Loading...
WA0001-PR000128 (2)PROPOSAL PROJECT IDENTIFICATION: Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior in Coppell, Texas. BIDOF TMI Coatings, Inc. DATE: (NAME OF FIRM) January 28, 2000 THIS BID IS SUBMITTED TO: City ofCoppell (hereina~er c, alled 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 Bi,J is accepted. to enter into an agreenmnt with OWNER in the fonn included in the Contract Docunmnts to perfonn and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. BIDDER accepts all of the terms and conditions of the Advetiisement 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. 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 ofall which is hereby acknowledged): (b) No: 1 2 '~ Date: 1/20/00 1/25/00 1/26/00 Ree'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, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or fumishing of the Work. (c) BIDDER 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. (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, interpretations 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. BIDDER 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. 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. 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 are or will be required by BIDDER in order to perform and fumish 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; 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. 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. 6) It is understood and agreed that the quantities of work to be done at unit prices and materials to be fumished 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 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): Item ] Estimated No. Quantity Unit 1 L.S. 2 1 L.S. 3 I L.S. 4 10 Hrs. 5 I L.S. CITY OF COPPELL, TEXAS Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior BID SCHEDULE BASE BID [ Price in 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 Ninety-seven Thousand ........... .......................... Dollars and no/100 ........................ Cents per Lump Sum For Painting the Interior Area of the Tank complete in place, the sum of Forty-six Thousand ............... .......................... Dollars and no/100 ........................ Cents per Lump Sum 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 .................... .......................... Dollars and no/100 ........................ Cents per Lump Sum For Performing Miscellaneous Remedial Welding by a Certified Welder when requested by the Owner complete in place, the sum of One IhBidr,;d Fifty ............... .......................... Dollars and n0/100 ........................ Cents per Hour $150 For Removing Ibe 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 Thirty-one Thousand .............. .......................... Dollars and no/100-' ..................... Cents per Lump Sum Extended .... Amount $97,000 $46,000 $ 5,000 $ 1,500 $31,000 BASE BID Item Estimated No. Quantity Unit Description and Price m Words For Furnishing and Operating an All Electric Dehumidi~cation System for the Interior Blast, 6 I L.S. Paint and Cure complete in place. the sum of Six Thousand ...................... ........................... Dollars and no/100 ........................ Cents per Lump Sum TOTAL AMOUNT: BASE BID (Items I Through 6) $ 6,000 $~86,500 _':l ADDITIVE ALTERNATE IA 2A ~st~tea Quantity Unit Description and Price in Words For the Cleaning all Metal Surfaces Inside the 1.5 I L.S. MG Elevated Storage Tank Fluted Column c{.nplcte in place, the snm nf Twenty-ei ght Thousand ............ .......................... -Dollars and no/].OO ........................ Cents per Lump Sum For Overcoating of the Interior of all Metal Surfaces Inside the 1.5 MG Elevated Storage Tank I L.S. Fluted Column complete in place, the sum of Thirty Thousand .................. .......................... -Dollars and no/100 ....................... Cents per Lump Sum Extended Amount $28,000 $30,000 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 Th j rty ........................... .......................... Dollars and n0/100 ........................ Cents per Linear Foot TOTAL AMOUNT: ADDITIVE ALTERNATE (Items IA Through 3A) TOTAL AMOUNT BID (Base Bid + Additive Alternate) $30.00 $ 3,930 $ 61,930 $248,430 BID SUMMARY TOTAL AMOUNT: BASE BID (Items I Through 6): Total Price Bid In Words: Total Price Bid $ 186,500 One Hundred Eighty-six Thousand, Five Hundred Dollars and no/lO0 cents. TOTAL AMOUNT: ADDITIVE ALTERNATE (Items IA, 2A & 3A): Total Price Bid In Words: Total Price Bid $ 61,930 Sixty-one Thousand, Nine Hundred Thirty Dollars and no/lO0 cents. BIDDER agrees that all Work awarded will be completed within the dates established in the Contract Documents. Contract 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 are not included in the Contract Price (See Instructions 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 quantities will be adjusted accordingly. SUBMITTED on January 26 ,2000. TOTAL AMOUNT OF BID (Base Bid + Additive Alternate): Total Price Bid In Words: Total Price Bid $ ;;48,430 Two Hundred Forty-eight Thousand, Four Hundred Thirty Dollars and no/lO0 cents. 