WA9401-AG 941108 (2)~C~t We~it~tifuli~Futum
AGENDA REQUEST FORM
CITY COTY~CIL I~EETING: November 8,!994 XTSM # ]Z)fi'
ITEM CAPTION:
Discussion and consideration of awarding Bid # Q 0994-01 East Beltline Road Water Line Project # WA
94-01 for the construction of a water line to Architectural Utilities in the amount of $133,976.54 and
authorizing the Mayor to sign.
APPROVED
CITY
DATE
TITLE:
BY
Asst. City Mamager/Dlr. Public Works/City Engineer
STAFF COMMENTS:
INITIALS
See attached memo.
STAFF RECOMMENDATION Approval
EXPLANATION:
Staff will be available to answer any questions concerning this issue.
Denial
BUDGET AMT.$
FINANCIAL COMMENTS:
Funding for this
FINANCIAL REVIEW:~
AMT. EST. $
project is available in CIP.
+/-
CITY MANAGER REVIEW:
Agenda Request Form - Revised 1/94
To~
From:
Mayor and City Council
Kenneth M. Griffin, P.E., Asst. City Manager/Dir. Public Works/Ci~ Engineer
Discussion and consideration of awarding Bid # Q 0994-01 East Beltline Road
Water Line Project # WA 94-01 for the construction of a water line to
Architectural Utilities in the amount of $133,976.54 and authorizing the Mayor
to sign.
Date:
October 31, 1994
As directed by City Council, the water line improvements have been designed in-house by the
Engineering Department. On October 26th, 1994, eight bids were received and opened. The
Engineer's estimate was $165,000 and the low bid was $133,976.54. Staff has evaluated the
credentials of the low bidder and it is our opinion that the bidder is capable of performing the
work necessary to complete the project.
Staff recommends approval of the award of this contract to Architectural Utilities in the amount
of $133,976.54.
Staff will be available to answer any questions concerning this issue at the Council meeting.
EAST BELTLINE WATER LINE WA 94-01
Item Quanity Unit Description Engineer's Est.
Architectural Saber Developmere H & H Plumbing Duval & Sons
Utilties
Atkins Bros.
Equipment
Unit Total Unit Total Unit Total Unit Total Unit Total Unit Total Unit
Price Price Price Price Price Price Price Price Price Price Price Price Price
1 2507 L.F. 8" PVC 26.00 65,182.00 24.17 60,594.19 26.50 66,435.50 23.00 57,661.00 26.02 65,232.14 26.00 65,182.00 31.90
pipe
2 1178 L.F. 12'PVC 37.00 43,586.00 28.55 33,631.90 29.00 34,162.00. 33.00 38,874.00 30.21 35,587.38 41.00 48,298.00 39.80
pipe :
3 7 ca. 8" Gate 850.00 5950.00 448.00 3136.00 500.00 3500.00 450.00 3150.00 650.00 4550.00 524.00 3668.00 565.00
Valve
BaRson
Contracting
Total
Price
4 1
ca. Rec. 2" 1000.00 1000.00 451.00 451.00 600.00 600.00 *10.00 110.00 750.00 750.00 916.00 916.00 1562.30
sevice
5 235.6 L.F. Bore 100.00 23,560.00 121.67 28,665.45 105.00 24,738.00 150.00 35,340.00 142.44 33,558.86 178.00 41,936.80 194.00
Beltine
2 ca. Air 3500.00 7000.00 832.00 1664.00 1300.00 2600.00 1000.00 2000.00 1750.00 3500.00 2225.00 4450.00 1338.30
Rel.Valve
7 I
ca. 2"Blow 1000.00 1000.00 Il18.0G 1118.00 500.00 500.00 950.00 950.00 1500.00 1500.00 1178.00 1178.00 1356.00
Off
8 1 ca. Fire
Hydrant
9 500 L.f. Temp.
2"Line
2500.00 2500.00 1416.0C 1416.00 1600.00 1600.00 1850.00 1850.00:1990.00 1990.00 1309.00 1309.00 2008.00
5.00 2500.00 6.60 3300.00 5.00 2500.00 10.00 5000.00 2.35 1175.00 8.00 4000.00 2.20
Incidentals 12,722.00 N/A N/A N/A N/A N/A N/A
Radich M-CO Construction
Construction
Unit Total Unit Total
Price Price Price Price
34.50 86,491.50 50.00 125,350.0~
34.50 40,641.00 57.00 67,146.00
450.00 3150.00 557.00 3899.00
850.00 850.00 1255.00 1255.00
190.00 44,764.00 147.00 34,633.20
:1800.0C 3600.00 1205.0e 2410.00
1300.0~ 1300.00 1060.0C 1060.00
1500.0( 1500.00 1940.0C 1940.00
11.50 5750.00 14.00 7000.00
N/A N/A
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCU~IENTS
FOR
EAST BELTLINE ROAD WATER LINE
WA 94-01
FOR
THE CITY OF COPPELL
SEPTEMBER, 1994
BIDDING AND CONTRACT DOCUMENTS
BID FORM
PROJECT IDENTIFICATION: East Beltline Road Water Line Installation - WA 94-01 in
Coppe!l, Texas.
