines are cut, broken, or
damaged, the Contractor shall replace the utilities or service lines with the same type of original
construction, or better, at his own cost and expense.
SC.15 USE OF EXPLOSIVES
Use of explosives will not be allowed.
SC.16
CONSTRUCTION IN PUBLIC ROADS AND PRIVATE DRIVES
No public road shall be entirely closed overnight. It shall be the responsibility of the Contractor to build
and maintain all weather bypasses and detours, if necessary, and to properly light, barricade and mark all
bypasses and detours that might be required on and across the roads involved in the work included in this
contract.
The Contractor shall make every effort to complete construction and allow immediate access to adjacent
property at driveway entrances located along the roadways. Owners or tenants of improvements where
access and/or entrance drives are located shall be notified at least twenty-four (24) hours prior to the time
j:~le~e~l~lge~176~spees~.b-spxse-ld0c SC4
SC.17
SC.18
SC.19
the construction will be started at their drive-ins or entrances and informed as to the length Of time
driveways will be closed.
The Contractor shall be responsible for all road and entrance reconstruction and repairs and maintenance
of same for a period of one year from the date of such reconstruction. In the event the repairs and
maintenance are not made immediately to the satisfaction of the Engineer, and it becomes necessary for
the City to make such repairs, the Contractor shall reimburse the City for the cost of such repairs.
The Contractor shall, at all times, keep a sufficient width of the roadway clear of dirt and other material to
allow the free flow of traffic. The Contractor shall assume any and all responsibility for damage,
personal or otherwise, that may be caused by the construction along roads and private drives.
CONCRETE MLX DESIGN
The Contractor shall submit proposed concrete mix design for each class of concrete to the Owner for
review and acceptance. The mix designs shall be proportioned in accordance with the requirements of
A.C.I. 318-83 and include data from field experience and/or trial mixtures with the results of
confirmation cylinders. The mix designs and supporting data shall be submitted and accepted at least 10
days prior to placing concrete.
CObrlI~CTOR TO FURNISH COST BREAKDOWN
The Contractor shall furnish the Engineer with a breakdown of any lump sum bid suitable for use in the
preparatiionofprogressestimatesofthejob. Such a breakdown shall be in sufficient detail so as to permit
its use in a manner satisfactory to the Engineer. It shall not be unbalanced. Progress payments for
materials on hand and equipment delivered will be based on invoices. Cost breakdown, as above
described, shall be subject to approval by the Engineer and shall not include individual line items for
bonds, insurance or move-in costs.
The Engineer will not recommend approval of a progress estimate for payment until a satisfactory cost
breakdown of the project has been submitted by the Contractor.
The Contractor shall submit an estimate of monthly payment requests based on the target construction
schedule and the cost breakdown. The estimate of monthly payment request shall be reviewed and
updated each three months.
WAGE RATES
All employees of the Contractor on the work to be performed under this contract shall be paid the
prevailing wage scale in this locality for work of a similar character, and in no event less than the
minimums prescribed in the schedule following the Proposal & Bid Schedule in Section I of these
specifications, Pages 1-23 through 1-24.
The "prevailing rates" shown will be the minimum wages acceptable on this project.
If the construction project involves the expenditure of federal funds in excess of $2,000.00, the minimum
wages to be paid various classes of laborers and mechanics will be based upon the wages that will be
determined by the Secretary of Labor to be prevailing for the corresponding classes of laborers and
mechanics employed on the project of a character similar to the contract work in the City of Coppell or
the rate given above, whichever is higher.
Except for work on legal holidays, the "general prevailing rate of per diem wage" for the various crafts or
type of workers or mechanics is the product of (a) the number of hours worked per day, except for
overtime hours, times (b) the above respective Rate Per Hour.
j:xr=leti~199~-176~s~p~c-l.~loc SC-5
SC.20
SC.21
For legal holidays, the "general prevailing rate of per diem wage" for the various crafts or types of
workers or mechanics is the product of (a) one and one-half time the above respective Rate Per Hour
times (b) the number of hours worked on the legal holiday.
The "general prevailing rate for overtime work" for the crafts or type of workers or mechanics is one and
one-half times the above respective Rate Per Hour.
Under the provisions of Article 5159a Vemon's Annotated Texas Statutes, the Constructor shall forfeit as
a penalty to the entity on whose behalf the Contractor is made or awarded, Ten Dollars ($10.00) for each
laborer, worker or mechanic is paid less than the said stipulated rates for any work under the contract, by
him, or by an subcontractor under him.
ANTITRUST
The Contractor hereby assigns to the Owner any and all claims for overcharges associated with this
contract which arise under the antitrust laws of the United States 15 U.S.C.A., See. 1 et seot (1973).
SMALL CLAIMS FOR DAMAGES OR INJURY
Item 1.24.3 SMALL CLAIMS FOR DAMAGE OR INJURY is amended to read as follows:
If any person files a claim against the OWNER or CONTRACTOR for personal injury or property
damage resulting from, arising out of, or caused by, the operations of the Contractor, or any work within
the limits of the project, the Contractor must either submit to the Owner a duly executed full release
within thirty (30) days from the date of written claim, or immediately report the claim to his liability
insurance carrier for their action in adjusting the claim. If the Contractor fails to comply with this
provision within the stipulated time limit, it will be automatically deemed that the Contractor has
appointed the Owner as its irrevocable Attorney-In-Fact authorizing the Owner to report the claim
directly with the liability insurance carrier. This provision is in and of itself a Power-of-Attorney from
the Contractor to the Owner which authorizes the Owner to take said action on behalf of the Contractor
without the necessity of the execution of any other document. If the Contractor fails to comply with the
provisions of this item the Owner, at its own discretion, may terminate this contract or take any other
actions it deems appropriate. Any payment or portion thereof due the Contractor, whether it is a final
payment, progress payment, payment out of retainage or refund payment may be withheld by the Owner
as is authorized by Item 1.52. Bankruptcy, insolvency or denial of liability by the insurance carrier shall
not exonerate the Contractor from liability.
SC.22
TESTING AND QUALITY CONIi{OL
a) Testing of Materials
Observation of the Contractor' s work to determine compliance with the plans and specifications will
include testing of material installed on the project. Testing of work performed and materials
furnished shall be done by an engineering testing laboratory employed by the Owner. The
Contractor shall use only materials in the work which meet the requirements of the specifications.
The City will employ the services of an engineering testing laboratory to make certain inspections
and to sample and test the materials to be used in the work. The Contractor shall furnish, at his own
expense, all necessary specimens for testing of the materials and when requested, shah furnish a
complete written statement of the origin, composition, and/or manufacturer of any or all materials
that are to be used in the work. All materials not conforming to the requirements of the
specifications will be rejected.
b)
Quality Control
During the construction, the Owner will retain the engineering testing laboratory to perform services
related to checking the quality of the work being performed by the Contractor to determine if the
SC,-6
improvements arc being constructed in accordance with the plans and specifications. THIS
QUALITY CONTROL SERVICE DOES NOT RELIEVE THE CONTRACTOR OF HIS
RESPONSIBILITY WITH REGARD TO CONSTRUCTING THE WORK IN ACCORDANCE
WITH THE CO~CT. If the Contractor fails to meet specified conditions by the first test,
further tests to demonstrate compliance with the contract shall be at the expense of the Contractor,
and payment for the test can be withheld permanently from the Contractor's total compensation.
