Loading...
SS9901-CS040216TumerCollie .__ Braden Inc. Engineers · Planners o Project Managers 17300 Dal~ Parkway Suite 1010 DalLas, Texas 75248 Tel: (972) 735-3000 Fax: (972) 735-3001 Febmaryl6,2004 TC&B Project No. 052131124.0001 Atkins Brothers Equipment Co. Inc. Jim Beard 918 W. Marshall Drive Grand Prairie, Texas 75051 Re: City of Coppell Deforest Road Lift Station Improvements Force Main Line D Project No. SS 99-01 Dear Mr. Beard: Based on the public bid opening on February 10, 2004 at 10:30 a.m., your company has been selected as one of the finns to be further evaluated for the award for construction of the referenced project. You are being evaluated for "Alternative 2 - Ductile Iron by Open Cut." ' Please provide the information requested in the following locations in the Construction Specifications and Contract Documents: Section 1 - Bidding Documents Instruction to Bidders fl4 - Qualifications of Bidders (Page 1-6) Piease provide all information to Turner Collie & Braden by Wednesday February 25, 2004. If you have questions or require additional information, please call me at 972-735-3000. Sincerely, Ted B. Sugg, . . Project Manager Att: Instruction to Bidders cc: Ken Griffin, P.E. - City of Coppell Established in 1946 Engineering Excellence for Over One-Ha}f Century A~ AECOM COMPANY TumerCollie 0'Braden Inc. Engineers · Planners ° Project Managers 17300 Dallas Parkway Dallas, Texas 75248 Tel: (972) 735-3000 Fax: (9?2) 735-3001 February 16, 2004 Mastec North America David Holland 4747 Irving Blvd., Suite 221 Dallas, Texas 75247 Re: City of Coppell IMfor~t Road Lift Station Improvements Force Main Line D Project No. SS 99-01 Dear Mr. Holland: Based on the public bid opening on February 10, 2004 at 10:30 a.m., your company has been selected as one of thc firms to be further evaluated for the award for construction of the referenced project. You are being evaluated for "Alternative 1 -HDPE by Directional Drilling." Please provide the information requested in the following locations in the Construction Specifications and Contract Documents: Section 1 - Bidding Documents Instruction to Bidders ~4 - Qualifications of Bidders (Page 1-6) Specification 02643 -HDPE Piping, Section 1.06 - Submittals, Paragraph C - Quality Assurance/Quality Control (Page 3 of 13). Please provide all information to Turner Collie & Braden by Wednesday February 25, 2004. If you have questions or require additional information, please call me at 972-735-3000. Sincerely, Project Manager Att: Instruction to Bidders Specification 02643 cc: Ken Griffin, P.E. - City of Coppell TC&B Project No. 052131124.0001 Established in 1946 Engineer~ag Excellence for Over One-Half Century 3.2 3.3 work includes, but is not limited to, installation of piping, fittings, air release valves, and manholes, as well as site restoration and traffic control. Copies of Bidding Documents. Complete sets of the Bidding Documents may be obtained from the ENGINEER at 17300 Dallas Parkway, Suite 1010, Dallas, Texas for $50.00. The following general requirements pertain to the Bidding Documents: A) NO bidding documents will be issued later than two (2) days prior to the bid opening date. B) ARer 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 $40.00 per set. c) Bidding documents may be examined free of charge at the offices of the ENGINEER, 17300 Dallas Parkway, Suite 1010, Dallas, Texas. 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. No partial sets of plans, specifications or proposal forms will be issued. 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 BIDDERs. 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. Current Project Experience. A list of all projects presently under construction by the BIDDER including approximate cost and completion date shall be submitted upon request. B. Past Project Experience. The BIDDER shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). 1-6 Bidding Documents i i I 1 i ! ! C. Equipment. The BIDDER shall provide a list of equipment that 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. D. Financial. Each BIDDER shall be prepared to submit upon request of the OWNER a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the BIDDER has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The BIDDER shall demonstrate to the satisfaction of the OWNER ~at he has the technical experience to properly complete this project.. F. Proof that the BIDDER maintains a permanent place of business. 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 amounts 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 laiowledge, 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. Access to the site shall be from the street and right-o~'-way at the respective intersections. It shall be the BIDDER's responsibility 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 1- 7 Bidding Documents Quality Assurance/Quality Control Certifications documenting that pipe materials meet the requirements of this specification. Training certification from the Pipe Manufacturer or Manufacturer's Representative in fusion joining of HDPE pipe for CONTRACTOR, OWNER's REPRESENTATIVE, and Fusion Equipment Operator(s). List of similar work performed by directional drilling contractor showing at least 5 years of experience. Work shall show experience in similar conditions (i;e., size of pipe installed, total length, location). Experience working in metropolitan areas and references shall also be provided. Include bore lengths and size of rig used for projects submitted. -4. CONTRACTOR or directional drilling shall submit proof of ownership of a minimum 3~000,000 pound drill rig. Project sequencing (see Paragraph I. 10). E. Constatction schedule (see Paragraph 1.11). F.' Closeout HDPE piping must pass hydrostatic test prior to acceptance by the OWNER. Test results shall be submitted to the OWNER. CONTRACTOR shall provide a one-year warranty for the installation of the HDPE force main. CONTRACTOR must deliver a record of the actual as-built bore path, including plan and profile views and vertical and horizontal deviation, indicating the relation to the planned path. Information obtained during the initial bore on soil characteristics should also be provided, along with steering or correction commands, drilling fluid usage, and the type of drill head used. 1.07 ' QUALITY ASSURANCE A. HDPE Pipe Manufacturer shall have an approved quality assurance/quality control (QA/QC) program providing compliance with the testing specifications and requirements of sanitary sewer systems for both pipe and fittings, and shall be ISO 9001 certified. Pipe Manufacturer's production facilities s.hall be open for inspection by the OWNER and/or the OWNER's Authorized Representative. Each production lot of material or pipe shail be tested for melt index, density, and percent carbon. D. Each production lot of pipe shall be tested for dimensions and ring tensile strength. 02643 - Page 3 of 13 I~)PE PIPING