WA0001-PR000128 (3)1
I
PROPOSAL
PROJECT IDENTIFICATION: Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior in
Coppell, Texas.
BID OF Elevated Tank Applicators, Inc.
CNAME OF FIRM)
DATE:
January 28,2000
TIqlS 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 Documents to perform and fumish 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.
e
BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and
Iratractions 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 docments 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: ol -~(I-00 01-25-00 01-26-00
Rec'd: 01-20-00 01-26-00 nl _?v_On
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 furnishing 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.
1-12
t
l
I
__]
i
1
(d)
(e)
(g)
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 pth-poses. Except as indicated in the immediately
preced'mg 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 docments. 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 furnish the Work at the Contract Price, within the Contract Time and in
accordance with the other tenns 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, fi. rm
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 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 adventage 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.
1-13
1
1
t
I
h is understood and agreed that the quantifies of work to be done at unit prices and materials to
be famished 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 cstablishcd in thc Notice to Proceed.
5. BIDDER will complete the Work for the following price(s):
1-14
]
|
]
]
l
.]
....t
:]
No. Quantity Unit
I LS.
2 I L.S.
3 1 L.S.
4 10
5 1 L.S,
CITY OF COPPELL, TEXAS
Repainting of the 1.5 Million Gallon Elevated Storage Tank Interior
BID SCHEDULE
BASE BID
Description and Price in Words
Price m
Figures
For Abrasive Blasting the Interior Axea of the
1,500,000 Gallon Elevated Storage Tank and
Containing all Blast Material and Existing Paint
Removed
complete in place, the sum of
lllonq~nc] ~wn Fh~ndrPr] Righf
Dollars
and NO
Cents per Lump Sum
80,208.00
For Painting the Interior Area of the Tank
complete in place, the sum of Fifty+
I~ree Thousand Four Hthndred Seventy-
TWO Dollars
and NO
Cents per Lump Sum
53,472.00
For the Proper Disposal of the Interior Paint and
Blasting Media Removed from the Elevated
Storage Tank
complete in place, the sum of .qi ~
thousand Five H~indr~d
Dollars
and No
Cents per Lump Sum
6,500.00
For Performing Miscelhneous Remedial Welding
by aCetti~e wfid~, ,htaroqR?~tPdbythe
Hrs. C)~ ~
: ompletlun~in placFod, the sum of
Cents per Hour
1,040.00
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 Twenty-
DoHa~
and No
Cents per Lump Sum
27,800.00
1-15
Extended
Amount
80,208.00
53,472.00
6,500.00
1,040.00
27,800.00
BASE BID
Description and Price in Words
6 1 L.S.
For Furnishing and Operating an All Electric
Dehumidification System for the Interior Blast,
Paint and Cure
complete in place, the sum of ~
Fight "rhnn.~,nH
Dolk~'s
and No
Cents per Lump' Sum
~OTAL AMOUNT: BASE BID Citems 1 Through
1-16
F 1 I
Figures
28,000.00
Extended
Amount
28,000.00
lg7#A2~,0~
1A
2A
Estffnated
Quantity
Unit
ADDITIVE ALTERNATE
Description and Price in Words
For the Cleaning all Metal Surfaces Inside the 1.5
1 L.S. MG Elevated Storage Tank Fluted Column
complete in place, the sum of Twenty-
Rj~ht';iTho,,gand Seven Hundred Eight~
Dollars
and No
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
~gh~ ~3n,.g~nd Seven Hundred Eiqhty
Dollars
and No
Cents per Lump Sum
28,780.00
28,780.00
Extended
Amount
28,780.00
27,780.00
3A 131 L.F.
