Loading...
WA0001-PR000127 (2)1 I I t t I I ! I I I I I t I 1 I t I PROPOSAL PROJECT IDENTIZFICATION: Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior in Coppelt, Texas. BIDOF N.G. PAINTING, INC. DATE: 1-77-00 (NAME OF FIRM) THIS BID IS SUBMITTED TO: City ofCoppell (hereinaftercalled OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. Box 478 Coppell, Texas 75019 CITY OF COPPELL BID NO: QOl-0002 e 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 Documents to perform end furnish all Work as specified or indicated in the Contract Documents for the Contract h'ice end within the Contract Time indicated in this Bid end in accordance with the other terms and conditions of the Contract Documents. BIDDER accepts all of the terms end conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptence for ninety (90) days atler the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within ten (10) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER 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: 1-20-00 1-25-00 1-26-00 Rec'd: 1-20-00 1'-25-00 1-26-00 BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, end all local conditions end Laws end Regulations that in eny manner may affect cost, progress, performance or furnishing of the Work. (c) BIDDER has studied carefully all reports end drawings of subsurface conditions contained in the contract documents end which have been used in preparation of the contract documents. 1-12 (d) (e) (0 (g) (h) (i) CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, intezpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BDDER has studied carefully all drawings of the physical conditions in or relating 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 preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. BDDER 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 othenvise may affect the cost, progress, performance or fumishing of the Work as BDDER considers necessary for the performance or fumishing 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. BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing 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 am 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. 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. 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, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. 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 necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantifies 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): I L.S. 2 I L.S. 3 1 L.S. 4 10 Hrs. 5 1 L.S. CITY OF COPPELI~ TEXAS liepainting of the 1,5 MilHon Gallon Elevated Storage Tank Interior BID S~REDULE BA~E BID Prtcc m Unit Description and Price in Words 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 Sevenby Thousand and No Cents per Lump Sum Dollars 70,000.00 For Painting the Interior Area of the Tank complete in phce, the sum of Thirtv Thousand and No Cents per Lump Sum Dollars 30,000.00 For the Proper Disposal of the Interior Paint and Bhsting Media Removed from the Elevated Storage Tank complete in phce, the sum of Three Thousand and No Cents per Lump Sum Dollars 3,000.00 For Performing Miscellaneous Remedial Welding by a Certified Welder when requested by the Owner complete in place, the sum of Sixty and No Cents per Hour Dollars 60.00 For Removing the 24-Inch Double Disk Gate Valve and Replacing with a 24-1nch Motor Operated Butterfly Valve, including all SCADA Connections complete in place, the sum of Thir%v Thousnd and No Cents per Lump Sum Dollars 30,000.00 1-15 Extended Amount 70,000.00 30,000.00 3,000.00 600.00 30,000.00 II T I ~ r BASE BID Item Estunated No. Quantity Unit Description and Pfice in Words 6 1 L.S. For Furnishing and Operating an All Electric Dehumidi~cation System for the Interior Blast, Paint and Cure complete in place, the sum of Ten Thousand Dollars and No Cents per Lump Sum ]~OTAL AMOUNT: BASE BID (Items 1 Through Price m Figures 10,000.00 ~xtended Amount 10,000.00 143,600.00 1-16 ADDITIV~ ALT~I~AT~ I l ! ! I i i I I I ! I I Item I Estimated I No. Quantity Unit 1A L.S. 2A' I L.S. Description and Price in Words For the Cleaning aH Metal Surfaces Inside the 1.5 MG Elevated Storage Tank Fluted Column complete in phce, the sum of Ten ThoUsand