BID OF Architectural Utilities, Inc. DATE October 26, 1994
(NAME OF FIRM)
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:
WA 94-01
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.
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.
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: One (1)
Date: 10-lg-94
Rec'd: ~
(b) BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and
12 Bidding and Contract Documents
(C)
(d)
(e)
(f)
Regulations that in any manner may affect cost. progress. performance or
furnishing of the Work.
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 dam.
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 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.
13 Bidding and Contract 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 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 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):
14
Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
EAST BELTLINE ROAD WATER LINE INSTALLATION
BASE BID
WA 94-01
Item
No.
3
4
Quanti~
2507
1178
235.6
Unit
L.F.
L.F.
Each
Each
L.F.
Description and Price in Words Unit
Price
8" PVC Water Pipe
Complete in Place
and
per L.F.
Dollars
Cents
12" PVC Water Pipe
Complete in Place
and ~,-,~f7/':~,~.
per L.~F.
Dollars
Cents
8" Gate Valve
Complete in Place ~:,~r
~,,,f lit, ,.,dr.'-. [ ~, .,,.'y Dollars
and /4. Cents
per L.F.
Reconnect existing 2" Service
Line & Reset Water Meter
Complete in Place
~,,,~ tO,..s,,-'4 f;~>, ~',,'~ Dollars
and 14, Cents
per L.F.
Bore & Install Pipe beneath
Beltline Road
Complete in Place
^a~ 14,..~,..,q'~n...j o/,t Dollars
and <;: -4, ';- v- Cents
per L.F. I v
1,/ <1.'~
I ,a
Total
Price
15 Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
EAST BELTLINE ROAD WATER LINE INSTALLATION WA 94-01
BASE BID
Item
No.
Quantity unit Description and Price in Words
6 2 Each
7 1 Each
8 1 Each
9 500 L.F.
Air Release Valve
Complete In Place
~/~ d...,d.,.,~7/,.... 7:z.,.
and m. )
per each.
Dollars
Cents
2" Blow Off
Complete In Place tn,,-'u..
t,n~.r/~,.~..-t ,,.~,',,~,,~ .~ Dollars
and M. Cents
per each.
Fire Hydrant
w/Gate Valve
Complete in Place
tn~ ~-~.,- d ~..,t 8'-'-'-,.aM Dollars
and Cents
per each.
Temporary 2" water line
Complete In Place
<t ,~ Dollars
and %. r~ Cents
per L.F.
TOTAL BID ITEMS 1 THRU 9
TANGIBLE PE;;~I~AL ~O~ERTY COST $
Signature: ~ ~
~, Vice President
16
Unit Total
Price Price
!/t~," l 118.--
L 1411 .*' I. 1411,.*e
$ /&]
- /
I-7, gs'L
Bidding and Contract Documents
TOTAL BID ITEMS I THRU 9
In Words:
BID SUMMARY
TOTAL PRICE
'3,/l#i-~
CALENDAR DAYS
BIDDER agrees that all Work awarded will be completed within _~O Calendar Days.
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
October 26, '.55 , 1994.
17 Bidding and Contract 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 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 Tarrant
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
on this day personally appeared B. Doua M. umbaugh who after being by me
Name
duly sworn, did depose and say:
"I, B. Douq Alumbaugh am a duly authorized office/agent for
Name
Architectural Utilities, Inc. and have been duly authorized to execute the
Name of Firm
foregoing on behalf of the said Architectural Utilities, 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:
Architectural Utilities, Inc.
300 West Ramsey,~
Telephone: (817) 926-4377 by: B. DoD ~1
Title: vice President Signature:
SUBSCRIBED AND SWORN to before me by the above
Fort Worth, Texas 76110
~ned B. Doug Alumbaugh
on this the 26 day of October
1994.
Public in and for the State of Texas
18
Bidding and Contract Documents
If BIDDER IS:
An Individual
By
doing business as
(Individual's Name)
(Seal)
Business address
Phone No.
A Partnership
By
(Seal)
(Finn Name)
(General Partner)
Business address
Phone No.
A Corporation
By
(Corporate Seal)
Attest
Business address
,\(State~' I~
V~cePresident (Title)
300 West Ramsey
Fort ~o~h, Te~s 76110
ilities, Inc.
