TR9101-BD 910326TABLE A
BID EVALUATION SUMMARY - NO. 0051
DENTON TAp RD, AT BETHEL RD.
COPPELL, TEXAS
BIDDERS UNIT PRICE
ITEM ARJANG SHARROCK SIG-OP DURABLE i. li:.! AVERAGE i:iii BUDGET
NO. DESCRIPTION UNIT ELECTRIC ELECRIC SYSTEMS SPECIALTIES BID ESTIMATE
I MOBILIZATION LS $1,500.00 $1,000.00 $3,000.00 $500.00 $1,500.00 $1,000.00
2 CONSTRUCTION TRAFFIC CONTROL LS $300.00 $1,000.00 $800.00 $200.00 .:1 $575.00 $600.00
3 1" PVC CONDUIT- TRENCHED LF $3.40 $1.00 $4.00 $2.00 ~ $2.60 ~ $5.00
4 2" PVC CONDUIT - TRENCHED LF $3.90 $2.00 $6.00 $3.00 $3.73 ii $7.50
5 2" PVC CONDUIT - BORED LF .... $18.00 $9.00
.... ::~ $13.50 iii $14.00
6 3' PVC CONDUIT - TRENCHED LF $4.30 $3.00 $8.00 $4.00 $4.83 iii $8.50
7 3' PVC CONDUIT- BORED LF $6.50 $20.00 $12.00 $10.00 $12.13 $25.00
8 1" RM CONDUIT LF $3.80 $2.00 $6.00 $4.00 $3.95 $6.00
9 2" RM CONDUIT LF $5.80 $4.00 $8.00 $5.00 $5.70 Ii: $7.50
10 3 CO,D.-,o. 6 X, HW LF $0.90 $2.00 $1.50 $2.oo $1. o $1.5o
11 ,o. 8 XHHWCO,D. LF $0.82 $0.40 $0.90 $0.50 ::: $0.66 !iii : $1.40
::
12 TRAFFIC SIGNAL CABLE - 16/C #12 LF $1.95 $2.00 $2.70 $2.00 i: $2.16 iiilil $2.00
13 OPTICOM CABLE LF $0.90 $1.00 $0.80 $1.00 $0.93 iii $1.00
14 OPTICOM DETECTOR EA $600.00 $500.00 $640.00 $600.00 $585.00 :i:: $300.00
15 DETECTOR LEAD-IN CABLE LF $0.70 $0.70 $0.55 $0.50 : $0.61 ii $0.80
16 LOOP DETECTOR SAWCUT LF $3.95 $5.00 $3.50 $4.00 $4.11 ii $5.00
17 2 CHANNEL DETECTOR EA $160.00 $200.00 $240.00 $200.00 ' $200.00 :.i: $350.00
18 SIGNAL POLE W/32' MA EA $3,600.00 $4,000.00 $2,986.00 $3,500.00 $3,521.50 $4,500.00
19 SIGNAL POLE W/38' MA EA $3,650.00 $4,500.00 $3,600.00 $3,800.00 $3,887.50 i!i $4,700.00
20 8-PHASE NEMA CONTROLLER EA $11,400.00 $13,952.00 $6,800.00 $9,000.00 $10,288.00 il $7,500.00
21 TRAFFIC SIGNAL HEAD - V3 EA $370.00 $300.00 $390.00 $450.00 !; $377.50 ii $400.00
22 TRAFFIC SIGNAL HEAD - V5LT EA $530.00 $500.00 $660.00 $550.00 , $560.00 i::i $550.00
23 PEDESTRIAN ASSEMBLY EA $320.00 $300.00 $360.00 $500.00 :' $370.00 ?i $450.00
24 TRAFFIC SIGN - SR 10-9 EA $90.00 $200.00 $80.00 $100.00 i: $117.50 $300.00
25 SERVICE METER INSTALLATION EA $650.00 $300.00 $150.00 $1,000.00 $525.00 $600.00
26 24' WHITE PAVEMENT MARKING LF $11.00 $18.00 $8.00 $6.00 $10.75 $10.00
27 4' WHITE DASHED PAVEMENT MARKING LF $5.00 $3.00 $6.00 $4.00 $4.50 $3.00
28 PAVEMENT MARKING - LTIRT ARROW EA $240.00 $250.00 $120.00 $150.00 $190.00 $300.00
29 PULL BOX INSTALLATION EA $210.00 $300.00 $150;00 $250.00 $227.50 $200.00
TOTAL BID $51,299.00 $61,080.00 $49,531.50 $50,680.00 $53,147.63 $61,487.00
FILE: BIDEVAL.WK1
03.26.91
FOR:
TO:
SECTION 00300
Proposal and Bid Form
Traffic Signal Installation at Denton Tap Road and Bethel Road
Coppell, Texas
(Request for Proposal No. 00~1)
City of Coppell (hereinafter called "Owner")
c/o City Purchasing Agent's Office
P.O. Box 478
255 Parkway Boulevard
Coppell, Texas 75019
Gentlemen:
The BIDDER, in compliance with your invitation for bids for the above referenced project,
having examined the plans and specifications with related documents and the site of the
proposed work, and being familiar with all of the conditions surrounding the construction of
the proposed project including the availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies, and to construct the project in accordance with the
Contract Documents, of which this proposal is a part.
The undersigned, as BIDDER, declares that the only person or parties interested in this
proposal as principals are those name herein, that this proposal is made without collusion with
any other person, firm or corporation; that he has carefully examined the form of 'Contract,
Notice to Bidders, Specifications, and the Plans herein referred to and has carefully examined
the locations, conditions and classes of materials called for in the Contract and Specifications
in the manner prescribed and according to the requirements of the Owner as herein set forth.
It is understood 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. Payments for such
items will be made on the basis of the actual quantity incorporated in the work.
It is further agreed that the quantities of work to be done at unit prices and material to be
furnished may be increased or diminished as may be considered necessary 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 below, except as provided for in the
specifications.