Dollars and No Cents per Lump Sum For Overcoating of the Interior of all Metal Surfaces Inside the 1.5 MG Elevated Storage Tank Fluted Column complete in place, the sum of Firbeen Thousand Dollars and No Cents per Lump Sum 3A 131 L.F. For Furnishing and Installing Safety Climb Device on Existing Dry and Wet Ladders on the Dry Riser complete in place, the sum of Twelve and NO Cents per Linear Foot Dollars TOTAL AMOUNT: ADDITIVE ALTERNATE (Items 1A Through 3A) TOTAL AMOUNT BID (Base Bid + Additive Alternate) 1-17 Pncc m 10,000.00 15,000.00 12.00 Extended Amount 10,000.00 15,000.00 1,572.00 26,572.00 170,172.00 I I I I I I I I I I I I I BID SUMMARY Total Price Bid TOTAL AMOUN'T: BASE BID (Items 1 Through 6): Total Price Bid In Words: $143,600.00 One Hundred Fourtv Three Thousand Six Hundred Dollars'and No Cents TOTAL AMOUNT: ADDITIVE ALTERNATE (Items 1A, 2A & 3A): Total Price Bid $26,572.00 Total Price Bid In Words: :: Twenty Six Thousand Five Hundred Seventy Two Dollars and No Cents BIDDER agrees that all Work awarded will be completed within the dates established in the Contract Documents. ConU'act time will commence to run as provided in the Contract Documents. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page, BIDDER 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 Contra~t Price (See Instructions to Bidders). The terms used in this Bid which arc 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 fight to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SLIBMfI'fI~D on January 27 ,2000. Total Price Bid TOTAL AMOUNT OF BID (Base Bid + Additive Alternate): $170,172 Total Price Bid In Words: One Hundred Sevenby Thousand One Hung]red Seventy Two 1-18 00 Dollars and I I ! I I i i I i I I I II I! QUESTIONNAIRE 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 onemanufacturerts or subcontraetor'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 subeon~aetor 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 Contact Documents. FailUre to furnish all information required may be cause for rejection of the Bid. Equipment 24" Butterfly Valve Electric Valve Operator Dehumidi~eation Equipment Manufacturer Have not selected manufacturer Have not selected manufacturer yet. Munters Moisture Control Discipline Electrical Instrumentation Subcontractor Have not selected subcontractor yet. Have not selected subcontractor yet. 1-19 I I I I I I I ! I I I I I I I I I I I BED A~'JaDAVIT 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 extended at the price offered, and upon the conditions contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will be calendar days from the date of the bid opening. (Period of acceptance will be ninety (90) calendar days unless otherwise indicated by Bidder.) STATE OF Texas COUNTY OF Kerr BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared N.G. Painting, Inc. who af~er being by me duly swom, did depose and say: (~) "I, Nick Gramatikakis ~) N.G. Paintinq,Inc. ~a~of~) fomgoingonbehalfofthesaid N.G. Paintina, am a duly authorized office/agent for and have been duly authorized to execute the Inc. (Natal of Finn) 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 open'rag of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirec~y concerned 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: Telephone: ( 8 3 0 ) Title: President N.G. Paintinq, Inc. 313 Mill Run Kerrville, TX 7807R 257~5940 by: Nick Gramatikakis SUBSCRIBED AND SWORN to before me by the above named Nick Gramatikakis onthisthe 2~ dayof January 2000. Notary Public in and for the State of Texas 1-20 I I I t I I I I If BIDDER IS: An Individual By doing business as Business add~ss A Partnership By Business address A Corporation . By N.G. Paintino, Tnc. By Texas By Nick Gramatikak~ s President (Corporate Seal) ~ ~,~3~a~ Business address 313 Mill Run (lndividual's Nan~) (Firm Name) (General P~n~) Phone No. Phone No. (Corporation Name) (State of Incorporation) (Name of person authorized to sign) (Title) (Secma~) Kerrville, TX 78028 Phone No. 830-257-5940 (s~l) (Seal) (s~l) (Seal) (S~l) A Joint Venture By By (Name) (Address) (Name) (Add~ss) (Each joint venture must sign. The manner of signing for each individual, parmership and corporation that is a partner to the joint venture should be in the manner indicated above.)