THE CONTRACTOR SHALL GIVE THE ON-SITE REPRESENTATIVE OF THE OWNER
SUFFICIENT NOTICE OF HIS INTENTION TO CONSTRUCT PORTLAND CEMENT
CONCRETE PAVEMENT, STRUCTURAL CONCRETE, OR HOT MIX ASPHALTIC
CONCRETE TO ASSURE THE ADEQUATE QUALITY CONfROL OF CONSTRUCTION
MATERIALS AND WORKMANSHIP.
c) Testing and Quality Control Services
Testing and Quality Control Services shall include but are not limited to the following:
l)
Embankment
· Moisture - Density Curves.
· Field Compaction Test: Test Method ASTM D698-90 Method A.
2)
Structural Concrete
· Mix Design
· Batch Plant Weight and Moisture Checks
· Slump and Air Tests
· Compressire Strength Tests
SC.23
SHOP DRAWINGS
Contractor shall furnish a minimum of five copies of shop drawings for review by the City. No fax copies are
acceptable. Maximum sheet size ll"x 17".
Shop drawings shall include all items to be installed in the project, including:
· Blasting Media
· Paint Data Sheets
· Paint Color Charts
· NSF Approved Caulk
Paint Manufacturers Anchor Pattern Requirements
Dehumidi~cation Plan and Equipment
Work Plan
SC.24
COORDINATION & NOTIEICATION
All construction shall be performed in a manner and sequence to m'mimize the disruption of traffic
whenever possible. Coordination with and approved from the Owner shall be required prior to any
rerouting, detouring, blocking, or disruption of traffic and permit obtained from the City of Coppell.
SC.25
COPIES OF PLANS AND SPECIFICATIONS FURNISHED
Five (5) sets of plans and specifications shall be furnished without charge to the Contractor for
construction purposes. Additional copies may be obtained from the Engineer at actual reproduction costs.
j:'w,l~icah:~l~lIx1999-176~p~-~rJv~-l.~ SC-7
SC.26
DISPOSAL OF WASTE AND SURPLUS EXCAVATION
All excavated earth in excess of that required for backfilling shall be disposed of in a satisfactory manner
in locations approved by the Owner's representative.
SC.27
SERVICE OF MANUFACTURER'S REPRESENTATIVE
The contract price for the project shall include the cost of furnishing competent and experienced
representatives from the manufacturers involved. Such representatives shall assist the Contractor, when
required, to install, adjust, and test the equipment in conformity with the contract documents. After the
equipment is placed in permanent operations by the Owner, such representatives shall make all
adjustments and tests as specified or requhred to comply with the contract documents, and shall instruct
the Owner in the operation and maintenance of the equipment.
8C.28
PROJECT VIDEO
Prior to start of construction, Contractor shall color videotape construction area and property adjacent to
construction. The Contractor shall furnish the Owner a copy of the tape in VItS format prior to
commencement of project. This shall be subsidiary to project.
SC.29
TANK REPAINTING
A. General Tank Information and Project Requirements: The Elevated Storage Tank was erected by
Pitt-Des Moines, Inc. in 1987. It is a 1,500,000 gallon steel fluted column tank with a high water
level of approximately 156 feet above the ground. The approximate dimensions of the tank are
shown on the plans.
Site: The tank site is located noah of Southwest Blvd. and west of Coppell Road. The Contractor
shall be responsible for protection of the existing improvements on the site. Damage to any City
facilities or adjacent property shall be repaired or replaced by the Contractor at his sole expense.
The site is surrounded by development including multi-family housing and a City owned conference
center.
C. Existing Paint Systems: The elevated tank has an existing paint system which is believed to consist
of an epoxy on the interior and epoxy prime coat and a urethene top coat on the exterior.
D. Cathodic Protection Anodes: There is no cathodic protection system in the tank.
E. Tank Vent Screens: The Contractor shall remove and replace the screen wire on all tank vents. New
screen shall be 16-mesh stainless steel.
SC.30 TANK PREPARATION AND PAINTING
A. General: The work to be performed under this section of the specifications shall include the
furnishing of all labor, materral, equipment and incidentals required for abrasive blasting, cleaning
and painting all steel surfaces on the interior area of the tank bowl (roof, side walls and bottom, dry
well, ladders and other interior appurtenances of the 1.5 million gallon elevated storage tank and for
sterilizing the tank interior, complete as specified herein.
B. Subcontractors: All blasting and painting on this project shall be completed by the Prime
Contractor. No sub-contractors will be accepted for this portion of the project.
C. Plan of Work: Prior to beginning work the Contractor shall submit a written plan to the Owner for
review and approval fully describing his proposed plan of work for blasting the existing steel,
disposal of waste material and painting the tank. The plan of work shall include the following
information:
1. Detailed description on the steps to complete of work.
2. Plan for abrasive blasting tank.
3. Plan for collecting, containing & disposing of waste blast material. Description of how this will
be accomplished.
4. Plan for protecting ground and property around tank. Description of what will be done to
accomplish this.
5. Plan for worker safety and health.
6. Plan for painting tank.
7. Quality control plan. Steps to be utilized by Contractor.
Surface Preparation: All steel surfaces shall be thoroughly cleaned of all existing paint and mill
scale by abrasive blasting.
All interior surfaces shall be abrasive blasted to a near white metal blast in accordance with Steel
Stmctores Painting Council Specification SSPC-SP10 and an anchor pattern established meeting the
requirements of the paint manufacturer. If blasting of any previously painted surfaces is required,
the blast finish shall be feathered to provide a smooth uniform paint finish.
Final determination of blasting quality shall be determined by the Owner. All abrasive blasting shall
be performed in full accordance with the latest regulations issued by the Texas Air Control Board.
The Contractor shall be in full conformance with the Texas Air Control Board's (TNRCC) General
Rules for nuisance. If such a nuisance arises from the Contractor's work on this project, the
Contractor shall immediately shutdown the work causing the nuisance and make the necessary
changes in operation, including preventative shields and containment. Contractor shall provide
whatever is necessary to resolve the nuisance caused by the Contractor' s operation to the satisfaction
of the State of Texas and the City. All cost of whatever the nature shall be included in the unit price
bid for the project
Standard of Comparison: The specific paint referred to in these specifications is manufactured by
Carboline, ICI Devoe or Tnemec, and is presented as a standard of comparison. Other paints may be
acceptable if they are equal in quality as determined by the Owner. The Owner shall determine the
acceptability of paints to be used. The Owner reserves the right to request the Contractor to supply a
complete history of the paint system he proposes to use. This information would be used to
determine acceptability of the system. All paints applied are to be by the same manufacturer. Any
deviation of the specified paint systems must be presented at the Owner's Pre-Bid Conference in
writing for acceptance.