Name)
~.~,rporation)
n authorized to sign)
so
B. Doua M. umbaugh
Phone No.
817-q?~-4q77
A Joint Venture
By
(Name) (Address)
By
(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.)
19
Bidding and Contract Documents
To:
From:
Mayor and City Council
Kenneth M. Griff'm, P.E., Asst. City Manager/Dir. Public Works/Ci~ Engineer
Discussion and consideration of awarding Bid # Q 0994-01 East Beltline Road
Water Line Project # WA 94-01 for the construction of a water line to
Architectural Utilities in the amount of $133,976.54 and authorizing the Mayor
to sign.
Date:
October 31, 1994
As directed by City Council, the water line improvements have been designed in-house by the
Engineering Department. On October 261h, 1994, eight bids were received and opened. The
Engineer's estimate was $165,000 and the low bid was $133,976.54. Staff has evaluated the
credentials of the low bidder and it is our opinion that the bidder is capable of performing the
work necessary to complete the project.
Staff recommends approval of the award of this contract to Architectural Utilities in the amount
of $133,976.54.
Staff will be available to answer any questions concerning this issue at the Council meeting.
Radich M-CO Construction
Construction
Unit Total Unit Total
Price Price Price Price
34.50 86,491.5C 50.00 125,350.0C
34.50 40,641.0~ 57.00 67,146.00
450.00 3150.00 557.00 3899.00
850.00 850.00 1255.0~ 1255.00
190.00:44,764.0~ 147.00 34,633.20,
1800.00 3600.00 1205.0¢ 2410.00
1300.00 1300.00 1060.0( 1060.00
1500.00 1500.00 1940.0C 1940.00
11.50 5750.00 14.00 7000.00
N/A N/A
$188,046.$0 [[ $244,693.20
EAST BELTLINE WATER LINE WA 94-01
Awhitecmral Saber Developme~ H & H Plumbing Duval & Sons Arkins Bros. Battson
U~lties Equipment Contracting
Unit Total Unit Total Unit Total Unit Total Unit Total Unit Total Unit Total
Price Price Price Price Price Price Price Price Price Price Price Price Price Price
100.00 23,560.00 121.67 28,665.45 105.00 24,738.00 150.00 35,340.0~ 142.44 33,558.86 178.00 41,936.80 194.00 45,706.40
5.00 2500.00 6.60 3300.00 5.00 2500.00 10.00 5(}00.00 2.35 1175.00 8.00 4000.00 . 2.20 1100.00
N/A N/A N/A N/A N/A
$136,~3S.~0 $144,,93S.ee $14'7,843.38 I $170,937.80 ~ $185,222.00
Item Quanity Unit Dcscdption Engineer's Est.
1 2507 L,F. 8" PVC 26.00 65,182.00 24.17 60,594.19 26.50 66,435.5C 23.00 57,661.0C 26.02 65,232.14 26.00 65,182.00 31.90 79,973.30
pipe
2 1178 L,F. 12"PVC 37.00 43,586.00, 28.55 33,631.90 29.00 34,162.00 33.00 38,874.0( 30.21 35,587.38 41.00 48,298.00 39.80 46,884.40
pipe
3 7 ca. 8"Gate 850.00 5950.00 448.00 3136.00 500.00 3500.00 450.00 3150.00 650.00 4550.00 524.00 3668.00 565.00 3955.00
Valve
4 I ca. Rec. 2" 1000.00 1000.00 451.00 451.00 600.00 600.00 *10.00 110.00 750.00 750.00 916.00 916.00 1562.30 1562.30
sevice
5 235.6 L.F. Bore
Belthe
7 I
8 I
2 ca. Air 3500.00 7000.00 832.00 1664.00 1300.00 2600.00 1000.00 2000.00 1750.00 3500.00 2225.00 4450.00 1338.30 2676.60
Rel.Valve s
ca. 2'Blow 1000.00 1000.00 1118.0~ 1118.00 500.00 500.00 950.00 950.00 1500.00 1500.00 1178.00 1178.00 1356.00 1356.00
ca. Fire 2500.00 2500.00 1416.0( 1416.00 1600.00 1600.00 1850.00 1850.00 1990.00 1990.00 1309.00 1309.00 2008.00 2008.00
Hydrant
Incidentals 12,722.00 N/A
TOTAL COST $16~,000.00 $133,976,5~
9 500 L.f. Temp.
2'Line
CONSTRUCTION SPECIFICATIONS
AND
CONTRACT DOCU~IENTS
FOR
EAST BELTLINE ROAD WATER LINE
WA 94-01
FOR
THE CITY OF COPPELL
SEPTEMBER, 1994
BIDDING AND CONTRACT DOCUMENTS
BID FORM
PROJECT IDENTIFICATION: East Beltline Road Water Line Installation - WA 94-01 in
Coppe!l. Texas.
