DR9401-BD 950217 BIDDING AND CONTRACT DOCUMENTS
BID FORM
PROJECT IDENTIFICATION: Shadow Ridge/Devonshire Drainage Improvements - DR 94-01
in Coppeil, Texas.
THIS BID IS SUBMITTED TO: City of Coppell (hereinalier called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppeil, Texas 75019
- 0 5' 0 \
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:
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
Regulations that in any manner may affect cost. progress, performance or
furnishing of the Work.
(c) BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of
the contract docmnents. 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 lbr thc pertbrmance 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.
13 Bidding and Contract Documents
(g) BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in thc 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 thc 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):
14 Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
SHADOW RIDGE/DEVONSHIRE DRAINAGE IMPROVEMENTS DR 94-01
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
I 1 Lump Concrete Channel
Sum Complete in Place
and -- NO Cents ~,OOO.~ 5~,6~.
per Lump Sum.
(Est. Quantity 260 C.Y.)
2 275 C.Y. Excavation and Recompaction
Complete in Place
~{ ~ Dollars ~ ~ ~, ~. ~
and ~',~ Cents 50, ~5,
per C.Y.
3 75 C.Y. Excavation and Haul Off
Complete in Place
066,
and ~ 0 Cents "3,
per C.Y.
4 4 Each Remove and Replace Existing
Flumes
.Corpplete in Pl~ce I_ .~rlOed
and N 0 Cents I,L)L)O. h5'~,
per each.
5 1 Each Connect existing 18" RCP to
Concrete Channel
Complete in .Pla. c.e
...Se ~e..6 ~q0. ~t~ ~i (-~ollars o..~.
and
per each.
15 Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
SHADOW RIDGE/DEVONSHIRE DRAINAGE IMPROVEMENTS DR 94-01
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
6 14650 S.F. Hydro Mulch
Complete In Place
/40 ~'3 Dollars .~/_J
and Ph)((~ Cents , ~0~-- ·
per S.F. '
7 1480 S.F. Sidewalk
Complete In Place
-['-C33 0 Dollars
and--~ den'kt (2 ~ oe Cents c,~,,
per S.F.
TOTAL BASE BID ITEMS 1 THRU7 $ q ~t }(~ ~' '~--~
TANGIBLE PERSONAL PROPERTY COST $
Signature.~,.
16 Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
SHADOW RIDGE/DEVONSHIRE DRAINAGE IMPROVEMENTS DR 94-01
ALTERNATE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
Delete 1 Lump Concrete Channel
1 Sum Complete In p!ace ,
I'-~J -~c~R0.Ct Dollars
and ~ 0 Cents ~ ~, ~0.°° ~
per Lump Sum.
(Est. Quanti~ 260 C.Y.)
Add 1 Lump Pneumatically Placed Concrete
lA Sum (Gunite/Shotcrete)
/ ~__
Complge
In
Place
'~xi ~.~ ~-i 0e._ '~0~36t~ 'Dollars '~~ ]00.". 0~...__
and N 0 Cents v--, ,_., .., ~
per Lump Sum.
(Est. Quantity 260 C.Y.)
TOTAL ALTERNATE BID ITEMS lA THRU
TANGIBLE PERSONAL PROPERTY COST
17 Bidding and Contract Documents
BID SUMMARY
TOTAL PRICE CALENDAR DAYS
TOTAL BASE BID ITEMS 1THRU7 $ q~) ]0~, :~ i ~O
/
TOTAL PRICE CALENDAR DAYS
TOTAL ALTERNATE BID
ITEMS lA THRU 7 $ q-~, c,~,~---- /~C
In Words: .~(-')0 ~J~'~ -~e~ ~6 ~O ~
6. BIDDER agrees that all Work awarded will be completed within ~ Q~L) 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 personai 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.
~., SUBMITTED on c,t I , 19
· ~ 18 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 C.~ C') calendar days from the date of the bid opening. (Period of acceptance will be
ninety (90) calendar days unless otherwise indicated by Bidder.)
BEFORE ME, the undersignedauthority, a Notary Pubi~ic in3nd for the State of-[-~C~ 45 ,
on this day personally appeared ~---'~-t-~q~'~ ~am~-'qFC-vi who after being by me
duly sworn, did depose and say:
"I, ~-~ I~ ~2~)~1 ~ am a duly authorized office/agent for
and have been duly authorized to execute the
Nahe of Firm -- ·
foregoing on behalf of the said -~b~ C.'c~OcL,/~t'~ _~J"3 (
Name of Firm .'l
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 ~_ C i.<2~3 -~D L .
on this the I~~ dayof i'-'"~) C LA- ~ e q 19947.
Notary Publ'c in and for the State of
19 Bidding and Contract Documents
If BIDDER IS:
An Individual
By (Seal)
(Individual's Name)
doing business as
Business address
Phone No.
A Partnership
By (Seal)
, (Firm Name)
.:
(General Partner)
Business address
Phone No.
A Corporation
_T~o~(~C~rpcoration Name) '
,(State o~' Incorporation)
(~Ia'me.of person authorized to sign)
(Title)
(Corporate Seal) '( .. ,-
Attest "~/t ~ C C~O?~
, (Secretary),,
Bus~ness address C4 ~t~ 5. ~ ^0, ~ ,~4
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 panner to the joint venture should be in the manner indicated above.)
20 Bidding and Contract Documents
.!
Instance ao.o
WAUSAU INSU~CE COMPLIES
~ BOX 8017
ompames waos u
5~02-8017
A Membor of the Nationwido°Group
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we, JOHN COPELAND ENTERPRISES, INC.