It is further agreed that lump sum prices may be increased to cover additional work ordered
by the OWNER, but now shown on the Plans or required by the Specifications, in accordance
with the provisions of the General Conditions. Similarly, they may be decreased to cover
deletion of work so ordered.
BIDDER hereby agrees to commence work under this Contract on or before a date to be
specified in written "Notice to Proceed" by the OWNER and to fully complete the project
within 90 consecutive calendar days thereafter as stipulated in the specifications. BIDDER
00300-1
further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive
calendar day thereafter as hereinafter provided in Paragraph 1.4, E of this Special Conditions.
Accompanying this proposal is a Certified or Cashier's Check payable to the City of Coppell
(Bid Bond) in the amount of ($2564.95), which is five percent (5%) of the greatest amount
bid.
BIDDER acknowledges receipt of the following addendum:
indicate N/A)
ADDENDA # AJf//'/~ DATE
ADDENDA # ~/?~ DATE
ADDENDA # ,~/,' ,4~' DATE
ADDENDA # ~//~z? DATE
(If non-issued,
SUBCONTRACTORS
BIDDER shall list below principal subcontractors proposed for use on this project:
NAME ADDRESS PHONE NO.
BIDDER agrees to perform all the work described in the Specifications as shown on the Plans
for the following unit prices:
(Amounts are to be shown in both words and figures. In case of discrepancy, the amount
shown in words will govern.)
00300-2
BID FORM - TRAFFIC SIGNAL INSTALLATION
o
o
o
o
I
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION ,QUANTITY UNIT PRICE UNIT PRICE WRITTEN , PRICE
I Mobilization 1 L S
2 Construction Traffic Control 1 LS
3 1' PVC Conduit 130 LF
Trenched
4 2' PVC Conduit 80 LF
Trenched
5 2,, PVO O0nduit 0 LF
Bored
6 3" PVO Conduit 60 LF
Trenched
7 3" PVC Conduit 315 LF
Bored
Trenched
~o. 0 XHHW ,-
11 Electrical Conductor 550 LF
No. 8 XHHW
BID FORM
o
o
o
o
I
.1~
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
12 Traffic Signal Cable 625 LF ], ~,~' O/V~'C~~t' ~f ~'~~
16 Conductor No. 12 AWG
13 OpticomCable 450 LF 0.~ ~/~ ~
3 Conductor No. 20 AWG
14 3M Opticom Detector 2 EA ~ ~. ~0 ~'~ ~~
15 Dector Lead-in Cable 2,490 LF 0.*~ ~ ~
2 Conductor No. 14 AWG
16 Loop Detector lnstallation 925 LF ~. ~ ~ ~~~~
(Sawcut &
17 Digital Loop Vehicle Detector 7 EA t*O. ® ~ ~"~~;~
2 Channel
18 Signal Pole w/32' MA 2 EA ~. ~ ~ ~~' ~~
and Foundation
19 Signal Pole wi 38' MA 2 EA ~.~ ~ ~~~ 7~' ~
Ga~inot, and fioundat~on
21 Traffic Signal Head 8 EA 370. o0
V3 wi Mounting
22 Traffic Signal Head 2 EA ~0.~' ~ ~~~
VSL3 w~ Mourning
BID SUBTOTAL
BID FORM
o
o
0
0
I
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
23 Pedestrian Signal Assembly 6 EA ,.,~o~0.¢r,) ~ ~,4~~ ]~0-4,-0
24 Traffic Sign - SR 10-9 2 EA
Installed on Mast Arm
25 Service Meter Installation 1 EA
26 Pavement Marking 20 LF
24~ White Line
27 Pavement Marking 110 LF
4· White Dashed Line
28 Pavement Marking 2 EA ~ ~. ~ ~ ~~~ ~'~
LTIRT Arrow
BID SUBTOTAL
The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead,
profit, insurance, etc., to cover the finished work of the several kinds called for.
BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive
any informalities in the bidding.
The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of
ninety (90) calendar days after the scheduled closing time for receiving bids.
Upon receipt of written notice of the acceptance of this bid, BIDDER willexecute the formal
Contract attached within ten (1 O) days and deliver a Surety Bond or Bonds as required by the
General Conditions. The Bid Security attached in the sum of
($ ) is to become the property
off the OWNER in the event the Contract and Bond are not executed within the time above
set forth, as liquidated damages for the delay and additional expense to the OWNER caused
thereby.
Respectfully submitted,
Title:
(Firm)
(SEAL-if bid is by a
corporation)
(Business Address)
(Telephone Number)
00300-6
.--,, CASHIER'S CHECK 32-61
MacArthur Plaza No-- 6800009682
NOTICE TO CUSTOMER ~ The purchase of an Indemnity Bond will be required before the check will be replaced or refunded in the event it is lost, misplaced or stolen.
PAY TO THE
ORDER OF **CITY OF COPPV.T,T,*** DATE
$ **2,800.00**
~ ~~C ~~, ~. Two manual signatures required $50,000 and above
PURCHASER/MEMO
FOR:
TO:
SECTION 00300
Proposal and Bid Form
Traffic Signal Installation at Denton Tap Road and Bethel Road
Coppell, Texas
(Request for Proposal No. 0051)
City of Coppell (hereinafter called "Owner")
c/o City Purchasing Agent's Office
P.O. Box 478
255 Parkway Boulevard
Coppell, Texas 75019
Gentlemen:
The BIDDER, in compliance with your invitation for bids for the above referenced project,
having examined the plans and specifications with related documents and the site of the
proposed work, and being familiar with all of the conditions surrounding the construction of
the proposed project including the availability of materials and labor, hereby proposes to
furnish ail labor, materials, and supplies, and to construct the project in accordance with the
Contract Documents, of which this proposal is a part.
The undersigned, as BIDDER, declares that the only person or parties interested in this
proposal as principals are those name herein, that this proposal is made without collusion with
any other person, firm or corporation; that he has carefully examined the form of Contract,
Notice to Bidders, Specifications, and the Plans herein referred to and has carefully examined
the locations, conditions and classes of materials called for in the Contract and Specifications
in the manner prescribed and according to the requirements of the Owner as herein set forth.
