Loading...
DR9303-BD 960502 MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1 1350 L.F. 66" RCP Complete in Place Dollars and Cents per L.F. 2 170 L.F. 6'x4' Box Culvert Complete in Place Dollars ] c~O°~ Soo and Cents per L.F. 3 20 L.F. 54" ReP Complete in Place Dollars and Cents per L.F. 4 48 L.F. 48" RCP Complete in Place Dollars and Cents per L.F. 5 10 L.F. 30" RCP Complete in Place Dollars and Cents per L.F. Bidding and Contract Documents 18 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 6 10 L.F. 18" RCP Complete in Place --~ Dollars 40 °° and Cents per L.F. 7 2 EACH 10' Inlet Complete in Place Dollars and Cents per Each. 8 2 EACH Type 'B' Modified Headwall (54" & 48" RCP) Complete in Place Dollars and Cents per Each. (~ 5o0) ~ %000') 9 1 L.S. Channel Work for 48" RCP Complete in Place Dollars _q ~oo -- S-DCO 0 and Cents per L.S. 10 1 EACH Connect 48" RCP to Downstream Headwall Complete in Place [Dollars %o O0 e~, 900 O0 and Cents per Each. Bidding and Contract Documents 19 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 11 1 EACH Connect 6x4 Box to Channel Complete in Place Dollars ~5OC:O oo ~ (200 and Cents per Each. 12 1 EACH Connect 21" RCP to 48" RCP Complete in Place Dollars ~oO ~ 50© and Cents per Each. 13 1 EACH Remove Concrete Flume Complete in Place Dollars and Cents per Each. 14 1 EACH Install Concrete Flume Complete in Place Dollars and Cents per Each. 15 1 EACH Remove Stormdrain Manhole Complete in Place Dollars and Cents per Each. Bidding and Contract Documents 20 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 16 2 EACH Install Storm Sewer Manhole Complete in Place Dollars and Cents per Each. 17 2 EACH Cut & Plug 18" RCP Complete in Place Dollars and Cents per Each. 18 3 EACH Cut & Plug Sanitary Sewer Complete in Place Dollars and Cents per Each. 19 900 S.F. Pavement Repair Complete in Place Dollars and Cents per S.F. 20 300 C.Y. Regrade Borrow Ditch Complete in Place Dollars and Cents per C.Y. Bidding and Contract Documents 21 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 21 3 EACH Lower Existing Water Lines Complete in Place Dollars and Cents per Each. 22 75 L.F. Concrete Encase Existing Water Lines Complete in Place Dollars ! ~ and Cents per L.F. 23 1 L.S. Trench Safety Complete in Place Dollars and Cents per L.S. 24 130 L.F. 48" RCP Complete in Place Dollars and Cents per L.F. 25 480 S.F. Pavement Repair Complete in Place Dollars and Cents per S.F. Bidding and Contract Documents 22 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 26 11 S.Y. Remove and Replace Sidewalk Complete in Place ~O ~ Dollars 3 ~O and Cents per S.Y. 27 500 S.F. Hydromulch/Sod Complete in Place I a~., Dollars (o 0 and Cents per S.F. TOTAL BID ITEMS 1 THRU 27 TANGIBLE PERSONAL PROPERTY COST Signature: Bidding and Contract Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 ALTERNATE BID Delete Items 24, 25, 26, & 27 and Add the following: Item Quantity Unit Description and Price in Words Unit Total No. Price Price 28 130 L.F. Micro-tunnel or Bore 48" RCP Beneath Moore Road Complete in Place 6o0 ~ ~ ~ OC~O Dollars and Cents per L.F. TOTAL BID ITEMS: 1 THRU 23 & 28 TANGIBLE PERSONAL PROPERTY COST Signature: NOTE: ALL BIDDERS SHOULD SUBMIT A BID ON THE ALTERNATE Bidding and Contract Documents 24 TOTAL BID ITEMS 1 THRU 27 In Words: BID SUMMARY TOTAL PRICE $ CALENDAR DAYS ALTERNATE BID TOTAL BID ITEMS 1 THRU 23 & 28 In Words: BIDDER agrees that all Work awarded will be completed within __ Calendar Days. Contract time will commence to mn 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 , 1993. Bidding and Contract Documents 25 UNIT PRICE BID SCI-W~DULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1 1354 LF 66" RCP Complete ~ Pl~a~e,~,,4~h. tcta_~ (.9 ~u. ~u~,,4~ T~-~v'6 Dollars and ~ Cents per LF. 1 33'ev 2 167 LF 6' x 4' Box Culvert ~. Completein Place~W,_~ and ~ Cents per LF. 3 239 LF 36" N-12 Storm Drain Pipe (Includes removal & replacement of about 220 LF 36"N-12 pipe and about 20 LF of 18" RCP's and headwall) Complete in ?lace ~ Dollars Cents per LF. ! 4 10 LF 30" RCP (with plug) Comolete in Place Cents per LF. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 5 10 LF 18" RCP (with plug) ace · Dollars and /~ Cents per LF. 6 1 LS Channel Work for 48" RCP h_ocmple_te i~ ~Plac, ./~ liars ents per IS. 7 1 EA Connect 48" RCP w Downstream Headwall , .C~.mvl. ete i~ Pla~ ~_ rA_~/~/~,~-Doilars o a'n~f )~v Cents 8 I EA Connect 6' x 4' Box to Channel Cents per each. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID l~a Quantity Unit Description and Price in Words Unit Price Price I EA Connect 21" RCP to 48" RCP and h~ Cents 10 1 ' EA Remove Concrete Flume Comolete in Pl~ace and /~'~' ' Cents per each. 11 1 EA Install Concrete Flume C. omplete in P~laee ,~ ~ ~ ~611ars and ~v Cents per each. 1 EA Remove Storm Drain Manhole Comolete in Place -~04) fi~-~~ollars and ~o Cents , per each. 1-18 Bidding trod CmJlmd Documetw UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 13 2 EA Install Storm Sewer Manhole Complete in PI_aceD and v i,/2) Cents per each. 14 2 EA Cut & Plug 18" RCP Complete in and ~ Cents per each. 15 3 EA Cut & Plug Sanitary Sewer Complete in Place and ~' ~ Cents per each. 16 500 LF Pavement Repair ~m1 flete in Place I ~ Dollars and l ~ ' ~.~ Cents per LF. ~, 1 - 19 Bidding m~d Ce~tmct Documenf~ UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID ~o.m Quantity' Unit Description and Price in Words Unit Total · Price Price 17 5.6 CY 6" Rip Rap ~ · C, omplete in Place. and ~ Cents per CY. 18 3 EA Lower Existing Water Lines Complete in Place and /~ Cents per each. 19 75 LF Concrete Encase Existing Water Lines C,omp, lete ~n Place ~/f~ ~ Dollars and {~ ~b Cents per LF. 20 1 LS Trench Safety 7C~.m lete jn P]ac~ oil& and /t~ Cents per/_3. 21 130 LF 48" RCP Complete in Place. and et/3 Cents per each· 1-20 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 22 60 LF Pavement Repair lctc'n Place Dollars Cents per LF. 23 11 SY Remove and Replace Sidewalk Com~plete in Place ~ ~ Dollars and /6D Cents per SY. 3/. ,co 3q/ 24 1 LS Hydro Mulch / Sod / Landscaping / Irrigation Complete ip Pl~l:~.~ and wO Cents per LS. //~0. ~ ]/ /o~0. TOTAL BID ITEMS 1 THRU 24 TANGIBLE PERSONAL PROPERTY COST Signature: 1-21 Biddt~g and C~nt~et UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 ALTERNATE BID _Delete Items 21. 22. 23 & 24 and Add the followine: Item Quantity Unit Description and Price in Words Unit Total No. Price Price 25 130 LF Micro-tunnel or Bore 48" RCP beneath Moore Road (Including all materials) Complete in Place -.4~4 and n,~ Cents TOTAL BID ITEMS 1 THRU 20 & 25 TANGIBLE PERSONAL PROPERTY COST $ $ 33%//7. / Signature:~ NOTE: ALL BIDDERS SHOULD SUBMIT A BID ON THE ALTERNATE 1-22 ~u/n ~ c~,t~t oo~,n~ BID SUMMARY TOTAL PRICE CALENDAR DAYS TOTAL BASE BID ITEMS 1 THRU,2~r.~.~ $ 5/{~/ q0~, O-O In Words: BIDDER agrees that all Work awarded will be completed within /00 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. o BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). The terms used in this Bid which are defmed in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMITTED ON 1-23 Bidding and C~ntr~t ~ocum~nl~ 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 Specif'lcations 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 '~X t~t 5 COUNTY OF T/q ~_. ~_/q/L/31~ BEFORE ME, the undersigned authority, a Notary Public in and for the State of 7%c~'~q$ , on this day personally appeared ~'C,.i~ ~'1- ~ ?.o who after being by me Name duly sworn, did depose and say: ~lame Name of foregoing on behalf of ~e said am a duly authorized office/agent for and have been duly authorized to execute the 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 o~ning 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: Telephone: ( Title: SUBSCRIBED AND SWORN to before me by the above named on this the Iq'k day of /~lh¥ '-70[go Signature:~ z9q , . Notary Public in and for the State of -'r'~ PAI~ ASKINg N~a~ ~b c ~ in Grid lot The State of Texas ~ ~--= ,,~ * 1-24 ~---;~ Bidding and Contract Documtntt If BIDDER IS: An Individual By, .(Seal) (Individual's Name) doing business as Business address Phone No. A Partnershiu By. .