Paint System: All tank surfaces shall be coated after erection of all members as follows:
Interior Steel Painting
The interior paint system shall be certified by the National Sanitation Foundation - ANSI/NSF
Standard 61 Drinking Water System Components for Potable Water Coatings.
After interior surfaces have been abrasive blasted they shall be painted by spraying with one coat of
food grade Devoe Bar-Rust 233 H epoxy, Tnemec 20-1255 Pota Pox Prime, or Carboline 191 Epoxy
Primer. Minimum dry film thickness shall be 5.0 mils throughout. All touch-up painting shall also
be done with the approved prime paint. Prior to the furst coat of paint, all welds shall be coated by
brush with the approved prime paint thinned by 50% with the approved paint supplier's food grade
The second and final interior coat shall be applied by spraying one coat of white food grade Devoe
Bar-Rust 233 H epoxy, Tnemec 20-2000 Pots Pox Finish, or Carboline 191 Epoxy Finish. The
minimum dry film thickness of the second coat shall be 5.0 mils throughout.
Total dry film thickness of the interior paint afier seven days (75° F Temperature) drying time shall
not be less than 10.0 mils throughout. Contractor shall provide adequate forced ventilation during
application and curing to achieve required results. Each coat of paint shall be applied in a uniform
thickness and shall be feathered as necessary at its edges to prevent lap marks and provide a smooth
paint finish. All interior paint shall comply with ANSI/NSF Standard 61.
G=
Application: Coafmgs shall be applied in accordance with paint manufacturer's recommendations
found on the paint data sheets and are subject to inspection at all times by the on-site representative.
Paint manufacturer's data sheets shall be submitted as part of the shop drawing submittal process.
Contractor shall follow the Steel Structures Painting Council Good Painting Practice except where
exceeded in these specifications.
No painting shall take place utilizing the interior paint system unless the atmospheric temperature is
above 50oF and metal surface temperatures are above 50oF and a minimum of 5oF above the dew
point. The relative humidity shall not be greater than 80%. Painting also shall not proceed if the
temperatore is expected to fall below 40oF before the paint has dried to the re-coat window
(24 hours) or if the surface temperature is at or above 110oF.
,t desiccant dehumidification system shall be utilized on the interior 24-hours a day for blasting,
painting and curing. No liquid or granular desiccant or lithium chloride systems are acceptable.
The dehumidification system shall be powered by electricity; or by
The City of Coppell is arranging to have electric service (480 volt, 255 amp) to the site. The cost
for the installation and removal of such service will be borne by the City of Coppell. The actual
electric usage charge and miscellaneous monthly charges will beborned by the Contractor. Such
costs will be deducted from the Contractor's monthly pay request, based on the usage billed by
TXU. TXU contact,
The blast that is achieved on the interior with the dehumidi~cation system operating and
conditions specified being held, if the blast can be held to a near white blast it can be painted up
every fourth day.
Contractor shall have sufficient number of compressors and adequate compressor output on site to
complete the blasting and painting in a timely manner. Contractor shall have on site and utilize
during the coating of the tank, two (2) 45:1 Ratio airless spray Graco Pumps or equal in working
order. The Contractor shall have on site and utilize a compressed air dryer to remove moisture from
the air supply.
All spray equipment shall be inspected and approved by Owner's representative before any
application is begun. A moisture trap shall be placed in line from air supply to pressure pot and
spray gun. This trap shall be opened slightly to provide a continuous bleed. Regulators and gauges
shall be provided for air to both pressure pot and spray gun.
All abrasive and dust from blasting operations shall be removed from surfaces before paint
application is begun. Blasted surfaces shall be coated with one coat of primer during the same day
that blasting was done. Primer shall not be applied closer than six inches to a non-blasted area. Any
subsequent blasting operation shall not result in abrasive particles embedded in the paint film. The
sequence to be followed in painting shall be such that a minimum of damage to finished coatings
will result.
Spray guns must be held perpendicular to the surface being painted, handled and adjusted in such a
manner so dry overspray is kept at a minimum.
The Contractor shall at all times protect the build'mgs, homes, automobiles and other items from
blasting and pa'mt that is being applied to the tank. Contractor shall be solely liable for all claims of
damage of whatever nature, which results from the blasting and/or painting operations on this
project.
Inspection: All work shall be done in a workmanlike manner, so that the finished coating on all
painted surfaces of the tank shall be free from bubbles, runs, drips, ridges, waves and unnecessary
brush marks and variations in color. In addition all surfaces that will be in contact with potable
water shall be free of holidays and pinholes.
Due to the nature of the roof structure and plate, the Contractor shall brush all connection points
between the roof structure and plate and between plates. This brush coat shall include working paint
into void spaces. After completion of the brush coat the roof shall receive two coats by spraying.
The spray gun shall be manipulated to fill void spaces with paint. After coating is completed, the
Contractor shall apply a NSF Approved Caulk along all plate to roof structure and plate to plate
joints.
Inspection and acceptance of the abrasive blasting shall be achieved prior to application of the prime
coat of paint on the tank. The Contractor shall schedule and coordinate his work with the Owner to
allow for expeditious prosecution of the inspection and painting.
All paint film thickness shall be verified by the Contractor by measuring the wet film thickness of
each coat as it is applied. The Contractor shall coordinate the use of the painting scaffolds and
rigging with the Owner or his representative to provide regular access for the paint inspections. Wet
film thickness measurements shall be made for each 100 square feet of surface painted.
All paint will be inspected for applied dry film thickness using a non-destructive magnetic gauge
such as a Mikrotest Gauge or an Elkometer. Dry film thickness, pinholes and Holidays shall be
inspected throughout the painted surface at locations determined by the Owner. Testing for dry film
thickness will be done by the Owner or an independent testing laboratory, which is chosen and paid
by the Owner. General paint inspection will be done by the Owner. All work shall be done in a
workmanlike manner, so that the finished coating on the interior and exterior of the tank shall be free
from bubbles, runs, drips, ridges, waves, brush marks and variations in color.
The Contractor shall minimize lap marks created from the seal of the containment system. These
areas shall be strategically located in welled seams.
I, Location of Painting Systems: The interior painting system as described in this specification shall be
applied at the following general locations:
1. On all metal surfaces inside the tank bowl (surfaces in contact with potable water vapor zone
and roof structure).
2. On all metal surfaces and ladders on the inside wet risers on elevated tank.
3. On all ladders inside the tank bowl.
Disinfection: Once painting is complete and prior to disinfection of the tank, the interior of the tank
shall first be thoroughly cleaned by hosing down the walls, underside of the roof and floor with
water from the Owner's distribution system. The accumulation of dirty water from the wash down
process shall be wasted into the sanitary sewer system. Contractor shall provide adequate pumps to
accomplish this work and take necessary steps to prevent contamination of the Owner's water
supply. Disinfection shall be in accordance with AWWA C652 "Disinfection of Water Storage
Facilities" except as exceeded by the below specification.