It is understood 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. Payments for such
items will be made on the basis of the actual quantity incorporated in the work.
It is further agreed that the quantities of work to be done at unit prices and material to be
furnished may be increased or diminished as may be considered necessary 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 below, except as provided for in the
specifications.
It is further agreed that lump sum prices may be increased to cover additional work ordered
by the OWNER, but now shown on the Plans or required by the Specifications, in accordance
with the provisions of the General Conditions. Similarly, they may be decreased to cover
deletion of work so ordered.
BIDDER hereby agrees to commence work under this Contract on or before a date to be
specified in written "Notice to Proceed" by the OWNER and to fully complete the project
within 90 consecutive calendar days thereafter as stipulated in the specifications. BIDDER
00300-1
'rT I
further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive
calendar day thereafter as hereinafter provided in Paragraph 1.4, E of this Special Conditions.
Accompanying this propoSal is a Certified or Cashier's Check payable to the City of Coppell
(Bid Bond) in the amount of ($ 5% ),.which is five percent (5%) of the greatest amount
bid.
BIDDER acknowledges receipt of the following addendum:
indicate N/A)
ADDENDA # ~/~/,~ DATE
ADDENDA #
DATE
ADDENDA # DATE
ADDENDA # DATE
(If non-issued,
SUBCONTRACTORS
BIDDER shall list below principal subcontractors proposed for use on this project:
NAME ADDRESS PHONE NO.
BIDDER agrees to perform all the work described in the Specifications as shown on the Plans
for the following unit prices:
(Amounts are to be shown in both words and figures. In case of discrepancy, the amount
shown in words will govern.)
00300-2
BID FORM - TRAFFIC SIGNAL INSTALLATION
o
o
c~
o
o
!
c~
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
1 Mobilization 1 LS _5~-OO. OO ~'~ ~/~' /-/u~ ~) ~ ~:) ~) ~O. CO
2 Construction Traffic Control 1 LS ~00. CO
3 1' PVO Conduit 130 LF
Trenched
4 2' PVC Conduit 80 LF ~-00 ~~ ~o~c~ Z~-~
Trenched
5 2" PVC Conduit 0 LF
Bored
Trenched
7 3" PVC Conduit 315 LF /~-OO ~~ ~~5 ~//~.~0
Bored
8 1" RM Conduit 30 LF
9 2- RM Conauit 70 LF
Trenched
~o 3 Conductor ~20 LF
11 Electrical Conductor 550 LF
No, 8 XHHW
BID SUBTOTAL
BID FORM
o
o
o
o
I
ITEM ESTIMATED I ..... UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT i. PRICE UNIT PRICE WRITTEN PRICE
12 Traffic Signal Cable 625 LF
16 Conductor No. 12 AwG
1
3
Opticom
Cable
450
LF
3 Conductor No. 20 AWG
14 3M Opticom Detector 2 EA
15 Dector Lead-in Cable 2,490 LF
2 Conductor No, 14 AWG
16 Loop Detector Installation 925 LF
(Sawcut & Wired)
17 Digital Loop Vehicle Detector 7 EA
2 Channel
18 Signal Pole w/32' MA 2 EA ~'~
and Foundation
19 Signal Pole wi 38' MA 2 EA
and Foundation
20 8-Phase NEMA Controller, 1 EA
Cabinet, and Foundation
21 Traffic Signal Head 8 EA
V3 w/Mounting
22 Traffic Signal Head 2 EA ~.~
V5L3 w/Mounting
BID SUBTOTAL
BID FORM
0
0
~,~
0
0
I
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
23 Pedestrian Signal Assembly 6 EA .b'~./J~ '~ c~,,~,e-.D ,.?/Ode. ~l~
24 Traffic Sign - SR 10-9 2 EA //..)43. OO -~/_~<t ~ ~. ~,~O. 4343
Installed on Mast Arm
25 Service Meter Installation I EA }iO~;Y-)' 6Y_J E')tJ~-" "7"'~/~'~/"% ~/~'~'~
26 Pavement Marking 20 LF ~.Z)/-.) ~'1 ~Z '~c~/'~L~.~ /2~. ~'~
24" White Line
27 Pavement Marking 110 LF ~7~- O~ ~OJ~ ~0~.-~ P~' ~-i z~. ~ ~J
4" White Dashed Line
28 Pavement Marking 2 EA / _%'4). o o f::/ FT"/' ~ 4,<.A £J 3 ~. O ~
LTIRT Arrow
29 Concrete Pull Box 10 EA 7_.5"d. ~)~ F/F-7'~' ~o~_c,~/~ ~/,.5"~d. or__J
BID SUBTOTAL
TOTAL BID ~
The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead,
profit, insurance, etc., to cover the finished work of the several kinds called for.
BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive
any informalities in the bidding.
The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of
ninety (90) calendar days after the scheduled closing time for receiving bids.
Upon receipt of written notice of the acceptance of this bid, BIDDER will execute the formal
Contract attached within ten (1 O) days and deliver a Surety Bond or Bonds as required by the
General Conditions. The Bid Security attxached in the sum of
f~-~r'e,~T- ¢~£~ /3/~-% ($ .5-~o ) is to become the property
off the OWNER in the event the Contract and Bond are not executed within the time above
set forth, as liquidated damages for the delay and additional expense to the OWNER caused
thereby.
Respectfully submitted,
(SEAL-if bid is by a
corporation)
(Firm)
Title: ~5 ~
(Business Address)
(Telephone Number)
00300-6
AMERICAN NATIONAL FIRE INSURANCE COMPANY
NEW YORK, NEW YORK
BOND NO.