(Seal) (Firm Name) (General Partner) Business address Phone No. A Corooration By (Corporation Name) (State of Incorporation) By .. ~;C~c/ ._T /VI~:,A) sig~- -~'~'~ ~r~ame of pe~on authorized to (Title) ' (Secretary) Business address (~ $ I~' Phone No. A Joint Venture By By (Name) (Address) (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-25 AMWEST SURETY INSURANCE COMPANY WOODLAND HILLS, CALIFORNIA BOND NO. 0000577988 PREMIUM Included tn bfd bond set'vice fee. BID DATE 05/02/96 PUBLIC WORKS BID BOND Know ail men by these presents: Thatwe, N-CO Cons%~'uct'ion. Inc. (hereinafter called Principal), as Principal, and AMWEST SURETY INSURANCE COMPANY, a corporation (hareinaltar called Surety), organized and existing under tho laws of the State of California and authorized to transact a general surety business in tho State of Texss , as Surety, are held and firmly bound unto [;ltv of Coooell (hereinafter called Obligse) in the penal sum of F'i ve percent ( 5~ ) of the bid amount, but in no event to exceed Twen%y Ftve Thoussnd and no/].00 ................................ Dollars ($ ...._Z.5~000.00 ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administralors, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, whereas the Principal has submitted or is about to submit a proposal to the Obtigee on a contract for Moot'e Rosd Ot-a~nage Impt'overnents OR 93-03 NOW, THEREFORE, if the contract is awarded to the Principal and the surety has been provided with suffic~en! proof by Obligee of acceptable financing for the project, and the Principal has, within such time as may be specified, (but in no event tater than 60 days after such award), entered into the contract in writing, and provided a bond with surety acceptable to the Obltgee for the talthlul pedormance of the contract; or if the Principal shall fail to do so, pay to the Obligee the difference not to exceed the penalty hareol between the amount specified in the bid and such larger amount for which the Obligee may in good faith contract w,tn another party to pedorm the work covered by the bid, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED THIS DAY OF, .May 2, ].996 M-rn rnn_~t.-..Ct~_,?..' !mC. ' ......... By: .'/~"~/~~ _ si.Mm.,. AMWEST SURETY INSURANCE COMPANY · C'lnd~ F'~'let' E~PIRATION DATE 3-t4-97 0000577988 This document is printed on white paper containing the artificial watermarked logo ( ) of Amw~st Surety Insurance Company (the "Company") on the front and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No representations or warranties regarding this POA may he ra~de by any person. This POA is governed by the laws of the State of California and is only valid until the expiration date. The Company shall not be liable on any limited POA which is fraudulently produced, for~ed or otherwise distributed without the permission of the Company. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Am'vest branch office at 58O-8666 KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation (the "Com~y~ make, Mbcel]aneom Bomb up to and to bind the company thereby. This appointment is made under and b I, the undersigned secrem~ of Am~st Surety force and effect and provisions of the By. Laws of the Company, remains in full .", that the re and that the relevant BoedNo. 0000577988 authority of the Company RESOLVED FURTHER (i) when signed by (ii) when signed by Karen O. Cohen, Secreta~ DIRECTORS · · · ih ~ /~. /A /A /A it. /~. r the Board of Directors of Am'vest Surety Insurance Assistant Secretory, may appoint attorneys-in-fact or agents with ~r and on behalf of the Company, to execute and deliver and affix the seal of ail kinds; and said officers may l~OVe any such al~omay=in-fact or agent and lpon the Company: when so used shall have the same force and effect ~ though manually affixed. IN WITNESS WHEREOF, Amwe~t Surety Insurance Company hM caused theae presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this I nth day of Deccmher, 1995.~ ~ State of California County of Los Angeles On December 14, 1995 before me, Peggy B. Lotion Notat'7 Public, personally appeared John E. Savage and Karan G. Cohen, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within insmunent and acknowledged to me all that he/she,'~hay executed the same in his/hnr/thair authorized capecity(ies), and that by, his/her/their signaturn(s) inert o at' nh of which the ,acted, executed the instrument. WITNESS ha. nd and official seal. · (s~)~ ~e~ S,gnature ~ R IMPORTANT NOTICE TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints a~: 1-800-252-3439 You may write the Texas Department of Insuranc~ P.O. Box 149104 Austin, TX 78714-9104 FAX No. (512I 475- 1771 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact the company first, if the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only anci does not become a part or condition of the attached document. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID IO Quantity Unit Description and Price in Words Unit Total No. price Price I 1354 LF 66" RCP Complete in Place °°°° per IF. 2 167 LF 6' x 4' Box Culvert Complete in Place TNO ,m,l~ED FI UE Dollars ~0~oO per LF. 3 239 LF 36' N-12 Storm Drnin Pipe (Includes removal & replacement of about 220 LF 36"N-12 pipe and about 20 LF of 18" RCP's and headwall) Complete in Place ~gO0 and ~tO Cents per LF. 4 10 LF 30" RCP (with plug) Complete in Place and ~1 O Cents per IF. 1-16 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Quantity Unit Description and Price in Words Unit Total Price Price 10 LF IS" RCP (with plug) Complete in Place p~r LF. 1 LS Channel Work for 48" RCP Complete in Place,,~p~p ~'v~'*~*'~°"'~,~ ~o per I~. I EA Cmm~ct 48' RCP to Dowm~ tteadwall Complete in ?laceaal, li)R£D ~o r~V~r,~pr~0" Ool~ qZO0 5/ZOO and NO Cents per each. I EA Connect 6' x 4' Box to Channel Comple~ in Place and NO Ceres per each. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID l~m Quantity Unit Description and Price in Words Unit Total No. Price Price 9 1 EA Connect 21" RCP to 48" RCP Complete in PI .a!e- -lO0 700 and NO Cents per each. lO I EA Remove Concrete Flume Complete in Place o o and NO Cents per each. 11 I EA Install Concrete Flume Complete in Place per each. 12 1 EA Remove Storm Drain Manhole Complete in Place oo ~ NO Cents l~r 1-18 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantioff Unit Description and Price in Words Unit Total No. Price ~rice 13 2 EA Install Storm Sewer Manhole Complete in Place ~vXi) ~ :O~TIO~.~ODtgt~ Dollars F ~ cu:, per each. 14 2 ~ Cut & Plug 18" RGP eomplete in Place OMF. fl~MD~F..,~) ~ Dollars o o NO lid ZZO 15 3 EA Cut & Plug Sanitary Sewer Complete in Place v~ .nd ~ Q Cenm lfi .~0 LP Pmvment Repair Complete in Place o o .nd b~ 0 Cents per LF. 1-19 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Qunntity Unit Description and Price in Words Unit Total Price Price 5.6 CY 6" Rip Rap Complete in Place T~[P~- fllUq~l) FIFT~'~IIa~ oo oo per cY. i8 3 EA Lower Existing Wa~er Lines Complete in Place au~4PP4~P oo (~~ Dollars 1500 ~ 500 and NI O Cents per each. i 75 LF Comret~ Encase Existing Water Lines Complete in Place o o o o and klO Cents per LF, 1 LS Trench Safety Complete in Place ~DR£D F~¥it0Uf.,Ctl',l~ ~10~ Dollars and N O Cents per LS. I 130 LF 48" RCP Complete in Placel:tF'D/ and ~,10 Cents per each. 1-20 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID l~m Quaatity Unit Description and Price in Words Unit Total No. Price Price 22 60 LF Pavement Repair ~ Complete in Place and N 0 Cen~ per ~ 1! SY Remove and Replace $id~w~,lk Complcte in Place FOI~T¥ - Fl~Jl~ Dollars pe£ BY. 24 1 LS Hydro Mulch / Sod / landscaping / Irrigation Complete in Place Doll 4 )00 4000 and N 0 Cents per LS. TOTAL BID rr~,lVlS 1 THRU 24 $ TANGIBLE ~S~NAL PROPERTY COST $ oO UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 ALTERNATE BID folio n: Unit Description and Price in Words Micro-tunnel or Bore 48" RCP beneath Moore Road (Including all materials) Complete in Place £1~ ~Dollars per LF. Unit Price Total ZSO TOTAL BID ITEMS 1 THRU 20 & 2S $ TANGIBLE PERSONAL PROPERTY COST $ oO NOTE: ALL BIDDERS SHOULD SUBMIT A BID ON THE ALTERNATE 1-22 BID SUMMARY CALENDAR TOTAL BASI~- BID ITEMS I THRU 2S $~1~//~ /~ In Words: POL R °]too BIDDER agrees that all Work awarded will be completed within ,/~ Calendar Days. Comract time will commence to run as provided in the Contract Documents. Communications concerning this Bid shall be addressed m 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 Conmw~ Price (see Instructions to Bidders). The 2rms used in this Bid which are defined in the General Conditions of the Constmcfioa Contract included as pan of the Contract Documents have ~be meanings assigned to them in the General Conditions. The City of Coppoll reserves the right to delete any portion of this project as it may deem nsce~uy to stay within the City's available funds. Should the City elect to delete any portion, Ibc contract quantities will be adjusted accordingly. SUSS D oN__ L 1-23 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.) srA~ or ~ eom or 9£~F0~ B~O~ ME, the undersigned authority, a Notary Public in and for the State of ~, on this day personally &ppeared ~ Name who after being by me duly swo~n, did depose and say: fo~oin~ on behlflf of fl~ ~tid am a duly authorized office/agent for and have been duly authorized to execute the hereby certify that ~e 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. INmhor, 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 s~icos/commodities bid on, or to influence any individual(s) to bid or not to bid thereon." st~..cumsn ~ SWOUN to before m~ by t~.