The tank interior shall be disinfected by spraying with a chlorine solution of not less than 200-ppm
chlorine. Spraying shall be accomplished by use of an attachment connected to a fire hose, and the
chlorine solution shall be applied under pressure. Contact time of the 200-ppm solution shall not be
less than one hour. Contractor shall provide adequate pumps to accomplish this work.
The disinfection process shall be performed before the reservoir is filled for leakage tests. The water
used for disinfection shall be drained from the reservoir prior to filling the tank for leakage tests.
The drained material must be disposed of in accordance with State Regulations. If the Contractor
elects to waste it on-site, the drained material must be diluted toa chlorine content of 5-ppm or less.
Drained material on-site must be tested for chlorine content prior to the dump. Such test results must
be provided to the Owner prior to the dump. If the Contractor elects to utilize the City's sanitary
sewer system, the wash-down water will need to be transported to the system by tanker trucks or
pumped. It is not intended that the reservoir be filled during the disinfection and that a full reservoir
volume would be wasted, rather, the amount of chlorine solution applied should be held to a
minimum.
The Contractor shall submit samples of the water for bacteriological tests to a State approved testing
laboratory and satisfactory test reports shall be received before the tank is placed in service. The
Contractor shall obtain approval of the Owner prior to placing the tank in service.
The cost of furnishing chlorine, bacteriological tests, labor, tools and equipment shall be included in
the lump sum bid price for the project, and no separate payment will be allowed. The Owner shall
fumish water to fill the tank one time. If it is required to fill the tank more than once to obtain the
proper sterilization, the cost of the water for water in excess of one tank full shall be born by the
Contractor and deducted from monies due him from the Owner.
Safety Precautions: The Contractor shall be fully responsible for the safety of the workmen on this
project and public in the vicinity of this tank at all times during the removal of the rust and mill
scale, painting and sterilization of the tank. The Contractor shall be responsible for meeting all
OSHA Safety Standards and Regulations. Protective equipment, abrasive resistant cloth'rag, safety
shoes, leather gloves, ear protection and OSHA approved respirators shall be utilized as a minimum
during blasting and painting on this tank. All respirators shall be air fed. Contractor shall provide
all workers, Owner personnel and all other persons on site the minimum described safety equipment
as well as that required by OSHA.
Workmen applying the chlorine solution to the reservoir shall be protected by rubber raincoats and
boots and gas masks as a m'mimum to insure their protection against bums and inhaling chlorine gas.
The Contractor shall be responsible for the safety of his workmen applying the chlorine solution and
shall see that they are protected against chlorine bums and gas. Contractor shall provide all workers
the minimum described safety equipment as well as that required by OSHA.
Contractor Liability: Contractor shall be solely liable for all claims for personal and property
damage, including death, which result from the blasting, painting and sterilization operations on this
project. The Contractor shall take special precautions to control paint from damaging automobiles,
homes and other facilities in the developed area around the tank. If complaints are received by the
Contractor or the Owner, the Contractor shall investigate the complaint immediately and report in
writing to the Owner corrective action he is taking. It shall be the Contractor's complete
responsibility to correct or make whole any damage or injuries caused by his painting operations.
SC-12
I !
Materials on Hand: The only items that will be considered as materials on hand will be paint
products including top coats, primer and thirmers. No other items will be considered. All other
items are considered subsidiary and for the use of the Contractor to obtain the finished product.
Welding: The Contractor shall inspect all ladders, balconies, railings, and other steel structures prior
to beginning work. Any potential structural deficiencies found shall be brought to the attention of
the Owner. The Owner will determine if the potential deficiency is to be repaired. If the repair is to
be done, the Owner shall request the work to be done and the work shall be done by a qualified
welder certified within the last year.
Prior to and immediately after the blasting of the tank surfaces as provided herein, the Contractor
will inspect the tank for needed romedial welding repair. Any safety hazard or defects in the
structure observed by the Contractor shall immediately be brought to the attention of the Owner for
determination of repair.
Payment of the unit contract price for welding shall be the total compensation for furnishing all
labor, materials, tools, equipment and incidentals and performing all work that is necessary for
remedial steel welding repair by a certified welder.
Annual Inspection: An annual inspection shall be performed at the 12th & 21st month after project
completion prior to the expiration of the guarantee. The Contractor shall furnish such personnel,
rigging, lighting, power tools, spot cleaning equipment and touch-up paint as may be necessary for
inspection and touch-up. The inspection shall be conducted in the presence of the Owner and
Inspector.
Payment: Payment for work performed under this section of the specifications shall be paid as
shown in the Proposal. Payment for those items of work described in this section of the
specifications for which no specific pay item is provided in the Proposal shall be subsidiary to the
items shown in the Proposal.
Q. Additive Alternate
1)
General
The additive alternate includes:
a) Cleaning all metal within the interior tank column, and structure and placing a top coat
over the existing system.
b) Furnishing and installing safety climb devices on the existing ladders attached to the dry
riser.
The interior tank column shall be scrubbed with scrub brushes or brooms to remove pollutants,
dirt, mildew and ehaulking utilizing Devoe Devclean 99 to clean and scrub exterior surfaces.
Interior surfaces shall be rinsed with water pressure less than 75 psi. Hydro blasting is not
allowed.
The Contractor shall be in full conformsnee with the Texas Air Control Board's (TIqRCC)
General Rules for nuisance. ff such a nuisance arises from the Contractor's work on this
project, the Contractor shall immediately shutdown the work causing the nuisance and make the
necessary changes in operation, including preventative shields and containment. Contractor
shall provide whatever is necessary to resolve the nuisance caused by the Contractor's
operation to the satisfaction of the State of Texas and the City. All cost of whatever the nature
shall be included in the unit price bid for the project.
SC_,-13
SC.3 1
The interior shall have remedial paint repairs made to the interior coating system. Areas where
the existing coating has failed or has been damaged or areas where rust is present shall be
power tooled cleaned to bare metal SSPC-SP11. The bare metal shall be coated with Devoe
Bar Rust 231 epoxy mastic. The epoxy shall be built up to match existing top coat surface.
2)
Paint System
All interior fluted column surfaces shall be coated with same second and final coating system of
interior bowl. ,
3)
Standards
All other standards outlined for the interior system apply:
a) Work Plan
b) Inspection
c) Safety
d) Contractor Liability
e) Materials on Hand
f) Welding
g) Annual Inspections
h) Payment
4)
Safety Climb Devices
All ladders attached to the dry riser shall have Saf-T-Climb devices complying with OSHA
Regulation 1910.27.
Saf-T-Climb devices shall be of aluminum construction.
Four locking pawIs shall be famished and turned over to the City. In addition, three safety
Harnesses with Lanyard shall be furnished to the City meeting the requirements of ANSI,
Type I belt.
The Saf-T-Climb rail shall include Saf-T pivot rest piece at each landing and at the top of each
rail.
A removable extension kit shall be furnished and provisions made for storage within the safety
railing at the top of the tank for use to access interior of tank.