KNOW ALL MEN BY THESE PRESENTS, that we, Durable Specialties, Inc.
as principal, and the American National Fire Insurance Company, a corporation existing under the
laws of the State of New York, having its principal place of business at 580 Walnut Street, Cincinnati,
Ohio, as surety, are held and firmly bound unto, City of Coppell
as obligee, /n the penal sum of 5% of the greatest amount bid not to exceed
DOLLARS ($10,000.00), lawful money of the United States of America, for the payment of which, well
and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally, firmly by these presents.
SIGNED, sealed, and dated this 26th
day of March 19 91
WHEREAS, the said principal is
herewith submitting a
proposal for
Denton T~p Road
& Traffic Signals
NOW, THEREFORE, the condition of this obligation is such that, if the said principal shall be
awarded the said contract, and shall within sixty ( 60 ) days after receiving notice
of such award enter into a contract and give bond for the faithful performance of the contract, then this
obligation shall be null and void otherwise the principal and surety will pay unto the obligee the dif-
ference in money between the amount of the principal's bid and the amount for which the obligee may
legally contract with another parry to perform the work, if the latter amount be in excess of the former;
but in no event shall the liability hereunder exceed the penal sum hereof.
,/',
/ 4/ -4 -c '
F.9738 -- 4/79
Principal
AMERICAN NATIONAL FIRE INSURANCE COMPANY
By ~ M. Crowley Attorney-irrff~act
The number of persons authorized New York, New York
by this power of attorney is not No. 0 14332
more than F~UR POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation
organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or
persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as
surety, any and all bonds, undertakings and contracts of suretyship or other written obligations in the nature thereof; prOvided that the
liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit
stated below.
Name Address Limit of Power
~ntYNE A. COBLE SYLVIA AHLE ARLIlgGTKXW, ~ UNT.TM~I'J~
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed and
attested by its appropriate officers and its corporate seal hereunto affixed this 23rd day of F~'-'~tnry , i 9 88
Attest: AMERICAN NATIONAL FIRE INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON -
Onthis 23rd dayof F~l'n~v'y, 1988 , before me personally appeared ROBERT M. SCHUDER, tomeknown,
being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the American National Fire Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By-Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American
National Fire Insurance Company by unanimous written consent dated August 20, 1979.
RESOL FED: That the President, the several Vice President~ and Assistant Vice Presidents, or any one of them, be and hereby
is authorized, from tone to time, to appoint one or more Attorneys-In-Fact to execute in behalf of the Company. as surety, any and
all bond~, undertakingt and contractl of suretyship, or other written obligations in the nature thereof; to prescribe their respective
duties and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by
fecsimile to any power of attorney or certificate of either given for the execution of any bond. undertaking, contract or suretyship.
or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the
original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same,
force and effect as though manually affixed.
CERTIFICATION
l, RONALD C. HAYES, Assistant Secretary of the American National Fire Insurance Company, do hereby certify that the
foregoing Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full
force and effect.
Sisned and sealed this-~/~ day of /~f~ , 19 /~'~/.
S 1030~; tg/87t
SECTION 00300
Proposal and Bid Form
FOR:
Traffic Signal Installation at Denton Tap Road end Bethel Road
Coppell, Texas
(Request for Proposal No. 0051)
TO:
City of Coppell (hereinafter called "Owner")
cio City Purchasing Agent's Office
P.O. Box 478
255 Parkway Boulevard
Coppell, Texas 75019
Gentlemen:
The BIDDER, in compliance with your invitation for bids for the above referenced project,
having examined the plans and specifications with related documents and the site of the
proposed work, and being familiar with all of the conditions surrounding the construction of
the proposed project including the availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies, and to construct the project in accordance with the
Contract Documents, of which this proposal is a part.
The undersigned, as BIDDER, declares that the only person or parties interested in this
proposal as principals are those name herein, that this proposal is made without collusion with
any other person, firm or corporation; that he has carefully examined the form of Contract,
Notice to Bidders, Specifications, and the Plans herein referred to and has carefully examined
the locations, conditions and classes of materials called for in the Contract and Specifications
in the manner prescribed and according to the requirements of the Owner as herein set forth.
It is understood 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. Payments for such
items will be made on the basis of the actual quantity incorporated in the work.
It is further agreed that the quantities of work to be done at unit prices and material to be
furnished may be increased or diminished as may be considered necessary 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 below, except as provided for in the
specifications.
It is further agreed that lump sum prices may be increased to cover additional work ordered
by the OWNER, but now shown on the Plans or required by the Specifications, in accordance
with the provisions of the General Conditions. Similarly, they may be decreased to cover
deletion of work so ordered.
BIDDER hereby agrees to commence work under this Contract on or before a date to be
specified in written "Notice to Proceed' by the OWNER and to fully complete the project
within 90 consecutive calendar days thereafter as stipulated in the specifications. BIDDER
00300-1
further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive
calendar day thereafter as hereinafter provided in Paragraph 1.4, E of this Special Conditions.
ghthis proposal is a Certified or Cashier's Check payable to the City of Coppeli
e amount of ($ ), which is five percent (5%) of the greatest amount
BIDDER acknowledges receipt of the following addendum: (If non-issued,
indicate N/A)
ADDENDA # DATE
ADDENDA # DATE
ADDENDA # DATE
ADDENDA # DATE
SUBCONTRACTORS
BIDDER shall list below principal subcontractors proposed for use on this project:
NAME ADDRESS
BIDDER agrees to perform all the work described in the Specifications as shown on the Plans
for the following unit prices:
(Amounts are to be shown in both words and figures. In case of discrepancy, the amount
shown in words will govern.)