~ove ~amed onthis tbe ~ dayof M/~_~ 19_.~.~_. Notary Public in and for the State of -:- - - First Community insurance Company ~_~ 2425 North Central Expressway Suite 4.58. Richardson. --exas 75080 214/a.80-0120 800/577-4077 BID BOND KNOW ALL MEN BY THESE PRESENTS, mat we MURRAY CONSTRUCTION CO., INC. 515 N. KEALY AVE., LEWISVILLE, TEXAS 75057 as Principal, hereinafter called the Principal, and FIRST COMMUNITY INSURANCE COMPANY, a corporation duly organi=ed under the laws of the State of New York as Surety, hereinafter called the Surety, are held and firurly bound unto CITY OF COPPELL as Obligee, hereinafter calledtheObligee, in thesumof FIVE PERCENT OF THE GREATEST AMOUNT BID ( 5 % GAB ) - - - ,-for the paymem 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 MOORE ROAD DRAINAGE IMPROVEMENTS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a ConUact with ma Obligee in a~cordunce 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 arid void, otherwise to remain in full force and effect. Signedandsealedthis 2nddayof May, 1996 MU~Y C~I',I.STRUCT, ION CO. , INC. First Commlmi _w htsttrance Company PAULINE L. LESCH IMPCRTANT NCTIC~ To ob=ain informa=ion or ma~e a comDlain=: You ~ay con=ac= '.he Texas De~a~en= info=ma=ion on comganies, coverages, of Insurance or oom~lain=s ob=sin 1-800-252-3459 You may -~ri=a ~he Texas DegarUmen= of Insurance: P. O. Box 149104 Aus=in, TX 78714-9104 FAX ~(512) 475-177~ PREMIUM OR CLAIM DISPUTES: Should you have a disDu=s conce~.~ing your premium or abou= a clai~ you s~o~ld con=ac= ~he age== or ---~e company ~- If ~hs dis~u=a is no= resolved, you =ay con=ac= Ga Texas Deg~en= of Insurance. A~-~AC~ THIS NOTICE TO YCUR PCLICY: This no=ice ~ .s for informa=ion only and does no= become condi=ion of ~.he aC=ac=ed a 9ar= or Power of Attorney 31-01187 KNOW ALL MEN BY THESE PRESENTS: That First Community Insurance Company, a corporation created by and existing under the laws of the State of New York having its principal office in the City of Bedford, New York, docs hereby nominate, constitute and appoint: Pauline L. Lesch and/or Clem F. Lesch of tho City of Lewisville . Denton County, State of Texas , each its true and lawful, Attorney-in*Fact, with full power and authority conferred upon him to sign, execute, acknowledge and deliver for and on its behalf ns Surety as its act and deed, any bond, undertaking, consent or agreement, not exceeding Two Million and :X.~J]O0 Do]ires ($2~000r000.00) which this Company may be authorized to write. The First Community Insurance Company further ce~fien that the following is a true and correct copy of Article VI, Section 4 of the By-Lows duly adopted and now in force, to wit: SECTION 4, AUTHORIZED SIGNATURES. All deeds, bonds, mortgages, contracts, end other iflstrumants requiring n seal, and nil indorsements, oesignments, transfers, stock powers, bond powers or other inshuments of transfer of securities standing in the name of the Corporation. and all proxics to vote upon or consents with respect to shares of stock of other companics standing in the nome of the Corporation may be signed or executed by the Chairman of tho Board or by the President or by any other officer authorized te sign such ins~ument by the Chairman of the Board or by the President or by the 8oerd of Directors. IN WITNESS WHEREOF, the First Community Insurance Company has caused thcsejprcsents to be signed by. its, Preniden& ,and its Corporate Seal to be affixed by its Secretary this 91'11 day of $~'~m1'~'v /I · ~., "~' ,: ~.'- ' ~, .' '". This Power of Attorney is signed and sealed by facs under end by the authority ef the following Resul~ti.l~i;~,de~i' of Directors of the First Community Insurance Company at its monthly meeting held in August 1994. "· ;.:..~':.'