Loading...
ST0004-BD010227BID FORM PROJECT IDENTIFICATION: Freeport Parkway Reconstruction Project ST 00 -04 in Coppell, Texas BID OF QUANTUM CONTRACTING, INC. (NAME OF FIRM) DATE Z o� THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. Box 478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q- 0101 -01 1. 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 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. 2. BIDDER 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. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) 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: Date: /y Ve. Rec'd: ✓— 1 -15 Bidding Documents (b) 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, perfonmance 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. 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. (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 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 terms and conditions of the Contract Documents. (f) 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. 1 -16 Bidding 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. (h) 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. (i) It is understood and agreed that the following prices are approximate only, are intended quantities of work to be done at unit Y, principally to serve as a guide in evaluating bids. (1) 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 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. 4. 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): 1-17 Bidding Documents FREEPORT PARKWAY RECONSTRUCTION PROJECT ST 00 -04 UNIT PRICE BID SCHEDULE Item Quantity Unit Description and Price in Words Unit Total No. Price Price I -1 14,500 SY Remove and replace paving Complete in Place �� Dollars rry� d , f \,---- per square yard.. I -2 250 SY Remove and replace median paving Complete in Place - ---N Dollars and V y --,� Cents per SY. I -3 3 EA 2" Water taps into existing dutile iron water lines Com ete in Place t�rPiltti - �ollars and f o ,-, Cents per each. I -4 2 EA 2" water taps into existing concrete cylinder water lines f Complete in Place �, Dollars vo and /ISO Cents per each. TOTAL BID ITEMS I -1 thru I -4 $ 77 A, DOS m� TANGIBLE PERSONAL PROPERTY COST $ 3 7 DOO 1 -18 Bidding Documents BID SUMMARY TOTAL PRICE TOTAL BID ITEMS BASE BID In Words: va I -1 thru I -4 $ p CALENDAR DAYS /6to t27 6. BIDDER agrees that all Work awarded will be completed within Calendar Days. Contract time will commence to run as provided in the Contract Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. 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). 9. 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. QUANTUM CONTRACTING, Wa 2305 BOX E RD. #206 ROCKWALL, TEXAS 75087 SUBMITTED ON Signature: R.J. Evans, Jr. Vice President 1-19 Bidding Documents 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 ninety (90) calendar days from the date of the bid opening. STATE OF COUNTY OF ME, the undersigned authority, a Notary Public in and personally appeared R.J. Evans, Jr. GenT duly sworn, did depose and say: BEFORE for the State of , on this day who after being by me R.J. Evans, Jr. ' am a duly authorized office /agent for Name QUANTUM CONTRACTING, INC. and have been duly authorized to execute the Name of Firm foregoing on behalf of the said QUANTUM CONTRACTING, 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: Q UANTUM �`CTING, INC. ROCKWALL, TEXAS 75087 R.J. Evans, Jr. Telephone: (�9z) 77l— 1�S /! by: Vice President Title R.J. Evans, Jr. Viee- President Signature: SUBSCRIBEP AND SWORN jo before me bPv e above named on this the y of - 2001. US Notary Public in and for the State o fM5k�� If BIDDER IS: An Individual B y doing business as Business address LIM (r irm Name) Phone N Business address (General Partner) Phone No. A Coryoration By QUANTUM CONTRACTING, INC. (Corporation Name) (State of Incorporation) BY R.J. Evans, Jr. R.J. Evans, Jr. (Name of person authorized to sign) Vice President /T• . 