MOTOR OPERATED BUTTERFLY VALVES
A. General
The Contractor shall furnish all equipment included in this section of the specifications and all other
devices necessary for an elevated tank level control system as described herein for the new and the
existing Elevated Storage Tanks.
System Operation
A proposed 24-inch butterfly valve with electric operator shall control the flow of water into and out
of the Elevated Tank. The butterfly valve shall have the capability to be opened and closed
remotely.
j:kl~lM999-17~'sp~:~aM~.Mlx~,-l.do~ SC-14
Operation of the valve shall be accomplished by a valve control to be installed and located on
ground level with other controls. The percentage open of the valve shall be controlled by a manually
operated close-open valve control. The actual position of the valve in percentage open shall be
reported and indicated at control panel at the tank site.
The Contractor shall be responsible for the proper operation of the total level control and monitoring
system as described herein and shall fumish any adaptors, connectors or other appurtenances needed
to interface existing and proposed equipment.
Equipment
The Contractor shall furnish all necessary equipment, devices, wiring and appurtenances necessary
to remove the exiting gate valve and install a 24-inch butterfly valve with electric operator in the 24-
inch inlet pipe at the base of the existing Elevated Storage Tank.
Equipment shall conform to the following specifications:
l)
Butterfly Valve
Butterfly valve shall be of the tight-closing, rubber-seated type with cast-iron or ductile-iron
bodies and rubber seats which are cemented and clamped into the valve disc. All valves shall
be furnished in strict accordance with AWWA rubber-seated butterfly valves Specification C-
504, the latest edition. Wafer-type valves will not be accepted.
The body shall be cast iron ASTM A126, Class B and shall have face-to-face dimensions in
accordance with AWWA Standards for short body, Class 150-B. The butterfly valve shall have
a floating body seat ring to compensate for change in direction of flow to assure bottle-tight
seal in either direction.
The valve shaft shall be an 18-8, Type 304 stainless steel and shall be of stub design. Valve
disc and shaft shall be attached by means of an "O" ring sealed taper pin withlocknuts. Valve
shaft seal shall consist of "O" rings in a removable bronze cartridge.
The valve disc shall be ductile iron ASTM A-536, Grade 65-45-12. Valve disc shall be of the
offset design providing 360 degrees uninterrupted seating. The resilient seat shall be natural
rubber bonded to an 18-8, Type 304 stainless steel retaining ring secured to the disc by an 18-8,
Type 304 stainless steel set screws. Resilient seats in all sizes shall be adjustable and
replaceable in the field.
All butterfly valves shall be spray coated with a two component epoxy to cover all interior
ferrous surfaces that come in contact with water. Interior coating shall be factory applied to a
nominal thickness of 3-4 mils. Exterior coatings shall be in accordance with the Painting
Specifications described elsewhere in these specifications.
The interior coating shall be a two part th~m~osetting epoxy protective coating and shall
function as a physical, chemical and electrical barrier between the base metal to which it is
applied and the surroundings. The coating shall be non-toxic and shall not impart taste to
water. The coating must be formulated from materials deemed acceptable per the Food and
Drug Administration Document Title 21 of the Federal Regulations of Food Additives, Section
121.2514 entitled, Resins and Polymeric Coatings. The coating shall have a stain finish and
shall be suitable for field overcoating and touchup with same coating material without sanding
or special surface preparation, or application of heat in excess of room temperature. The
coating shall have a successful record of performance in valves, pipe or other allied equipment
for a minimum of two years.
The interior coating adhesion to the substrata shall exceed cohesion of the coating film as
demonstrated by the following tests:
a) Prepare test panel and apply coating per manufacturer's recommendation.
b) After sample has properly cured per manufacturer's recommendation, scribe an "X" using
a sharp knife or scalpel through the coating to the metal substrata.
c)
With the point of the knife at the junction of two scribes, attempt to lift off coating.
Coating should not lift off substrata or between coats readily, but should break up leaving
coating material on the substrata of this damaged area.
d) No disbondment of the film shall be noted as tested above after immersion in tap water for
1500 hours at 100 degrees F.
A falling sand abrasion test using ASTM D968 shall produce an abrasion coefficient of 25-30
liters/mil. As an alternative, a Tabor Abrader Test should find 3.5 - 3.7 milligrams coating loss
per 100 cycles when using a CSF 10 Wheel (1000 gram weight).
Valve discs shall set at 90 degrees to the axis of the valve and revolve through 90 degrees from
full open to closed.
Valve operator shall be capable of seating and unseating valves and operating through their full
stroke based on operating pressures and sized for a Class 150B valve.
Manual operator shall be the worm-gear or traveling nut type, having permanently grease-
lubricated totally enclosed gearing with operating nut and gear ratio design to require not more
than 80 pounds pull at the valve. Operator shall be provided with adjustable limit stops on the
input shaft to the operator. Limit stops on output shaft of operator will not be permitted.
Operator shall be designed for direct burial service and a valve manhole shall be provided over
the valve operator as shown in the plans.
The valves shall be mounted horizontally unless shown otherwise on the plans. All valves shall
be a Class 150 B unless otherwise shown in the plans.
2)
Eleetdc Valve Operators
The actuator shall be by a company with at least 10 years experience in the manufacture of
eleetde valve aetuatora. Actuator shall include motor, power gearing, limit switches, torques
switches and electrical switchgear compartment in one compact assembly. Valve operators
shall be Elm, Rotork, Limitorque or approved equal and shall be sized according to the torque
requirements of the valves. The operators shall include solid state valve position controllers
such as the Rotork Folomatie or Limitorque Modutronie Modulating Control Systems.
A permanen~y attached, automatic declutching, handwheel shall be provided which will not
rotate while in motor operation mode. The declurching device shall provide power override of
handwheel at all times. Handwheel engagement shall be by positive mechanical means not
requiring periodic adjustment or depending on friction to function.
Limit switches shall be geared to valve movement at all times.
The motor shall be designed specifically for valve actuator service, of the high starting torque,
totally enclosed non-ventilated type, with rotor mounted on pre-lubfieated, sealed anti-friction
bearings. Insulation shall be NEMA Class "B" as a minimum. Duty rating of the motor shall
j:xtl~icah,~v,~'~l~)-176~:a~:h-ala~.-l.doc SC-16
be sufficient for 4 consecutive one direction valve strokes without exceeding its allowable
temperature rating.
Motor shall be 1800 RPM, single phase, 60 hertz, 240 volt.
The switchgear compath~tent shall be an integral part of the actuator assembly and shall be of
adequate size to contain all components in an accessible arrangement for ease of maintenance.
The following items shall be furnished in addition to the basic limitand torque switches and
shall be factory prewired in accordance with the wiring diagrams shown on the electrical
drawings.
a) Reversing motor starter, mechanically and electrically inte~ocked and having
encapsulated coils, spring return, suitable for mounting in any position.
b) Three pushbuttons marked Open-Stop-Close.
c) Red and green valve position indicating lights.
d) Control power transformer, encapsulated and with fused secondary.
e) Mechanical dial position indicator for continuous local madout, graduated in percent of
valve opening.
f) Potentiometer (50 ohm) for continuous remote readout of valve position via an integral 4-
20 mA transmitter.
g) Two or three position selector switch for local/remote or local/off/remote operation.
h) Motor space heater.
i) Eight contact limit switches.
j) Integral power disconnect.