...""' RESOLVED. that the signatures of the President and the Secretary and the Seal of the Corporation may be affixed to any Power of Attorney or any certified copy thereof or any certification relating thereto, by facsimile and any Power of Attorney or any certified copy thereof, or any certificution relating thereto bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bonds, undertakings, recognizance or contracts of indemnity to which it is attached. STATE OF FLORIDA ) ) SS. COUNTY OF PINELLAS ) BEFORE ME, the undersigned authority, personally appeared OAVID K. MEEHAN and G. KRISTIN DELANO who acknowledged themselves to be the President and Sec~ctary of First Community Insurance Company, a Florida corporation, and they aa such President and Secretary being authorized to do so, executed the foregoing instrument for the purpnscs therein contained by signing the name of the corporation by then.cslvcs as President and Secretary, and that said secretary affixed thereto the seal of the corporation and attested to the execution of the foregoing inctrumant. ., Commicsion ,xplres: [t~? I, ~e undersigned, Se~etsry of ~rst Co.unity I~urcuce Company do hereby certify that the original Pow~ of Attorney, of which · e foregoing ~ a full, true and correct copy, ~ in full force end effect. IN WITNESS WHEREOF, I have hereunto subs~bed my name cs Secrets~ the corporate seal of the Corpom~on ~ ~ Kristin Deisno, Secretary BIDDING AND CONTRACT DOCUMENTS pROJECT IDENTIFICATION: Moore Road Drainage Improvements - DR 93-03 in Coppell, Tx. BID OF ~}o~-,B,~ "t'*t,,,,5 (.,a~'~.~.~. ?j2.,t. DATE (NAME O,~'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: Q 0496-01 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. 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: 1-13 Bidding and Contract Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total ,'40. Price Price I 1354 LF 66" RCP Complete in Place c~ ~ d~ S, ~4~] Dollars ,o and ~ Cents IgO-- ~lG~(~clO- per LF. . 2 167 LF 6' x 4' Box Culvert Complete in Place and ~ o Cents ! Gq - Z::], per LF. 3 239 LF 36" N-12 Storm Drain Pipe (Includes removal & replacement of about 220 LF 36"N-12 pipe and about 20 LF of 18" RCP's ~o and headwall) ~ 0'~ /c~! Complete in Place and ~, Cents per LF. 4 10 LF 30" RCP (with plug) Complete in Place m and ,-.r ~ Cents per LF. 1 - 16 Biddin~ and Contract Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Quantity Unit EA Description and Price in Words 18" RCP (with plug) Complete in Place ~"~ ~'7 Dollars and N o Cents per LF. Channel Work for 48" RCP Complete in Place T/, ~,~ ~,,ff Dollars and ~ Cents per LS. Connect 48" RCP to Downstream Headwall Complete ~ Place ~-h ~,, ~ ~ Dollars and e,~o Cents per each. Connect 6' x 4' Box to Channel Complete in.Place ~'T/.~ ,~s ~,f/ Dollars and ~v o Cents per each. Unit Price Total Price Sod--- 5ooo - 2.0o0- 1-17 Bidding and Contract Documenff UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID I Quantity Unit Description and Price in Words Unit Total Price Price 1 EA Connect 21" RCP to 48" RCP Complete ~n ~ace $(~ ~ o-~' Dollars and h.~v Cents ~ GO -- (_oCr-a per each. 10 1 EA Remove Concrete Flume Complete in Place f)~,.~ ~4-,~.,,~,u~ Dollars and t~-o' Cents /O0 ~ /tO0 per each. 11 1 EA Install Concrete Flume Complete in Place ~',~, 14~,~ Dollars and ~, o Cents ~'OO - ~'OO per each. 1 EA Remove Storm Drain Manhole Complete in Place O~_ ~ o~,~--~ Dollars /6)ifa ~' [000 and ,,~v Cents per each. 1- ~.8 Bidding and Contract Document~ UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Quantity 2 2 5OO Unit EA EA EA LF and Price in Words Install Storm Sewer Manhole Complete in/Place -['~, ~,~...~ Dollars and ~ o Cents per each. Cut & Plug 18" RCP Complete in Place and r~ro per each. Dollars Cents Cut&Plug Sanitary Sewer Complete in Place ~'~c ~,'~'-~ Dollars and ,,~o Cents per each. Pavement Repair Complete in Place and -/.<to Dollars Cents Unit Price Total Price I ~oo -- per LF. 1-19 Bidding and Contract Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID ~'~-~Quantity Unit Description and Price in Words Unit Total 80. Price Price 17 5.6 CY 6" Rip Rap Complete in Place ~'~.,,,- hi. .~ '~, 3'~-~t Dollars and t, oo Cents t'/gO per CY. 18 3 EA Lower Existing Water Lines * Complete in Place [ q',~e.~ --,,~ d-~.~d.~/ Dollars I and /v o Cents per each. 19 75 LF Concrete Encase Existing Water Lines Complete in Place ~!5., ~-A~ Dollars t and ~, Cents i per LF. l 20 1 LS Trench Safety Complete jn Place ~ " h o~ ~ ~ Dollars and ~,rO Cents ~OOO '-- ,.