00300-2
BID FORM - TRAFFIC SIGNAL INSTALLATION
0
0
0
0
I
ITEM ESTIMATED UNIT ITEM
NO, DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
I Mobilization 1 LS
2 Constru~ion Traffic Control I LS
3 1- PVC Conduit 130 LF
Trenched
4 2' ~C C~duit 80 LF
Trenched
5 2· PVC Conduit 0 LF /
Bored
6 3- PVC Conduit 60 LF
Trenched
7 3" PVC Conduit 315 LF
Bored
8 1" RM Conduit 30 LF
9 2' RE Conduit 70 LF
Trenched
10 3 Conductor 120 LF
No. 6 XHHW ·
Con u=o sso
No. 8 XHHW
BID FORM
o
o
o
o
I
&
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
12 Traffic Signal Cable 625 LF
16 Conductor No. 12 AWG ' ~ '
13 Opti~m Cable 450 LF
3 Conductor No. 20 AWG
14 3M Opti~m Dete~or 2 EA
15 D~.Lea~n Cable 2,490 LF
2 Condu~or No. 14 AWG
16 Loop Dete~or Installation 925 LF
(Sawcut & Wir~)
17 Digital L~p Vehicle Detect 7 EA
2 Channel · ~o
18 ~Signal Pole wi 32' MA 2 EA
~and Foundation
19 i Signal Pole wi 38' MA 2 EA ~~ ~ ~ -Fl ~ -
and Foundation
20 8-Pha~ NEMA Controller, 1 EA
Cabinet, and Foundation
21 Traffic Signal Head 8 EA
V3 wi Mounting
22 Traffic Signal Head 2 EA
VSL3 wi Mounting
BID SUBTOTAL ~ ~ ~-~
BID FORM
o
o
o
o
I
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
23 Pedestrian Signal Assembly 6 EA
24 Traffic Sign - SR 10-9 2 EA
Installed on Mast Arm
25 Se~i~ Meter In~allation 1 EA
26~ P~~ 20 LF
24' White U~
27 Pavement Marking 110 LF ~O ~/~~ - ~d ,O~
4' White Dash~ Line
28 Pavement Marking 2 EA
LTIRT Arrow
29 Concrete Pull Box 10 EA
TOTAL BID
The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead,
profit, insurance, etc., to cover the finished work of the several kinds called for.
BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive
any informalities in the bidding.
The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of
ninety (90) calendar days after the scheduled closing time for receiving bids.
Upon receipt of written notice of the acceptance of this bid, BIDDER will execute the formal
Contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by the
General Conditions. The Bid Security attached in the sum of
~---/~ o~ ~ ~z> ($ ) is to become the property
off the OWNER in the event the Contract and Bond are not executed within the time above
set forth, as liquidated damages for the delay and additional expense to the OWNER caused
thereby.
Respectfully submitted,
(Firm)
Title:'
(SEAL-if bid is by a
corporation)
(BusineSs Address)
(Telephone Number)
00300-6
SECTION 00400
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we,
the undersigned,
· as Principal· and
as Surety· are hereby held and firmly
bound unto as Owner in the penal sum of
for payment of which, well end truly to be made, we hereby jointly and
severally bind ourselves, our heirs, executors, administrators, successors and assigns.
SIGNED, this ~ day of ,19
The Condition of the above obligation is such that whereas the Principal has submitted to
a certain Bid, attached hereto
and hereby made a part hereof to enter into a contract in writing, for the
NOW THEREFORE,
a. If said Bid shall be rejected, or in the alternate,
bo
If said Bid shall be accepted and the Principal shall execute and deliver a
contract in the Form of Contract attached hereto (Properly completed in
accordance with said Bid) and shall furnish a bond for the payment of all
persons performinG, labor or furnishing materials in connection therewith, and
shall in all other respects perform the agreement created by the acceptance of
said Bid,
then this obligation shall be void, otherwise and same shall remain in force and effect; it being
expressly understood and agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this obligation as herein stated.
The Surety, for value recesved, hereby stipulates and agrees that the obligations of said Surety
and its bond shall be in no way impaired or affected by any extension of the time within
which the Owner may accept such Bid; and said Surety does hereby waive notice of any
such extension.
00400-1
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have cased their corporate seals to be hereto affixed
and these presents to be signed by their proper officers, the day and year first set forth
above.
Principal
{L.S.)
Date:
By:.
Surety
IMPORTANT- Surety companies executing bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the
State where the project is located.
00400-2
BID BOND
Know all men by these presents:
T~at Sharrock Electric, Inc
(hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual)
a corporation of the State of Iowa, with its Home Office in the City of Dep Moines, Iowa, (hereinafter
called Surety), as Surety, are held and firmly bound to. The City of Coppell, Texas
(hereinafter called the Obligee) in the full and just sum of ($
5% of the greatest amount bid
Dollars
good and lawful money of the United States of America, to the payments of which sum of money well
and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
Signed, sealed and dated this 26th
day of March 19 91 .
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to
Denton Tap and Bethel Roads Traffic Signal Installation
the Principal for
according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly
make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and
award, and shall giv. e bond for the faithful performance thereof with the MERCHANTS BONDING
COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the 0bligee; or if the
Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer
by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and
void; otherwise it shall be and remain in full force and effect.
IN TF~S~ONY WHEREOF, the Principal and Surety have caused these presents to be duly signed
Sharrock Electric, Inc.
By
26th
March
91
December 31, 1991
SECTION 00300
Proposal and Bid Form
FOR:
Traffic Signal Installation at Denton Tap Road and Bethel Road
Coppell, Texas
(Request for Proposal No. 0051)
TO:
City of Coppell (hereinafter called "Owner")
c/o City Purchasing Agent's Office
P.O. Box 478
255 Parkway Boulevard
Coppell, Texas 75019
Gentlemen:
The BIDDER, in compliance with your invitation for bids for the above referenced project,
having examined the plans and specifications with related documents and the site of the
proposed work, and being familiar with all of the conditions surrounding the construction of
the proposed project including the availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies, and to construct the project in accordance with the
Contract Documents, of which this proposal is a part.
The undersigned, as BIDDER, declares that the only person or parties interested in this
proposal as principals are those name herein, that this proposal is made without collusion with
any other person, firm or corporation; that he has carefully examined the form of Contract,
Notice to Bidders, Specifications, and the Plans herein referred to and has carefully examined
the locations, conditions and classes of materials called for in the Contract and Specifications
in the manner prescribed and according to the requirements of the Owner as herein set forth.