Contractor shall submit five (5) sets of drawings for review of the plan and section of the valve
vault including electric valve operator, butterfly valve and thrust harness dimensions.
D. Record Drawings
The Contractor, upon completion of the construction work, shall furnish five (5) sets of "Record
Drawings" of all wiring and circuitry installed under this contract. Maximum size of drawings shall
be 1 l"x17".
E. Payment
Payment will be made for work performed in accordance with this section of the specifications in
accordance with the lump sum bid item provided in the Proposal and Bid Schedule.
8C.32 TIME OF COMPLETION
All work to blast, paint, disinfect and place the interior of elevated storage tank back in sen'ice shall be
within thirty-five calendar days. Such time to start when the tank is taken out of service. Liquidated
damages will be assessed in the amount of $500.00 per day beyond April 25, 2000 until the tank is placed
in service. The exterior shall be cleaned during the interior repaint. Coating the exterior shall be
coordinated with the operation of the system. The City will be able to provide short windows to coat the
exterior of the bowl of the tank.
j~t~cat, d:ct~p~llx~)-~l~.l-,~q.~: SC-17
The overall project shall be completed by June 1, 2000. Liquidated damages shall be assessed in the
amount of $1000.00 per day beyond the April 15th time until the project is completed.
SC.33 EXISTING STRUCTURES
The plans show the location of all known surface and subsurface structures. However, the Owner
assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them
in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for
claims for additional compensation of extra work or for increasing the pay quantities in any, manner
whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or
require the building of special work, provisions for which arc not made in the Plans and Proposal, in
which case the provision in these Specifications for extra work shall apply.
SC.34 WATER FOR CONSTRUCTION
SC.35
SC.36
The Contractor shall make the necessary arrangements with the City of Coppell for securing and
transporting all water required in the construction, including water required for mixing of concrete,
sprinkling, testing or flushing. Water required for construction shall be paid for by the Contractor at the
City of Coppell prevailing rates. There will be no separate pay item for connection into the existing water
system and quantity of water required for construction purposes. The Contractor shall obtain a water
meter from the Town (deposit required).
SOLID SOD
The Contractor shall fumish, place and maintain solid sod throughout the contract. Maintaining sod shall
include, but not be limited to watering, fertilizing and aerating. All areas disturbed by the Contractor
shall be restored by free raking and the placement of solid sod. No separate pay is established for this
item.
SOUND
All equipment utilized on this project shall not exceed the sound levels established in the City's Sound
Ordinance. A copy of such is attached in these bidding documents.
SC.-18
INSPECTION REPORT
AND
PROJECT PHOTOS
City of Coppell
Inspection of Water Storage
Facilities
May 1999
UNDERWATER SERVICES, INC.
Specializing in Commercial Diving
Inspections · Repalr · Cleanlng
Mike Erinakes
President / CEO
101 Northeast Haskew
(817) 447-7321
1-800-860-2178
Burieson, Texas 76028
U.S. UNDER WATER SER VICES, Inc.
101 N.E. Haskew St., Burieson, TX 76028
800'860-2178
Underwater Services, Inc.
(817) 447-7321 Member: AssociationofDivin Contractors AmericanWaterWorksAssoeiation 1-800~860-2178
Certification of Annual Inspection
for The City of Coppell
May 1999
Section 290.46 of the TNRCC requires that an Annual
Inspection be conducted.
This form certifies that the inspection was completed on
the above date for the below listed facilities:
(1) 6 million gallon ground facility, (1) 4 million gallon
ground facility, (1) 1.5 million gallon hydropillar and
(1) 500,000 gallon ground facility.
U.S. Underwater Services, Inc.
101 N. E. Haskew · Burieson, Texas 76028
SSPC Corrosion/Stain Estimates
Estimate by Percent.
Painted Surface Condition
80
60
40
20
0
#16rag gnd #2 4mg gnd #3 1.Stag hydrO #4 500k grid
City of Coppall May 1999
III Above Water ~ Below Water
U.S. Underwater Services, Inc.
1-800-860-2178
A. Introduction
Scope of Project:
Inspection of four (4) water storage facilities for The City of Coppell
during the month of May 1999.
Dry Film Thickness readings (DFT). Metal/VVelded facilities Only (Painted).
SSPC ratings were also included. (Steel Structure Painting Council guidelines
on corrosion). Metal facilities only.
Internal and External Photographs. -'
Internal color video (Narrated).
Preparation of report, presenting findings and recommendations.
B. Discussion
U.S.:Underwater Services, Inc. conducted four (4) inspections for The City of Coppelt
during the month of May 1999. The tanks were: (1) 6 million gallon ground facility, (1) 4
million gallon ground facility, (1) 1.5 million gallon hydropillar facility and (1) 500,000
gallon ground facility.
These facilities were inspected by US personnel utilizing chemical resistant Dry-Suits.
All Inspectors for U.S. are Commercially Certified and ASNT Certified in
Non-Destructive testing. Inspections incorporate observing welds, coating, pitting and
blistering. The interior of the tank was photographed and videotaped showing areas of
concern along with facility conditions. The facilities were inspected visually and
physically bY a uS Inspector/Diver. The diver entered the water and traveled the entire
extent of the facility. This type of underwater inspection saves costly and time
consuming expenses attributed to draining for inspections, The Inspector checks all
areas of concern and examines all points of the TNRCC requirements for inspections
on potable water storage and/or fire protection facilities.
All safety issues were addressed before entry into these tanks. All OSHA regulations
are adhered to. The personnel entering were disinfected with an HTH solution as
outlined in the AVVVVA standards. Tl'iis insures that no harmful items will be introduced
into the water supply. This method of inspection meets all TNRCC & AVV~NA
r~quirements 'Tor the inspection of wa~er storage facilities. -
Inspection #3
1.5 million gallon welded metal hydropillar facility
Exterior
This facility was approximately 150' tall and had an approximate diameter of 55'. The
intruder fence was chain link. This fence was approximately 6' tall and was 'in good
condition (See 3rd through 5th photographs). The foundation was concrete. There was
some settling of the foundation. The inspector noted that some of the sections of concrete
were separating and that the foundation was separating from the column of the facility
(See 6th through 8th photographs). The external sidewall plates were in good condition.
The inspector did note some paint chipping (See 9th and 10th photographs). The center
water riser pipe was in good condition (See 1 lth photograph). The roof access ladder was
in good condition. The base of the ladder was at ground level. The intruder protection was
the locked manway access door (See 12th photograph). The catwalk was in good
condition (See 12th photograph). The manway access hatch was in good condition. The
gasket was intact with no apparent leaking (See 13th photograph). The roof access hatch
was 24" in diameter with a light amount of corrosion (See 14th photograph). The external
roof plates had some corrosion and thinning paint (See 15th through 20th photographs).