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 onemanufacturer'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 continned 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 Dehumidi~cation Equipment Dezurick As Specified Munters Manufacturer Discipline Electrical Instrumentation Subcontractor H & H Electric I & C Sales or Equal 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 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 MINNESOTA COUNTY OF DAKOTA BEFORE ME, the undersigned authority, a Notary Public in and for the State of MN , on this day personally appeared Tracy M. G1 i ori who after being by me duly sworn, did depose and say: (Name> "I, Tracy M. G1 i ori am a duly authorized office/agent for (Name) TMI Coati nqs, Inc. nnd have been duly authorized to execute the (Name of Fi~m) foregoing on behalf of the said TM I Coati nqs, Inc. (Name of Firm) 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 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: TMI Coatinqs, Inc. 2805 Dodd Road St. Paul, MN 55121 Telephone: ( 651 ) 452-6100 by: Title: Presi dent Tracy M. G1 i ori Sigmature: ,d"'L--- ......... SUBSCRIBED AND SWORN to before me by the above named Tracy M. Gliori on this the 281h day of January 2000. LORI A. KRIZ NOTARY IoUBLIC- MIkNESO TA MY COMMISSION EXPIRES JAN. 31,2005 Notary Public in and for the State of Minnesota If BIDDER IS: An Individual By doing business as Business address (Individuars Name) Phone No. (Seal) A Partnership By Business address (Firm Name) (General Pannet) Phone No. (Seal) A Corporation By TMI Coatings, Inc. (Corporation Name) By Minnesota Tracy M. Gliori, President ' ' (Title) Phone No. 651-452-6100 (Seal) (Seal) (Seal) A Joint Venture By (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, parmership and corporation that is a parmet to the joint venture should be in the manner indicated above.) AFFIDAVIT OF SAFETY RECORD (I) (We) the undersigned do declare and affirm that (my) (our) firm or corporation (has) (have) received 0 citation from the Occupational Safety and Health Administration (OSHA) within the past two (2) years and (l) (We) do further declare and affirm that (my) (our) firm or corporation (has)(have)experienced 8 worker injuries related to construction safety on projects within the past two (2) years. NAME OF SUBCONTRACTOR TMI COATINGS, INC. NAME OF FIRM OFFICER'S NAME & TITLE SIGNATURE OF OFFICER Tracy M. Gliori, President OFFICER'S NAME & TITLE January 28, 2000 DATE DATE STATE OF T13~8 MINNESOTA COUNTY OF DAKOTA } BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day appeared Tracv M. Gliori , for TMI Coatinqs, Inc. known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that (he) (she) (they) executed the same for the purposes and considerations therein expressed as the act and deed of said firm or corporation, and in the capacity therein expressed. GIVEN UNDER MY tlAND AND SEA[, OF OFFICE TIllS 281hDAY OF January 2000. A.D. LORI A KRIZ NOTARY PUBLIC. MINNESOTA MY COMMISSION EXPIRES JAN 31, Notar3~ Public in and for ~ State of'gsvoi~ Minnesota THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we TMI Coatings, Inc. 2805 Dodd Road, St Paul, HN 55121 as Principal, hereinafter called the Principal, and Reliance National Indemnity company Thzea Pa:ckway, Philadelphia, p,s, I910~, a corporation duly organized under the laws of the State of wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto as Obligee, hereina~er called the Obligee, in the sum of [Hers insert full name and address or legal title Of Surety) Five Percent of the amount of the attached bid ...... Dollars ($ 5% of bid ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has subtnitted a bid for Repalntlng of the 1.5 MO East Interior Project Number: WA00-01 NOW, t I IIYRH ORI, if Ihe Obligee shall accept lhe bid of the Principal and Ihe I~rincipal shall enter into a Contract with the Obligee in accordance wilh the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt paymen~ of labor and malerial furnished in the proseculion Ihereot, or in the evenl of the failure of Ihe Principal to enter such Conlracl and give such bond or bonds, it the Principal shall pay to the Obligee the difference nol to exceed the penalty hereof between the amount specified in said hid and such larger amount tot which lhe Obligee may in good faith conlract with another parly to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 28 day of January 2000 (Witness~ TMI Coatings, Inc. Tracy ~. alior'i~,Pra~ident ' BID BOND ' AIA (~ ' FEBRUARY 1970 ED ' THE AMERICAN INSTffUTE OF ARCHITECTS, 1735 NY. AVE, NW, WASHINGTON, DC 2C(306 Corporation Acknowledgment State of Minnesota } } ss. Couuty of Dakota } On this 28lh day of January , 2000, before me personally came Tracy PI, GI i ori , to me kuown, who beiug by me duly sworn, did depose and say Ihat she/he is the President ol' TMI Coatlugs, Inc. tile corporation described iu and which execated the above iastrament: that she/he knows the seal of said corporation; that the seal affixed to said instrumeuts is such corporate seal, that it was so affixed by order of the Board of Directors of said corporatiou, and that sl~e/he signed his name to it by like order.  LORI A, KRIZ I ~ NOTARy RJBUC. MINNESOTA ~ MY COMMLeBION i EX~If~E$ JAN 31, lf]O6 Mycolllllllsslollexp _.,/iv_ ~ kv,-._ _ _ _ ~, STATE OF MINNESOTA ) COUNTY OF RAMSEY ) ss: On January 28 , ~ooo before me, A Notary Public within and for said County and State, Personally appeare " of the Reliance National Laurie Plfug .known to me to be the Attorney-in-Fact Indemnity Com_~Pan~._corporation described in and that executed the within and foregoin9 instrument~nd k"nnown t~ me to be the person who executed the said instrument in behalf of said corporation and he duly acknowledge.d t,,~.o,..~ that such corporaltiqr~ executed the same. ~j' "i' ' ..,.,, . . r i I UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONALINDE~OIITY COMPANY ..; : ADIvIN$TRATIVe OIqqCt~ PHILADBLPHIA. PENN$YLVANIA POWER OF ATTORNEY Thle Power of Attor ie ',medundor Mcl by the of Alllde VII of the Bt. Lewe of RELIANCE SURETY COMPANY, REUANCE INSURANCE CC)MP~Nn~I', U~'ID PACIFtC INBURA~ICI ClutI~ANY, end REUANCE NATIONAL INDEMNITY COMPANY whieh proviei~ne me new in fui forge end effect. reading m fokwe: On this, June 11, 1099, tiefore me, Videfide Wefthim, personally IqqreeNd Oevld T. Akore, whe mwiedged hlmedl to be the leelet VIOO ~ Prelkleet of the Rdlen~e Surety , lid the VIOe Pltlk~At of RigliMe IIMufBIlee C , UflJted Pldfio Ingufefi4e Coegil , e41 In witnee whereof, I hereunto let my heed led offiehd  Netarial SeN ele~cLs Wedham, Notly Pubic v ~ t Nov f8 , Reddlng et Phtlede41eNe exeeuted by Mid Cornpaniee, whloh ie ettll in M fore end eftnet,