It is understood 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. Payments for such
items will be made on the basis of the actual quantity incorporated in the work.
It is further agreed that the quantities of work to be done at unit prices and material to be
furnished may be increased or diminished as may be considered necessary 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 below, except as provided for in the
specifications.
It is further agreed that lump sum prices may be increased to cover additional work ordered
by the OWNER, but now shown on the Plans or required by the Specifications, in accordance
with the provisions of the General Conditions. Similarly, they may be decreased to cover
deletion of work so ordered.
BIDDER hereby agrees to commence work under this Contract on or before a date to be
specified in written "Notice to Proceed" by the OWNER and to fully complete the project
within 90 consecutive calendar days thereafter as stipulated in the specifications. BIDDER
00300-1
further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive
calendar day thereafter as hereinafter provided in Paragraph 1.4, E of this Special Conditions.
ingthis proposal is a Certified or Cashier's Check~aya~e to the City of Coppell
the amount of ($ ), which is five perce~~of the greatest amount
BIDDER acknowledges receipt of the following addendum: (If non-issued,
indicate N/A)
ADDENDA # //,-[.~,-[. / DATE
ADDENDA # ~,/~/'~. DATE
ADDENDA # DATE
ADDENDA # ~z_, ~. DATE
SUBCONTRACTORS
BIDDER shall list below principal subcontractors proposed for use on this project:
NAME ADDRESS PHONE NO.
BIDDER agrees to perform all the work described in the Specifications as shown on the Plans
for the following unit prices:
(Amounts are to be shown in both words and figures. In case of discrepancy, the amount
shown in words will govern.)
00300-2
BID FORM - TRAFFIC SIGNAL INSTALLATION
(:3
0
0
0
I
_)
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNI'I PRICE =-. UNIT PRICE WRITTEN PRICE
":"
1 Mobilization 1 LS
2 Construction Traffic Control 1 LS
3 1" PVC Conduit 130 LF
~Trenched
PVC Conduit 80 LF
4
2"
Trenched
Bored
S 3" PVC Conduit 60 LF
Trenched
7 3"BoredPVC Conduit 315 LF
8 1" RM Conduit 30 LF
9 2" RM Conduit 70 LF t ¢ ~~ gO &*' ~O C--
Trenched
No. 6 XHHW
11 Electrical Conductor 550 LF
NO. 8 XHHW , _
BID FORM
0
0
0
O
I
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
12 Traffic Signal Cable 625 LF
16 Conductor No. ,2 AWG ,g- ~ ~ .~ O~¢'~ 'C¢_~4% ~ ~ 7 ''s'''--~
~ .
13 Optioom Cable 450 LF ~~ ~ .o
3 Conductor No. 20 AWG · ~ ~ ~ o ~
14 3M Opticom Detector 2 EA ~ ~¢'/ ~~ ~¢
15 Dector Lead-in Cable 2,490 LF ~' ~ F~ ~ ~
2 Conductor No. 14 AWG ' ~ /( ~ ~ ~
16 Loop Detector Installation 925 LF ~ ~
(Sawcut & Wired) ~ ~ ~¢~ ~ ~,~ ~ ~
17 Digital Loop Vehicle Detector 7 EA ~ ~
18 Signal Pole w/32' MA 2 EA
19 Signal Pole w/38' MA 2 EA ,~ ~~ ~~
and Foundation ~ ¢¢' ¢;~ ~~ ~ ~ ~ --
20 8-Phase NEMA Controller, ~ EA ¢¢ ~
Cabinet, and Foundation ~, ~ ~ ~ ~~ ~ ~, ~'
21 Traffic Signal Head 8 EA ~ ~~ ~~
V3 w/Mounting ]td ' ~¢~ p~S ~ /~ ~
22 Traffic Signal Head 2 EA ~¢ ¢/'~ ~ ¢
V5L3 w/Mounting __ ~, ~ P ¢~ /, 7 >¢
J
....... BI~ SUBTO~¢~ ~ ~,~,
BID -FORM
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
23 Pedestrian Signal Assembly 6 EA ~ "7-~ & ~'~.,K.,~ ~..~
24 Traffic Sign - SR 10-9 2 EA 0~.~,,- ~---'~~ I~°
Installed on Mast Arm ~:
25 Service Meter Installation 1 EA /~4'-'O ~J~'~, F;~ P°//~'~'//-'~/ [ '-~ 0
26 Pavement Marking 20 LF oO ~T'
24" White Line ~ "-
27 Pavement Marking 110 LF ~ ~ ./j,4, ~ o ~'~"/y
4" White Dashed Line ~o
28 Pavement Marking 2 EA ~. 6~' ~- ~t,~J~4-,~
LT/RT Arrow / :~ 0 ~Co ~1~ ~'//~" ~0
29 'Concrete Pull Box 10 EA //.~'"'O '5 /-~~ J~ J~/"~ ¢~'"
°~ u~,~ (t~'-° °
BID SUBTOTAL
TOTAL BID ~?,5'~3 /
o
o
o
o
I
The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead,
profit, insurance, etc., to cover the finished work of the several kinds called for.
BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive
any informalities in the bidding.
The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of
ninety (90) calendar days after the scheduled closing time for receiving bids.
Upon receipt of written notice of the acceptance of this bid, BIDDER will execute the formal
Contract attached within ten (1 O) days and deliver a Surety Bond or Bonds as required by the
Genera,~ Conditions. The Bid .Se_curity .atta~,hed in the sum of
~--//m~;F~/ ~--~~ .-~,,~,~ f,~t'~s~"~c'~;~'~'''~ ($oq~~/T&~'~' ) isto become the property
off the OWNER in the event the Contract and Bond are not executed within the time above
set forth, as liquidated damages for the delay and additional expense to the OWNER caused
thereby.