The roof ventilation structure was a 24" mushroom shaped vent. This s~xucture was in
good condition and the screen was intact (See 15th and 16th photographs). The aircraft
warning lights were in good condition (See 17th photograph). The water access hatch was
30" in diameter with a light amount of corrosion. This hatch was not locked (See 21st and
22nd photographs). All hatches should be labeled as "confined space entry" areas.
Interior
Above Waterline
The internal roof plates and supports had a moderate amount of condensation and
eorrosiordsta'ming (See 23rd photograph). The center access tube had a fair amount of
corrosion/staining (See 23rd through 251h photographs). The overflow pipe had a fair.
amount of corrosion (See 241h and 251h photographs). The water access ladder had a fair
amount of corrosion and the slider cable was broken (See 23rd photograph). The above
water corrosion estimate was 30% corrosion and staining. The water temperature was
cool, clarity was good and no water odor was noted. The tank was full of water
(approximately 40' deep) during the inspection. There were no insects or oil on the water.
Below Waterline
The center access tube had a fair amount of corrosion/staining and blistering (See 261h
through 29th,.35th and 36th.photographs). The wateraccess ladder had a moderate
amount of corrosion (See 261h, 281h and 291h photographs). The internal sidewall plates
and support railing had a fair amount of blistering and pittlag (See 30th through 33rd
photographs). The internal piping had a fair amount of corrosion (See 341h and 371h
through 40th photographs). The below water corrosion estimate was 60% corrosion and
staining. There were 9 pit depth measurements taken and the range was from .002 to .009.
The internal floor plates had up to 1/4" of sediment and debris (See 341h through 451h
photographs). It is recommended that this facility be cleaned.
:Inspection #4
500,000 gallon concrete ground facility
Exterior
This facility was approximately 5' above ground level and had an approximate diameter
of 75'. The intruder fence was chain link and barbed wire. This fence was approximately
6' tall. There was some overgrowth that should be cut back. There was also some of the
barbed wire that should be tightened (See 3rd and 4th photographs). No abnormalities of
the external plumbing were noted (See 5th and 12th photographs). The external sidewall '
plates had some concrete deterioration (See 6th through 8th photographs). The overflow
pipe was approximately 24" in diameter and was at ground level. The overflow pipe had a
fair amount of corrosion and the flapper did seal (See 9th and 10th photographs). This
facility had two 24" mushroom shaped vents. The roof ventilation structures were in good
condition and the screens were intact (See 1 lth photograph). The external roof plates had
a heavy amount of staining from ponded water, ponding water and cracking. It is
recommended that the cracking of the roof plates be repaired (See 13th through 15th
photographs). The water access hatch was in good condition. This hatch was locked with
a bolted lock (See 16th through 19th photographs). All hatches should be labeled as
"confined space entry" areas.
Interior
Above Waterline
The water access ladder had some staining (See 19th photograph). The internal roof plates
and supports had a fair amount of condensation. There was also some concrete
deterioration (See 20th through 22nd photographs). The intemal piping had a moderate to
heavy amount of corrosion (See 23rd through 261h photographs). The internal sidewall
plates had a fair amount of staining (See 23rd through 261h photographs). The water
temperature was cool, clarity was good and no water odor was noted. The tank was full of
water (approximately 20' deep) during the inspection. There were no insects or oil on the
water.
Below Waterline
The internal sidewall plates had several areas of previous aquatapoxy repairs. There was
some blistering of the aquatapoxy repairs (See 271h through 31 st photographs). The water
access ladder had,a moderate amount of:corrosion (See 30th and 31st photographs). The
internal piping had a moderate to heavy amount of corrosion (See 32nd through 361h and
451h photographs). The roof support structure had a heavy mount of corrosion (See 371h
photograph). The safety grate was in good condition (See 381h through 40th
photographs). The sandtrap was in good condition (See 441h and 451h photographs). The
internal floor plates had a light amount of sediment and debris (See 371h through 43rd
photographs). It is recommended that this facility be cleaned.
D. Lead Testing
Paint samples were not removed for lead content (,ppm) analysis.
E. Cathodic Protection Analysis
These facilities did not have cathodie protection systems.
F. Cleaning
Sediment as well as all debris should be removed during the cleanings. This will enhance
water quality, improve chlorine levels and cut down on turbidity in these systems. It is
recommended that these facilities be cleaned.
U.S. Underwater Services would like to thank The City of Coppell for allowing U.S. to
provide these inspections of your water storage facilities.
Please call 1-800~860-2178 for further information or questions you may have.
INSPECTION REPORT
City of Coppell
InspectiOn #3
May 1999
Hydropillar Facility
TYPE OF STRUCTURE:
GALLON CAPACITY:
HEIGHT:
DIAMETER:
SERIAL NUMBER:
TANK BUILDER:
YEAR BUILT:
INTRUDER FENCE:
FOUNDATION:
MANWAY ACCESS DOOR:
EXTERNAL LADDER:
OVERFLOW PIPE AND FLAPPER:
WATER LEVEL INDICATOR:
MANWAY ACCESS HATCH:
CATWALK:
LADDER FROM CATWALK TO ROOF:
CENTER ACCESS TUBE:
CENTER WATER RISER PIPE:
Welded Metal
1.5 Million Gallons
Approximately 150'.
Approximately 55'.
55605
Pitt-Des Moines
1986
Chain link.
Concrete. Settling. * * *
Good condition.
Good condition.
Good condition.
Electronic-Digital,
Good condition.
Good condition.
Good condition.
Good condition.
Good condition.
EXTERNAL SIDEWALL PLATES:
AIRCRAFT WARNING LIGHTS:
ROOF ACCESS HATCH: '
WATER ACCESS HATCH:
ROOF VENTILATION STRUCTURE:
EXTERNAL ROOF PLATES:
ANODE COVERS:
Paint chipping.***
Good condition.
Good condition.
30" in diameter.
(1) 24" mushroom.
Corrosion & Paint thinning.***
N/A
OVERALL EXTERIOR CONDITION OF TANK FROM 1-10 (10 BEING THE BEST): 7
INTERNAL LADDER:
CATHODIC PROTECTION:
OVERFLOW FLUME:
WATER LEVEL FLOAT:
WATER LEVEL INDICATOR PROBES:
INTERNAL ROOF PLATES:
INTERNAL SIDEWALL PLATES:
Moderate corrosion.***
N/A
Corrosion. * * *
N/A
N/A
Condensation & Corrosion.***
Corrosion/Staining.***
WATER CONDITION OVERALL, RATING FROM 1-10 (10 BEING THE BEST): 8
WATER TEMPERATURE: Cool.
WATER CLARITY: Good.
WATER ODOR: No.
WATER LEVEL: Full.
WATER DEPTH: Approximately 40'.
-Were there Insects/Birds/Rodents inside the facility: No.
-Is there Oil on water: No.