111110) (Corporate Seal) Attest (Individual's Business address A Joint Venture By (Secretary) Lll1ANTUM CONTRACTING_, INC P.O. BOX 430 2M6 RI * an ROCKWALL, TEXAS 75087 Phone No. B Y (Name) (Each joint venture must sign. The manner of signing for the joint venture should be in the manner indicated above.) Partnership and corporation that is a partner to 1 -21 Bidding Documents THE AMERICAN INSTITUTE OF ARCHITECTS 6 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, thatwe Quantum Contracting, Inc. (Here insert full name and address or legal title of Contractor) P.O. Box 430, Rockwall, TX 75087 as Principal, hereinafter called the Principal, and Capitol Indemnity Corporation (Here insert full name and address or legal title of Surety) P.O. Box 5900, Madison, WI 53705 a corporation duly organized under the laws of the State of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto City of Coppell (Here insert full name and address or legal title of Owner) 255 Parkway Blvd., Coppell, TX as Obligee, hereinafter called the Obligee, in the sum of Five percent of the greatest amount bid Dollars ($ 5% GAB 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 submitted a bid for Freeport Parkway Reconstruction Project; ST 00 -04 (Here insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with 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 payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party 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 27th (Witness) day of February 2001 Quantum Contr i In (Principal) (Seal) R.J. Evans, Jr. Vice President (Title) Capitol Indemnity Corporation ( (S Surety) (Seal) (Witness) Cindy W. Fowle (Title) Attorney -in -Fact AIA DOCUMENT A310. BID BOND. AIA 0. FEBRUARY 1970 ED. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution G•� 4 *4w IN DEMNITY CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON, WISCONSIN 53705 -0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900, MADISON, WI 53705 -0900 PHONE (608) 231 -4450 • FAX (608) 231 -2029 POWER OF ATTORNEY No: 567769 Know all men by these Presents, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Madison, Wisconsin, does make, constitute and appoint WILLIAM D. BALDW "--'-- '--"""-- IN, DEBBIE A. SMITH, MICHAEL B. HILL OR CINDY W. FOWLER --------- - - - - -- its true and lawful Attorneys) -in -fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and afl bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of -------------------------------------------- - - - - -- - - - -- NOT TO EXCEED $3,000,000.00 ----------------------------------------------------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 5th day of May 1960: "RESOLVED, that the President, and Vice - President, the Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice - presidents, assistant secretaries and attorneys) -in -fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested by its Secretary, this 1 st day of June, 1999. CAPITOL INDEMNITY CORPORATION � A D G Zj CORPORATE so SEAL i ` Geor . Fait, President CONS /r �yinrnlilt On the 1st day of June, A.D., 1999, before me personally came George A Fait, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Dane, State of Wisconsin; that he is the President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said'instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF WISCONSIN "On." ".,W" ,� y COUNTY OF DANE } JANE c * E *= Jane F. Endres ENORES = Notary Public, Dane Co., WI k ;/, ° TAarnuO `�` My Commission Expires March 23, 2003 / lnittm CERTIFICATE I, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Madison. Dated the ____?7t_h_____day of A ebruary 2001 O\\ \��p�1t�ININnllryorr� /�i // —. "I �p 90 �i O O ZP F CORPORATE y SEAL z°! Paul J. Brei r, Treasurer This power is valid only if the power of attorney number printed in the upper right hand corner apears in red. Photocopies, carbon copies or other reproductions are not binding on the company. Inquiries concerning this power of attorney may be directed to the Bond Manager at the 14— nfrin of fh. r —if'I IMPORTANT NOTICE TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1- 800 - 252 -3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, Texas 78714 -9104 FAX No. (512) 475 -1771 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document. INTEROFFICE MEMORANDUM February 27, 2001 TO: Ken Griffin City Engineer FROM: Jim Ragsdill Purchasing Agent SUBJECT: Bid 0- 0101 -01 Freeport Parkway Reconstruction Request For Bid Q 0101 -01 for Freeport Parkway Reconstruction on Tuesday, February 27, 2001 at 2:00 P.M. Bids were mailed to 5 prospective bidders. We received bids from 5 vendors. Attached is an abstract and copy of all bids received. Please make a recommendation to be presented to City Council. Once your recommendation has been approved please send a copy of the Council approval to the Purchasing Department and we will issue a notice to proceed. If you have any questions or concerns, please call me at x3643. Attachments: 1. Copies of (5) five bids 2. Abstract of bids JR/ja T H E C 1 T Y O F - 0101 -01 FREEPORT PARKWAY RECONSTRUCTION CONTRACTORS BASE BIDS Quantum Contractin ,Inc. $778,00.00 Rebcon, Inc. $1,035,000.00 JRJ Paving, Inc. $871,587.50 Texas Standard Construction $901,000.00 McMahon Contracting, Inc. $845,500.00