Respectfully submitted,
~SEAL-if bid is by a
corporation)
(Business Address)
3/0/
(Telephone Number)
00300-6
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, thatwe SIG-0P SYSTEMS, INC.
as Principal, hereinafter called the Principal, and
MERCHANTS BONDING COMPANY
Des Moines, Iowa
a corporation duly organized under the laws of the State of Iowa
as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF COPPELL, TEXAS
as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID (5%)
Dollars ($ ),
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 Traffic Sicjnal Installation
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, other.vise to remain
in full force and effect.
Signed and sealed this
26th day of March 19 91
(Witness) (
(Witness)
(Title)
/.HANTS RONDT~IG COMPANY
[ ~ I '~urety) (Seal)
Patsy A. P~-ne (Ti~)'Attorney-in-Fact
AIA DOCUMENT A310 · BID BOND · AIA ~) · FEBRUARY 1970 ED · THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 I
Keith A. Shideler, Dwight Journey, Bill gcWilli~ms, Gary Liles,
Sharla Rhea ~mm~ey or Patsy A. Payne
:-~? ?.~!.; ~:~ ~i . · ' ...~L. ,~,L~Cr~!:~-;'.-~!. ,~,:~ '!~ii ~,~'.~'~.r
Any or all bonds or undertakings provided that no bond or undertakimg
executed under this authority shall exceed in amount the sum of
ONE MILLION FIVE ~UNDR~D T~OUSAND ($1,500,000.00) Dollars
4th
March
91
4th
March
91
26th
March
91
Oklahoma City, OK
ig. op
ystems
~ OPPORTUNITY EMPLOYE~
(4O5)
FAX (405) 348..7489
March 23, 1991
City Of Coppell
Ref: Traffic signal Installation
Denton Tap Road at Bethel Road
To Whom it May Concern:
Traffic Signals Inc./Sig-Op Systems Inc. has completed
numerous projects for the Texas Department of Highways in the
following Counties:
Tarrant Co.
Parker Co.
Johson Co.
Wise Co.
We are presently installing Signals at SH 121 & Murphy Dr.
and SH 183 & Westpark Way.
We have installed Signals for the following Cities:
City of Farmers Branch, Texas
City of Irving, Texas
City of Garland, Texas
The name and phone Contact in the Metro Area is as follows:
Tommy Cox 817-478-1835 Beeper 817-667-1144
Robert Meadors 214-530-6418
If I can be of any assistance, Please advise.
SHIPPING ADDRESS MAIUNG ADDRESS
66130 Boucher Dr., Edmond, Oklahoma 73034 P.O. Box 454, Edmond, Oklahoma 73083
SECTION 00300
Proposal and Bid Form
FOR:
Traffic Signal Installation at Denton Tap Road and Bethel Road
Coppell, Texas
(Request for Proposal No. 0051)
TO:
City of Coppell (hereinafter called "Owner")
c/o City Purchasing Agent's Office
P.O. Box 478
255 Parkway Boulevard
Coppell, Texas 75019
Gentlemen:
The BIDDER, in compliance with your invitation for bids for the above referenced project,
having examined the plans and specifications with related documents and the site of the
proposed work, and being familiar with all of the conditions surrounding the construction of
the proposed project including the availability of materials and labor, hereby proposes to
furnish all labor, materials, and supplies, and to construct the project in accordance with the
Contract Documents, of which this proposal is a part.
The undersigned, as BIDDER, declares that the only person or parties interested in this
proposal as principals are those name herein, that this proposal is made without collusion with
any other person, firm or corporation; that he has carefully examined the form of Contract,
Notice to Bidders, Specifications, and the Plans herein referred to and has carefully examined
the locations, conditions and classes of materials called for in the Contract and Specifications
in the manner prescribed and according to the requirements of the Owner as herein set forth.
It is understood 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. Payments for such
items will be made on the basis of the actual quantity incorporated in the work.
It is further agreed that the quantities of work to be done at unit prices and material to be
furnished may be increased or diminished as may be considered necessary 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 below, except as provided for in the
specifications.
It is further agreed that lump sum prices may be increased to cover additional work ordered
by the OWNER, but now shown on the Plans or required by the Specifications, in accordance
with the provisions of the General Conditions. Similarly, they may be decreased to cover
deletion of work so ordered.
BIDDER hereby agrees to commence work under this Contract on or before a date to be
specified in written "Notice to Proceed" by the OWNER and to fully complete the project
within 90 consecutive calendar days thereafter as stipulated in the specifications. BIDDER
00300-1
further agrees to pay as liquidated damages, the sum of $250.00 for each consecutive
calendar day thereafter as hereinafter provided in Paragraph 1.4, E of this Special Conditions.
ing this proposal is a Certified or Cashier's Check p~yebte~ to the City of Coppell
the amount of ($ ), which is five percenl~(5%) ~f the greatest amount
BIDDER acknowledges receipt of the following addendum:
indicate N/A)
ADDENDA # /~ ~ DATE
ADDENDA # ,/",~/~'~ ~ DATE
ADDENDA # ,,~/~/~ DATE
ADDENDA # /~.(/~ DATE
SUBCONTRACTORS
(If non-issued,
BIDDER shall list below principal subcontractors proposed for use on this project:
NAME ADDRESS PHONE NO.
BIDDER agrees to perform all the work described in the Specifications as shown on the Plans
for the following unit prices:
(Amounts are to be shown in both words and figures. In case of discrepancy, the amount
shown in words will govern.)