DETAH~ED INVESTIGATION
SSPC Corrosion Estimate (Above waterline)
SSPC Corrosion Estimate (Below waterline)
30%
60%
DFT Average (walls)
DFT Average (roof)
8.2
6.7
Pit Depth Measurements (abovewater)'
Pit Depth Measuremems (belowwater)
N/A
.002 to .009 (9 measurements) ·
Sediment Level:
Debris inside the facility:
There was up to 1/4" of sediment found in this facility.
There was some debris found in this facility.
DFT Readings
City of Coppell
1.5 Million Gallon Hydropillar Facility
Welded Metal
/aspection #3
Extemal Side Walls
All Readings are in Mills.
7.8 6.1 10.3 5.8
11.2 8.9 8.2 9.1
9.0 10.1 9.3 6.4
7.3 6.3 7.3
Average 8.2
10.3
6.1
8.7
External Roof Plates
6.4 5.7 10.8 5.2
5.9 5.6 8.2 5.2
9.5 4.9 5.0 5.1
5.9 5.3 10.0
Average 6.7
7.12
4.8
10.0
:City of Coppell
May 1999
External Drawing
'I'cra~ Waming
L~ghts Water Access
Vent
#1 Reference Photo
1.5 Million Gallon Hydropillar Facility
City of Coppell
May 1999
#2 Reference Photo
iV3 Intruder Fence
ft-4 Intruder Fence
#9 External Sidewall Plates
#10 External Sidewall Plates
#13 Manway Access Hatch
i~14 Roof Access Hatch
Note: Corrosion
,Im I
#23 Internal Roof Plates,
Supports & Center Access Tube
Note: Staining & Corrosion
#24 Center Access Tube &
Overflow Pipe
Note: Corrosion & Staining
#25 Center Access Tube &
Overflow Pipe
Note: Corrosion & Staining
#26 Center Access Tube
& Water Access Ladder
Note: Corrosion
#29 Center Access Tube,
Water Access Ladder & Slider
Note: Corrosion
#,30 Internal Sidewall Plates
Note: Corrosion, Pitting & Sediment
PLANS AND RECORD DRAWINGS
CITY COUNCIL
CANDY SHEEHAN, MAYOR
MARSHA TUNNELL, MAYOR
GREG GARCIA
DOUG STOVER
JAYNE P, PETERS
LARRY WHEELER
PAT KEENAN
BILL YORK
CITY OF COPPELL, TEXAS
PLAN8
1.5 M.G. ELEVATED STORAGE
TANK REP AINT
BID NO: Q01-0002
:*PROJECT NUMB! :R':
PRO-TEM
CITY MANAGER
JIM WITT
DEPUTY CITY MANAGER
CLAY PHILLIPS
DIRECTOR OF ENGINEERING AND
KENNETH M. GRIFFIN, P.E.
PUBLIC
WORKS
PREPARED BY
SHIMEK, JACOBS & FINKLEA, LLP.
CONSULTING ENGINEERS
Oellos. Texcs
1
2
3
LOCATION MAP
SHEET INDEX
SHEET DESCRIPTION
COVER SHEET AND LOCATION MAP
SITE PLAN AND ELEVATION
MOTORIZED VALVE AND ELECTRICAL CONTROL
dI
FIRE STATION
STERN tOAD
50.02'
t"',
0
CL
t°
EXISTING TANK ELEVATION
S 8720'47' W - 50514/
SOUTHWESTERN BOULEVARD
CITY OF WAXAHACHIE, TEXAS
ELEVATED STORAGE TANK REPAINT
SITE PLAN AND ELEVATION
SHIMEK. JACOBS & FINKLEA, LLP.
,I
2
FLUTED COL. ~ I-~
,-~ ~..~.~
FLUTED 60L, ~ I-~
A
,>
I-5 Ii '~-- ~,'-~-~.~
NOTE: ROTkTE FLUTED --,UB-ASSW. ONE
_ B_K'rE FROI~\ TEE O~E BSLo~.
"GIN;H INC.
CONSULTii',tC~ ENGiNEErS
rn~nce wi~h the def~n concept of th~ proiect and
aeneral c=mpEanca with the infam!ation 8ivan
~ract drawinns and specificatians.
The co~factor is r~ns[ble for ~nfirmln~ and
mrfelatina ~ll quantities and dimensions.
~ ~ceptions Taken ~ Make Corr~Uons Noted
~ Reiected ~ Revise & Resubmit
~ Submit Specffi~ items
ALL ~ELDS O~ E~ECT. DWG~.
WP5. as-s/(NR
E4A5 ~ E4B
~AI~IMG IMSTRUCTIOMS
DISIMFECTIOM IMSTR.
-
EUBLET ITEM6 (ALL NXNT'L
FIELD C~ANING~ PAINTING ~ 5TEglLIZATI~N
ELECTRICAL WoRK
SITE WORK
[,FF/CE agP}/
P_rFf-DES MOINEB, INO.
~5Oo I-4 GAL ~,fi3ROPI. LL:AR ....
COPPE. LL~ T%. . : :~
~AIM ERECTlOLl -
OWG, pIEpARIED AT 3 I ~ FA~CATED AT S
~ I D,fE I
' P_4~'¢ ROOF BATCH
'cA too
4
~I"~ v~Jr To BoOF
2
f:?-.4..'-4
R__i_42-4 ?Q
~. ?,~,~v..
DRYWELL HkTCH
B
L
,
C
8 I
'3
SLEEVE
BELOVJI0.F.
HAIRPIN
7
ANCROR
CHIol
FOUNDj~,TION
SNOW __.
TAN~-, W'[
WIND 5~ ~ T. 0,E _ ._
WIND ~0MENT
, ~ '
J
I
~ 6 f s ;
TANK,
-4.,-ANCHOR% cH%01
_ON ~'-6~ B.C.
%= ~' )'-6 3'-8
mo i
SLEEVES
BELO~ T.O.F.
HAIRPIN JkNCHOR5 CRI04
E(~. SPACED A,5 SHOWN U.N.
DIME, NSIONS gRE TYPiCAL~
FROM EACH CL
CONCRETE QUANTiT)E5 "
RINGWALL ~ FOOTING5. 417 ' CU, YD~,
DOOR BEkMS_
CENTE'/~ PAD 8.6 . zz,
PIPE TRENCH_ ~ 5UPP..BLOCK5 JG;i ' ~":
__ I~ 8~70&0 _FTrLB527 .'.'
' " SLAB 45 5 ' ' ' EtEVATmN.
' -' ~ ; _ TOTAL 535.7 '.-'
; ~ceptions Taken ~ Make Corre~'ons Note~ )~' AMPLITUDE ' EO ~ ~ ANY ARE REQUIRED)' ME RiNGWALL (IF
~ , By EN ~NE ~ ~ DETERNMN[SK~E ' "; '
e,ec ,~F ....... ._B_.¢~ .........v ~,~_..3.:.~.:~_~.~___'"~._.
--- Nn REVISION DESCRIPTION BY DATE CHK DATE
PRELIIIINDRy PITT-DES HOINES, INC-
FOR CONSTRLiC~"~O"~N · R_.,qPILLAR
RPPRDVEO FOR
B