BID OF Architectural Utilities, Inc. DATE October 26, 1994
(NAME OF FIRM)
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:
WA 94-01
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.
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.
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: One (1)
Date: 10-19-94
Rec'd: ~
(b) BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and
12
Bidding and Contract Documents
(C)
(d)
(f)
Regulations that in any manner may affect cost. progress. performance or
furnishing of the Work.
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.
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 sit~ 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 tens 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.
13 Bidding and Contract 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 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 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):
14
Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
EAST BELTLINE ROAD WATER LINE INSTALLATION
BASE BID
WA 94-01
Item
No.
2
4
Quantity
2507
178
235.6
Unit
L.F.
L.F.
Each
Each
L.F.
Description and Price in Words Unit
Price
8" PVC Water Pipe
Complete in Place
'~'~"-'~ FIY-~ Dollars
and .~q at ~7"~-~.,4 Cents
per L.F.
12" PVC Water Pipe
Complete in Place
and ;..~r/'~ t': ,,,#
per L.F.
Dollars
Cents
8" Gate Valve
Complete in Place
/~,,t 11,. -~r-,- ~rh**:.~, Dollars
and ~, Cents
per L.F.
Reconnect existing 2" Service
Line & Reset Water Meter
Complete in Place
F~.~ t~--- ~', ....' k/'~ o,~.t. Dollars
and nro Cents
per L.F.
Bore & Install Pipe beneath
Beltline Road
Complete in Place
^~ut 14,..~..a t...""':.~ o,,,t Dollars
and <:..-. ..~.~,. ,, Cents
per L ~ .F.
137
Total
Price
15
Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
EAST BELTLINE ROAD WATER LINE INSTALLATION WA 94-01
BASE BID
Item
No.
Quantity
Unit Description and Price in Words Unit Total
Price Price
6 2 Each
7 1 Each
8 1 Each
9 500 L.F.
Air Release Valve
Complete In Place
and
per each.
Dollars
Cents
2" Blow Off
Complete In Place
~.-,- r~-,,- t ~,.., i!..a.~ -, Dollars
and Ai, Cents
per each.
Fire Hydrant
w/Gate Valve
Complete in Place ~a'~.,t
· ~ ~--~-d ~-' t~,-'J-' 'J Dollars
and Cents
per each.
Temporary 2" water line
Complete In Place
<, ~ Dollars
and ¢:,~r. Cents
per L.F. ~
TOTAL BID ITEMS 1 THRU 9
TANGIBLE PE.'~,.%i
Signature :~
qAL i~RCX?ERTY COST $
~~, .Vice President
I IIR."
16
Bidding and Contract Documents
TOTAL BID ITEMS 1 THRU 9
In Words:
BID SUMMARY
TOTAL PRICE
CALENDAR DAYS
BIDDER agrees that all Work awarded will be completed within gob Calendar Days.
Contract time will commence to run as provided in the Contract cuments.
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 tens used in this Bid which are defined in the General Conditions of the
Construction Contract included as pan 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 October 26, '.:: , 1994.
17 Bidding and Contract 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 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 Tens COUNTY OF Tarrant
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
on this day personally appeared B. Douc~ Mumlaugh who after being by me
Name
duly sworn, did depose and say:
"I, B. Bouo M.u~lauoh am a duly authorized office/agent for
Name
Architectural Utilities, Inc. and have been duly authorized to execute the
Name of Firm
foregoing on behalf of the said Architectural Utilitie-, 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:
Krehitectural Utilities, Inc.
300 West Ramsey%
Telephone: (817) 926-4377 by: B. D¢5 'l
Title: vice President Signature:
SUBSCRIBED AND SWORN to before me by the above
Fort Worth, Texas 76110
~Lmed B. Doug ~ ,~mha,~h
on this the 26 day of October
1994.
Public in and for the State of Texas
18
Bidding and Contract Documents
If BIDDER IS:
An Individual
By
doing business as
(Individual's Name)
(Seal)
Business address
Phone No.
A Partnership
By
(Seal)
(Finn Name)
(General Partner)
Business addre~
Phone No.
(Corporate Seal)
Attest
Business address
A Corporation
By Architectural ~tltttes, ~nc.
~ ,~m?s IC°rPb~'ati~n Name)
(Title)
(Seer ' "'Z'
300 West R~ey
Fort Womb, Te~s 76110 Phone No.
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 partner to the joint venture should be in the manner indicated above.)
19
Bidding and Contract Documents