00300-2
BID FORM - TRAFFIC SIGNAL INSTALLATION
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNI] PRICE UNIT PRICE WRITTEN PRICE
1 Mobilization 1 LS o~,,
2 Construction Traffic Control 1 LS gOO ~
Trenched ~
~ ~-.vc ConUu. ~o ~ ~
Trenched ~
5 2" PVC Conduit 0 LF ~
Bored ~ ~ O-
6 3, PVC Conduit 60 LF ~ ~
Trenched
7 3" PVC Conduit 315 LF
Bored /> ~ ~ 7~o
9 2- RM Conduit 70 LF ~
Trenched ~
co uc,o
NO. 6 XHHW /
11 Nc.Electrical8 XHHwC°nduct°r 550 LF . ~ ~
o
o
o
o
I
BID FORM
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
12 Traffic Signal Cable 625 LF c~ ~
Opticom Cable 450 LF ~~
13 ~3 Conductor No. 20 AWG · ~
14 3M Opticom Detector 2 EA ~ ~"~ ~~
15 Dector Lead-in Cable 2,490 LF Fl ~ F~k
2 Conduct0r No. 14 AWG , ~
16 Loop Detector Installation 925 LF ~~ ~
(Sawcut & Wired) ~ ~ ~
17 Digital Loop Vehicle Detector 7 EA ~ ~ ~~
2 Channel ~ ~ ~~ //
18 Signal Pole wi 32' MA 2 EA
and Foundation ~1 ~ ~ ~~ ~
19 Signal Pole w/38' MA 2 EA ~ ~~ ~
and Foundation ~ ~o~ ~;~ ~~
20 e-Phase NEMA Controller, 1 EA ~ ~ ~
Cabinet, and Foundation ~' ~~~~
21 Traffic Signal Head e EA ~ ~¢~ ~~
V3 w/Mounting ~ 76 ~ ~C~
22 ,Traffic Signal Head 2 EA ~ ~ 1'~ ~
VSL3 wi Mounting -- F, % /,
BID SUBTOTAL
0
0
0
0
I
BID FORM
o
o
o
o
I
ITEM ESTIMATED UNIT ITEM
NO. DESCRIPTION QUANTITY UNIT PRICE UNIT PRICE WRITTEN PRICE
23 Pedestrian Signal Assembly 6 EA ~ "-/"~/--~ ~. /4~'u.,,~
24 Traffic Sign - Sfl 10-9 2 EA 0~ ~-"~'/'~ ~'~
Installed on Mast Arm ~
25 Service Meter Installation 1 EA //~/-~ ~'/, ~j po//~/,~-4,'/ ~'~'-'~
26 Pavement Marking 20 LF c~c' 7-- ~..~
24" White Line o
27 Pavement Marking 110 LF ~ ~ ./~ ,~/~',,~.-4.--¢'
4" White Dashed Line /o
28 Pavement Marking 2 EA ~. 6,,-'~'- fl~,J~4-'~
LTIRT Arrow / ~ 0 -~'Lo ~ ~'l/e4'
29 Concrete Pull Box 10 EA /.~--0''~ O..~.~. /~ ~~'?,~c;~"~
BID SUBTOTAL
TOTAL BID /
The above unit prices shall include all labor, materials, bailing, shoring, removal, overhead,
profit, insurance, etc., to cover the finished work of the several kinds called for.
BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive
any informalities in the bidding.
The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of
ninety (90) calendar days after the scheduled closing time for receiving bids.
Upon receipt of written notice of the acceptance of this bid, BIDDER will execute the formal
Contract attached within ten (10) days and deliver a Surety Bond or Bonds as required by the
General Conditions. The, Bid Security attaqhed in the sum of
-T~ 'T~ ~,~, l~,~°/.J $'~) ,f,~l),~ ~ ~.~r-~., ($~ ¥-/~ ~ )is .to be. come the prop. arty
off the OWNER in the event the Contract and Bond are not executed witl3in tl3e time aoove
set forth, as liquidated damages for the delay and additional expense to the OWNER caused
thereby.
Respectfully submitted,
~SEAL-if bid is by a
corporation}
~ / (Fi~m) ·
BY: ~
(Business Address)
(Telephone Number)
00300-6
THE AMERICAN INSTITUTE OF
ARCHITECTS
AIA Document A3'IO
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, thatwe SIG-0P SYSTEMS, INC.
as Principal, hereinafter called the Principal, and
MERCHANTS BONDING COMPANY
Des Moines, Iowa
a corporation duly organized under the laws of the State of Iowa
as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF COPPELL, TEXAS
as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID (5%)
Dollars ($ ),
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 Traffic Signal Installation
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
26th day of March 19.91
(Wimess)
(Witness)
(Seal)
,~-~;U~HANTR RONIT~G £O#PANY
~ ~ [~ ~ ~ure~) (Seal)
Patsy A. P~ ~T'~ Attorney-in-Fact
AmA DOCUMENT A310 · BID BOND * AmA ® · FEBRUARY 1970 ED · THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 I
Keith A. Shideler, D~ight Journey, Bill McWilli~, Gary Liles,
Sharla Rhea Ram~ey or Patsy A. Payne
Any or all bonds or undertakings provided chat no bond or undertaking
executed under this authority shall exceed in amount the sum of
ONE MILLION FIVE HUNDRED THOUSAND ($1,500,000.00) Dollars
4th March
91
4th March 91
26th March 91
Oklahoma City, OK
S ig-op
S ystems
Inc.
EQUAL OPPORTUNITY EMPLOYER
(405)
FAX (405) 348--7489
March 23, 1991
City Of Coppell
Ref: Traffic Signal Installation
Denton Tap Road at Bethel Road
To Whom it May Concern:
Traffic Signals Inc./Sig-Op Systems Inc. has completed
numerous projects for the Texas Department of Highways in the
following Counties:
Tarrant Co.
Parker Co.
Johson Co.
Wise Co.
We are presently installing Signals at SH 121 & Murphy Dr.
and SH 183 & Westpark Way.
We have installed Signals for the following Cities:
City of Farmers Branch, Texas
City of Irving, Texas
City of Garland, Texas
The name and phone Contact in the Metro Area is as follows:
Tommy Cox 817-478-1835 Beeper 817-667-1144
Robert Meadors 214-530-6418
If I can be of any assistance, please advise.
SHIPPING ADDRESS MAIUNG AD, ESS
6600 Boucher Dr.. Edmond. Oklahoma 73034 P.O. Box 454. Edmond. Oklahoma 73083