/406 S. Broadway, Joshua, TX 76058
as Principal, hereinafter called the Principal, and EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, 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
225 Parkway Boulevard, Coppell, TX
as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5~) of the Greatest Amount Bid.
Dollars ($ 57. of GAB ..... 9,
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 the. so presents.
WHEREAS, the Principal has submitted a bid for Shadow-ridge/Devonshire Drainage Improvement DR 96-01 - City of Coppell Bid No. Q-0195-01
Now, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with thc
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 Oblig~ the difference not to exceed the penalty hereof between the mount
specified in said bid and such larger amount for which the Oblige~ may in good faith contract with another party to peffo.rm 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 17th day of February A.D. 19 95
-~, x . ~[~.. JOHN COPELAND ENTERPRISES, I[IC.
~~ EMPLOYERS INSURANCE OF WAUSAU A Mutual Company
Don E. Cornell
SC~23
03-92
EMPtOtt~Rf 4SURANCE ~ WA~ A .utual Company
POWER OF ATTORNEY
(FOR BID BONDS ONLY)
KNOW ALI. MEN BY THESE PRESENTS:
That the EMPLOYERS INSURANCE OF WAL;SAL.' A Mutual Company a corporation duly organized and existing under
the laws of the State of Wisconsin. and having its principal .ffice in the City of Wausau. County of Marathon. State of
Wisconsin. has made, constituted and appointed, and does by these presents make. constitute and appoint
TOMI J. BRAUN, JERRY P. ROSE
DON E. CORNELL, PATTI DEMARTINI
its true and lawful attorney-in-fact, with full power and authority hereby conferred in its name. place and stead, to execJate.
52 seal, acknowledge and deliver ANY AND ALL BID BONDS OR WRITTEN DOCUMENTS INVOLVING BID GUARAN-
Z TEES OR IN THE NATURE THEREAFU'ER ...............................................
rr and to bind the corporation thereby as fully and to the sam(. extent as if such bonds were signed bv the President. sealed with
_~ the corporate seal of the corporation and dui>' attested hy its secretary hereby ratifying and cimfirming all that the said
nc attorney-in-fact may do in the premises.
~ This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors nfsaid Company at a
uJ meeting dui>' called and held on the 18th day of May, 1973, which resolution is still in effect:
a_m "RESOLVED, that the President and any. Vice President -- elective or appointive -- of EMPLOYERS INSURANCE OF
~ WAUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying
I-- the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF' WAUSAU A
O Mutual Company bonds, undertakings and all contracts of suretyship and that any secretary or assistant secretary be.
Z and that each or any of them hereby is, authorized to attest the executi.n .f any s~ch power of attorney, and to attach
if) thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual (;ompany."
O "FURTHER RESOLVED, that the signatures of such officers and the seal of EMPI.OYERS INSURANCE OF WAUSAU
/2 A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and
I-- any such power of attorney or certificate bearing such facsimile signature~ and facsimile seal shall be valid and binding
Z upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect
m to any bond, undertaking or contract of suretyship to which it is attached."
~ IN WITNESS WHEREOF. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be
IJ.l
[-- signed by the vice president and attested by its assistant secretary, and its corporate seal to he hereto affixed this 1ST day of
~I~ DEC]~BER 1994
~ tr~ ~.'X EMPLOYERS INSURANCE OF WAUSAU A Mutual Companv
... T ~'-~ ?'~ B ' ' '"--'--'
LC J. Stephen Ryan -' Vice President
~ m Attest'
R. J. Besteman" Assistant Secretary
I-- STATE OF WISCONSIN )
I-- ) ss.
< COUNTY OF MARATHON )
O On this 1ST day of DECEHBER .19 9~ . before me personally came
nc I. Stephen Ryan
u.I , to me known, who being by me duly sworn, did depose
~ and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A MutualCompany, the corporation described in and which
O executed the above inslrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal and that it was so
11_ affixed by order of the Board of.?r_e_c_tg.rs_o_l~ said corporation and that he signed.his name thereto by like order.
121 IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal the day and year herein first above written.
._J
I-- Patricia A. Klenum Notary Public
O NOTARY PUBLIC
Z STATE OF WISCONSIN t.'/, ..... ',':
co_ MY COMMISSION EXPIRES MAY 24, 1998
co STATE OF WISCONSIN ) CERTIFICATE
-~ CITY OF WAUSAU ) ss.
I-- COUNTY OF MARATHON )
I, the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin
corporation, do hereby certify that the foregoing and attached power of attorney, WHICH MUSTCONTA1N A VALIDAT-
ING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, 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 still in force.
Signed and sealed in the City of Wausau, Marathon County, State of Wisconsin. this 17 th day
of February/.~:~,..,,.~.. ,--..~ ,19__95. /~t/~~/~ _-. ---
[t~{...~$,~,,¢?, u R.J. Besteman Assistant Secretary
NOTE: IF YOU HAVE ANY QUESTIONS REGARDING THE VAI.IDITY OR WORDING OF THIS POWER OF
ATrORNEY, CALL 'rOLL FREE (8001826.1661. (IN WISCONSIN, CALL (800l 472-0041 )
815-4222-1 06-94
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR 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 # (512) 475-1771
PREMIUM OR CLAIM DISPUTES:
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR
PREMIUM OR ABOUT A CLAIM YOU SHOULD CONTACT THE
AGENT OR 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.