For Fumishing ana/asmtttflg'xJ~ ..... 'co
on Exi ' ~'a'~d Wet Ladder~ on the Dry Rise
lace, the sum of Eighty-
~._N~ --"' 11,397.00
Cents ~e~ Linear Foot
TOTAL AMOUNT: ADDITIVE ALTERNATE (Items IA Through 3A)
TOTAL AMOUNT BID (Base Bid + Addltlve Alternate)
1~,397.00
68,957.00
265,97~'00
'I
{
t
1
t
]
1
'1
BID SUMMARY
TOTAL AMOUNT: BASE BID (Items 1 Through 6):
Total Price Bid In Words:
Total Price Bid
$ 197,020.00
One HUndred Ninety-Seven Thousand Twenty Dollars and No Cents
TOTAL AMOUNT: ADDITIVE ALTERNATE (Items 1A, 2A & 3A):
Total Price Bid In Words:
Total Price Bid
$ 68,957.00
Sixty-Eight Thousand Nine HiLndred Fifty-Seven Dollars and No 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 defmed 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 Jannarv 28 ,2000.
TOTAL AMOUNT OF BID (Base Bid + Additive Alternate):
Total Price Bid In Words:
Total Price Bid
$ 265,977.00
TWO Hundred Sixty-Five Thousand Nine Httndred Seventy-Seven Dollars and No Cents
i-18
1
l
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 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 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
Mueller
Auma Operator
Dehumidi~cation Equipment Munters
Manufacturer
Discipline
Electrical
Instrumentation
H & H Electrical
Triple D, Inc.
Subcontractor
1-19
BI]D AFIqDAVIT
1
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 fumish 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 90 calendar days from the date of the bid opening. (Period of
acceptance will be ninety (90) calendar days unless otherwise indicated by Bidder.)
STAT OF COLnVJ OF the
dersigned authority, a Notary Public in and fur the State of 'h~l. , on this day personally appeared
"I, Shayne fft~nphreys am a duly authorized office/agent for
(~an~)
Elevated TS-n-k A1DDlicstors. Inc. and have been duly authorized to execute the
(Narn~ of Finn)
foregoing on behalf of the said Elevated Tank Apl~licators. Inc.
(Nam~ 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 opening of this bid. Further, I certify that the Bidder is not
now, nor has been for the past six (6) months, direc~y 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 ofBidder: ' Elevated Tank Applicators, Itic.
2944 Crater Lake Drive Baton Rouqe, LA 70814 . _
Telephone: ( 225 ) 928-0543 by: Shayne H~mt~hreys .
Title: President Signature: ~ '~ r
SUBSCRIBED AND SWORN to before me by the above named
on sthe dayof
Nota~~for the State of
2000.
~DIAISlA4~J
1
I
1
]
]
1
]
]
J
L1
If Bh]DER IS:
An Individual
By
doing business as
Business address
(Individual's Name)
Phone No.
(Seal)
A Partnership
By
Business address
(Finn Name)
(General Pamer)
Phone No.
A Corporation
By
By
By
President
(Corporate Seal)
Attest
Business address
Elevated Tank ADPlicators, Inc.
(Corporation Name)
Louisiana
(State of incorporation)
Shayne Humphreys
ONanle of person authorized to sign)
C~~/~, (Title) _
2944 Crat:Lake Dri (ve~0814
:: Phone No. 225-928-0543
(Seal)
(seat)
A Joint Venture
By
By
(Name) (Address)
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a
partner to the joint venture should be in the manner indicated above.)
1-21
]
]
J
AFFIDAVIT OF SAFETY RECORD
(I) (We) the undersigned do declare and affn'm that (my) (our) firm or corporation (has) (have) received
No citation from the Occupational Safety and Health Administration
(OSHA) within the past two (2) years and (I) (We) do further declare and affirm that (my) (our) finn or
corporation (has)(have)experienced NO worker injuries related to construction safety on
projects within the past two (2) years.
Elevated Tank Applicators, Inc.
NAME OF SUBCONFKACTOR
Shayne Humphreys, President
Elevated Tank Applicators, Inc.
NAME OF FIRM
Shay~e Humphreys, President
OFFICER'S NAM~
SIGNA~~OF OFFICER ~
January 28, 2000
DATE
Jenna~y 28,2000
DATE
STATE OF ~ }
BEFO ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day appeared
foregoing ~t ~d ac~o~dged to me ~at (he) (she) (they) executed ~e s~e for the p~oses ~d
considem~om th~e~ expressed as the act and deed of said tim or coloration, ~d in the capaci~ therein
expressed.
Notary Public in and for the State of T'ex~
1-22
, Amwest
Arewest Surety Insurance Company
2431 S. Acadlan Thruway, Suite 285
Baton Rouge, La 70808
PUBLIC WORKS BID BOND
Know all men by these presents:
That we, Elevated Tank Applicators, Inc. (hereina~er called Principal), as Principal, and
Arewest Surety Insurance Company, a corporation (hereina~er called Surety), organized and
existing under the laws of the State of Nebraska and authorized to transact a general surety
business in the State of TX, as Surety, are held and firmly bound unto City of Coppell
(hereinafter called Obligee) in the penal sum of Five Percent ( 5% ) Of The Amount Bid for
the payment of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents. THE
CONDITION OF THIS OBLIGATION IS SUCH, that, whereas the Principal has submitted or is
about to submit a proposal to the Obligee on a contract for
Bid #~01-002
Painting Interior Only of 1.5 Million Fluted Tank
Coppell, TX
NOW, THEREFORE, if the contract is awarded to the Principal and the Principal has within
such time as may be specified, entered into the contract in writing, and provided a bond, with
surety acceptable to the Obligee for the faithful performance of the contract; or if the Principal
shall fail to do so, pay to ~e Obligee the difference not to exceed the penalty hereof between the
amount specified in tile bid and such larger amount for which the Obligee may in good faith
contract with anoffier party to perform the work covered by the bid, then this obligation shall be
void; otherwise to remain in full force and effect.
SIGNED, SEALED AND DATED THIS 281h DAY OF Januat3',200G.-' ' .....
v~ato~L
(signatu;e of Principal)
Amwest r, ,~l.n , r~C~ompan~,
BY~~2,~nson, Attorney-In-Fact
LIMITED POWER OF ATTORNEY
Amwest Surety Insurance Company
Far West Insurance Company
POWER NUMBER 0001083521
This document is printed on white paper containing the artificial watermarked logo ( ~' ) of Arewest Surety Insurance Company on the front and brown security paper
on the back. Only unaltered originals of the Limited Power of Attorney CPOA'') are valid. This POA may not be used in conjunction with any other POA. No
rep~sentations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of Nebraska and is only valid until the
expiration date. Arewest Surety Insurance Company and Far West Insurance Company (collectively the "Company") shall not be liable on any limited POA which is
fraudulently produced, forged or otherwise distributed without the permission of the Company. Any party concerned about the validity of this POA or an accompanying
Company bond should call your local Arewest branch office at _(225) 927-2208
KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation
(collectively the "Company"), do hereby make. constitute and appoint:
Stephanta M. Chauvin
Randolph A. Brunson
Rebecca Mc Daniel
Fiona J. Boyd
Ruthalyn Thomas
As Employees of AmYvest Surely Insurance Co
its true and lawful Attorney-in-fact, with limited power and authority for and on behalf of the Company as surety to execute, deliver and affix the seal of the company thereto
if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller Act or other performance bend or other written obl igations in the nature thereof
as follows:
All Bonds up to $25,000,000.00
and to bind the company thereby. This appointment is made under and by authority of the By-Laws of the Company, which are now in full force and effect.
I, the undersigned secretary of Arewest Surety Insurance Company, a Nebraska corporation and Far West Insurance Company, a Nebraska corporation, DO HEREBY
CERTIFY that this power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors of both Am,vest
Surety Insurance Company and Far West Insurance Company set forth on this Power bf Attorney, and that the relevant provisions of the By-Laws of each company, are now
in full force and effect-
Bond No. B~D Signed & sealed this ~ day of .IANilARY ~O
Karen G. Cohen, Sec~tary
* * * * * * * * * * * * * * * * * RESOLUTIONS OF THE BOARD OF DIRECTORS * * * * * * * * * * * * * * * * * * * * * * * * * * *
This POA is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of Amwest Surety Insurance Company
at a meeting duly held on December 15, 1975 and Far West Insurance Company at a meeting duly held on July 28, 1983:
RESOLVED, that the President or any Vice President, in conjunction with the Secretary or any Assistant Secretary, may appoint attorneys-in-fact or agents with
authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the
Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any POA
previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and bind upon the Company:
(i) when signed by the President or any Vice President and attested and sealed (ira seal be required) by any Secretary or Assistant Secretary; or
(ii) when signed by the President or any Vice President or Secretary or Assistant Secretary, and counterSigned and sealed (if a seal be required) by a duly
authorized attorney-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority
evidenced by the power of attorney issued by the Company to such person or persons.
RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof
authoriz ng the execut on and de very of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such slgnatme and seal when so used shall
have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, Arewest Surety Insurance Company and Far West Insurance Company have caused these present to be signed by its proper officers, and its
coq~orate seals to be hereunto affixed this 31 st da ugust, i 999.
State of California Karen G. Cohen, Secretary
County of Los Angeles
On August 31, 1999 before me, JoAnne Anderson Notary Public, personally appeared John E. Savage and Karen G. Cohen, personally known to me (or proved to me on
the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that be/she/they executed the same
in his/her/their authorized capacity(ies), and that by hi s/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the per~4)n(s) acted, executed
the instrument.
.................~:~.A.~} 5230 Las Virgenes Road Calabasas, CA 91302
Cornre. # 1 ! 92466
(Seal) T Le '
TEL 818 871-2000 I
CORPORATE RESOLUTION
I, LORI L. HUMPHREYS, do hereby certify'that a meeting of the Board of Directors of
day of ~,~ P~'d~PJ?.~ 1999, at which a quorum was present, and voting throughout, the following
resolution, u~ion make, seconded and carried was duly adopted as the action of the Board and has
not subsequently been modified or rescinded or in any way restricted, and is now in full force and effect:
~SOLVED, that GERALD SHAYNE HUMPHREYS is hereby empowered and au~orized to
enter into contract agreements and to sign bid proposals, contracts and other wriRen documents as may be
necessa~ to perform such agreements, and that this power shall include such a~eements wi~ Cities,
States, Counties and other governmental entities as well as with private organizations or individuals, and
that his signature on such documents shall be evidence of the full and complete obligation of the
Coloration to the terms and conditions of such Contract agreements.
:' '~ ""L of Go0d Standing -. J etter
Page I of I
· Texas CoMn'aOtt~ FtmUc kourtr~-
THE STATE OF TEXAS
COUNTY OF TRAVIS
I, Carole ~eeton Rylander, Comptroller of lSublic Accounts of the State of Texas, DO
HEREBY CERTIFY that according to the records of this offic~
ELEVATED TANK APPLICATORS INC
is, as ofthh date, in good standing with this 'office having no franchise tax reports or
payments due at this time.
This certificate is valid through the date tlht the next franchise tax report will be due 06-
23-2000.
Thjs certificate is valid for the purpose of conversion when the convened entity is subject
to franchise tax as required by law.
This certificate is not valid for the purpose of dissolution, merger or withdrawal.
GIVEN UNDER MY HAND AND SEAL
OF OFFICjE in the City of Austin,
this 251h day of May, 1999 A.D.
CAROLE tCEETON RYLANDER
Comptroll~r of Public Accotmts
Charter/COA NO.: 001258003-6
Form 05-3~)4 (Rev. 9-97/9)
INSTRUCTIONS:
Acknowledge receipt of Addenda in Proposal, on outer envelope of bid ANDI WI'rB 'rF/E
FORM BELOW FAXED TO (214)361-0204 upon receipt.
Addendum Acknowledgment FAX to (214)361-0204
I Acknowledge the receipt of Addendum No.
City of:
Project Name:
Coppell
Repaint of 1.5 Million Gallon Tank Elevated Storage
Tank Interior
By Facsimile Transmission on this date:
January20,2000
~Tcv~ ~P 'T~,~ k __/~ /~,~ ~%~ ~,~,~
Company Name '
E-Mail Address:
"PLEASE SIGN & FAX THIS PAGE BACK TO SJ&F"
(as verification that you received this Fax)
(214) 361-0204
TotalNumberofFaxPages:/7~, ,'3
CITY OF COPPELL, TEXAS
REPAINTING OF THE 1.5 MILLION 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, are 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 Boulevard, 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. I 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 & FinIdea, L.L.P. at (2.14) 361-0204.
SHIMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
I:*ttnt'anc,,~atF/9-#Zr,,tn~'tufde,,,tm'4,,td4.,toe - 2 - .4ddettdum No. 1
CONTROL SCHEMATIC-MOTORIZI~D VALVE ACTUATOR
CITY OF COPPELL TEXAS
M~ V~--~ P~
TRANSMITTAL OF ADDENDUM
INSTR~JCI'IONS:
Acknowledge receipt of Addenda in Proposal, on outer envelope of bid AND WITH THE
FORM BELOW FAXED TO (214)361-0104 upon receipt.
Addendum Acknowledgment FAX to (114)361-0204
I Acknowledge the receipt of Addendure No. 2
City of: Coppell
Project Name:
Repaint of 1.5 Million Gallon Tanl~ Elevated Storage
Tank Interior
By Facsimile Transmission on this date:
January 25, 2000
Company Name
E-Mail Address:
"PLEASE
(as
SIGN & FAX THIS PAGE BACK TO SJ&F"
verification that you received this Fax)
(214) 361-0204
Total Number of Fax Pages: '~;~,
CITY OF COPPELL, TEXAS
RE. PAINTING OF THE 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 StoraSe 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
Re~:r to Section SC.30.G. Application of the Special Conditions. In the fourth paragraph of this
section, revise the electri0 service to be provided by the City of CoppHi to "240 volt, 3 phase, 200
amp service". Delete all references to 480 volt, 255 amp service in this paragraph.
Bidders shall aoknowledge reoeipt of Addendure No. I in the apace provided in the Proposal, on the
outer envelope of their bid, and by faxlng back the "Transmlttul of Addendum Acknowledgment
Sheet" 1o Shimek, Jacobs & Finklea. L.I:.P. at (214) 361-0204.
SHIMEK, JACOBS & FINKLEA, L.LP.
CONSULTING ENGINEERS
DALLAS, TEXAS
TRANSI~IITTAL OF ADDENDUM
INSTRUCTIONS:
Acknowledge :ecoipi of Addcnda in Proposal, on outer envelope of bid AND WITH THE
FORM BELOW FAXED TO (214)361-0204 upon receipt.
Addendure Acknowledgment FAX to (214)3(il-0204
I Acknowledge the receipt of Addendure No. 3
City
Project Name:
Coppell
Repaint of 1.5 Million Gallon Tank Blevated Storage
Tank Interior
By Facsimile Transmission on this dale:
January 26, 2000
Company Name
E-Mail Address:
"PLEASE SIGN & FAX THIS PAGE BACK TO SJ&F"
(as verification that you received this Fax)
(214) 361-0204
Total Number of Fax Pages: 2
CITY OF COPPI~LL, TEXAS
REPRINTING OF THE 1.5 MILLION GALLON
ELEVATED STORAGE TANK [NTERIOR
~tDDF. NDUM NO. 3
January 26, 2000
Plans and specifications for the Repainting of the 1.5 Million Gallon Elevated Storage Tank Imerior
project, for the City of Coppell, Texas, on which bids are to be received until 2:00 p.m., January
2000, are hereby modified as follows
1) Refer to the SPECIAL CONDITIONS, page SC-17, Section 8C,32 - Time of Contpletiun.
a) Delete the lst parag~aph in its entirety and replace with the following:
"All work to blast, paint, disinfect and place the interior of elevated storage tank back in service
shal[ be completed by April 25, 2000. Liquidated damages will be assessed in l:he amount of
$500.00 per day beyond April 25, 2000 until the rant is placed in service."
b) In the last sentence of the last paragraph of this section, s~rike the date "April 15*" and replace
with "lune 2, 2000".
2) Bidders shall acknowledge receipt of Addendum No, 3 in the space provided in the Proposal,
outer enVelc~ of thr, lr bid, and by faxlag back the "Transmittal of Addendure Ack~Ql. tedgment
Sheet" to Shimek. Ja¢obs & Finklea, L,L.P. at GI/4) 361-0204.
SHIMEK, JACOBS & FINKLEA, L.L.P.
CONSULTING ENGINEERS
DALLAS, TEXAS
Add, adam NU. $