~ ooo per LS. 21 130 LF 48" RCP Complete in Place C~ /¢~ ~,_~ g"t,,~ Dollars [ 0.5 ~ 1,3 6 50 - and e~'v Cents per each. 1-~0 Bi~dln~ and ~on~act Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Unit ml Price in Words Unit Price Total Price LF Pavement Repair Complete in Place ~ ~e Dollars and ~/0 Cents per LF. SY Remove and Replace Sidewalk Complete in Place C[.~I r!! Dollars and /w O Cents per SY. 1 LS Hydro Mulch / Sod / Landscaping / Irrigation Complete in Place Dollars Cents and ,~ ¢) per LS. TOTAL BID ITEMS 1 THRU 24 "48 TANGIBLE PERSONAL PROPERTY COST $ ,Z.~,O) 0 O0 -- 1-21 Bidding and Contract Documtnts UNIT PRICE BID SCHEDULE MOORE ROAD DRAlNAGE IMPROVEMENTS DR 93-03 ALTERNATE BID ~ems 21, 22, 23 & 24 and Add the followimt: Quantity 130 Unit Description and Price in Words LF Micro-runnel or Bore 48" RCP beneath Moore Road (Including all materials) I I Complete in Place V,~, vg~ts~-~T~'~7 ~ Dollars ] and t,o o Cents l Per ~. Unit Price Total Price TOTAL BID ITEMS 1 THRU 20 & 25 TANGIBLE PERSONAL PROPERTY COST $ ~ ~-~ 000 -- Signature: NOTE: ALL BIDDERS SHOULD SUBMIT A BID ON ~ ALTERNATE 1-22 Bidding and Contract Docuraent~ BID SUMMARY TOTAL BASE BID ITEMS 1 THRU,2ff TOTAL PRICE CALENDAR DAYS In Words: / BIDDER agrees that all Work awarded will be completed within 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 1-23 Bidding and Contract Document~ 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 T~,c,,~ COUNTY OF ME, the undersigned authority, a Notary Public in and for the State of who after being by me personally appeared ~"~ ~ ~f~, L.o.~,/ Name duly sworn, did depose and say: BEFORE , on this day "I, .M,~ ~, L.~,~ am a duly authorized office/agent for J Name / J~}~.LI~ 'T:e~ (o.~-~-~ :~ ,,~.~; -~,~, and have been duly authorized to execute the Name of Firm foregoing on behalf of the said ~af~ '-~"~-~ ^ (' ,~-, dr'.Pc~-~--f ~ : ~ , · 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." NameandAddressofBidder: b,3 e~ ~c,f~ Telephone: (7l~() 3~ ~]~oY Y: ~,~ ~ ? SUBSCRIBED AND~ SWORN to before me by the above/named 3~ ,~ ~, ~-~,~, on this the ~--q day of ~o.~ /19 Notary Public in and for the State of 1-24 Bidding and Contract Document~ If BIDDER IS: ~ Individual By (Seal) (Individual's Name) doing business as Business address Phone No. A Partnershin By (Seal) (Firm Name) (General Parmer) Business address Phone No. A Corooration (Corporation Name) (State of Incorporation) By ~q~t ¢fb. L.~. ,., (Nan~ of pe~o_n.~thori~d to (Title) (Corpora, e-Se,al) Attest (Secretary) I Business address sign) '- - A Joint Venture By By (Name) (Address) (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a partner to the joint venture should be in the manner indicated above.) 1-25 Bidding and Contract Documen~ T~e FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFtCES: P.O. BOX 1227 BALTIMORE, MD 21203 BID BOND KNOW ALL MEN BY THESE PRESENTS: (Here in.ri the name and addrc,~ or legal lille of Ih~ Conlractor) ......................................................................................................... as Principal, (hereinafter called the "Principal"), and....(~.O.g,,~.U~-..-~__...~..~,~C..R.~,...C.___O_~.__U-.~y...~..~...U..~......~....~_O.__~lr~aldmore, Maryland, a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety") are hold and firmly bound unto ................................................. _C_ _?r.~....0.[...~.0_~.LL .............................................................................................. .............................................................................................................. as Obligee, (hereinafter called the "Obligee"), in the suni ~f~-F-~.V.~?....~r~..~.~r~"~.~-~.-~..~--g~-~-m..~--~..~--~-..~:-~-~.~------~-~-----~:~D~ars ($~.~L.J~:..-.~.-..~..-..':.:.), for the payment of which sum well and truly to be ~nade, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. .~, Moore Road Drainage Imp~ovemen~ WHEREAS, the Principal has submitted a bid f~ .................................................................................................... .................................................................................................. (~...?.?..o..3..L ................................................................ NOW, THEREFORE, if thc 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 coulract documents with good and sufficicnt 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 ~o enter into such contract and give such bond or bonds, if thc 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 coutract with another party to perform the work covered by said bid, then this obligation shall he null and void, otherwise to remain in full force and effect. Signed and sealed this ................................. ~_..~.. ............... day of. ...... ~..ff ................................ A.D., 1~..6._. ! Principal . [-J FIDELITY AND DEPOSit COMPANY OF MARYLAND AMERICAN CA~;UALTY AND SURETY COMPANY ....................... By ......... ~..~_,_,/... ~..:...~.~ .................... (SEAt.) Dee Stone AtXorney~Zn-.f£~J~ FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY HOME OFFICF~: BALTIMORe, MD. 21203 POWER OF ATTORNEY KNOW ALL MEN BY THF~£ PRESENTS: That the FIDgeTY AND DEPo~rr COMPANY OF MARYLAND, and the COLONIAL AblF. RICAN CASUALTY AbID SUR~ CO.ANY, col'~oraliol~ of (he S[a~e of Maryland, by C. M. P£COT, .IR., Vice-Prasident, and C. W. ROBBINS, Assis~nt Secretary, in pursuance of authority granted by Article VI, Section 2 of the respective By-Laws of said ComPamas, which are set forth on the rever~e side hereof and are hereby ce~ified m be in full force and effect on the date hereof, do hereby nominal, constitute and appoint Derrell C. Dodson, Sam J. Mu11£s, Jr., Elnora Crul;his, Douglas Moore and Dee SCone, a'll Dallas EACH ..... ~lm uuz mm lawxm agent and Attorney-in-Fact of each as its act and deed: any and all bonds a.nd Executors, Commun£1:y gurv~.vors and AnO me execution of such bonds or under~k!-$s ' and amply, to ail intents and purposes, as if the the respective Coml~mias at their offices revokes ~ha~ £ssued on behalf and on its behalf as surety, and bonds on behalf of Independent shall be as binding upon said Col~as, as fully by the regularly elected officers of properpersons. Thls power of a~orney Dodson, eta1, dated AugusC 8, 1994. IN Wrr~,~s~ WHEREOF, the said have hereunto subscribed their nam~ and affixed the Corporate Seals of t~ the COLONIAL AMERICAN CASUALTY AND SuR~-rx COMPAI~'Y this of January , A.D. 19 By ~ x' \ ® STATE OF MARYLAND COUNTY OF BALTIMORE Onthis ~.Sl~h dayof Sanuarv .A.D. 19 96, hoforethesubscrther, aNota~zPublicoftheStateofMarflami, duiy commissioned and qualified, came C. M. PECOT, .IR., Vice-Pr~sidaut and C. W. ROBEINS, ASSJSUmt Secreta~ of the FIDEL.rTY AND DEPOSIT COMPANY OF MARYLAND a~d the COLONIAL AMERICAN CASUALTY AND SURETY COMPANy, to me perr. onally known to ho the individuals and officers described ho~in and Who executod the precedir~ iasmimcol, m~d they e~ch aclmowied~ed the e.xecu~on of tho same, and beinS by me duly sworn, ~verally and each for himself d~ and saith, th~ they are. the said officers of the Compmfie~ afor~-q~d~ and thai the seals afftxed to thc preceding iastrumcm are the Corpora~ ~ of said Compani~, and thax the said Coqx~ate Seals and their $ignatoms as such officers were duly affix~ a~l suCh*heal to the said inslmmen~ by th~ authority and dir~tion of the s~id Corporations. IN TESTIMONY WHEREOF, I have horcunto sex my hand and affixed my Official S~l the day and y~r tlrst~ above ?rilz~. My commi~ien expires ^u~ust I. 1096 CERTIFICATE ~, the undersized A~alstant $ecrela~ of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY do hereby ce~ify Omi the original Power of Attorney of which the foregoing is a full, ~ru¢ and correct copy, is in full force and effect on the date of this certificate; and ! do further ce~fy that One Vice-Presidcoi who executed the said Power of ARomey was one of the ~dditional Vice-Pre~idm~ specially amhorized by the Bo~d of Directors to appoim any Attorney-in*Fact as provided in Artid~ VI, S~ction 2 of the r~ By. Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND ~al the COLON~ AMERICAN CASUALTY AND SURETY COMPANY. This ce~flcat¢ may ho sisz:ed by facsimile undar and by authorily of r~olulions of the Bo~d of Directors of the FIDELITY AND D~POSIT COMPANY OF MARYLAND at a me~ing duly cared and held on the 16th day of July. 1969 ~nd of the ~ of Director~ of tho COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meedng duly called and held on'~ho Sth day of December, 1991. I~OLV~D: "That the facsimile or mecha~icldly reproduced si~nalure of any Assislam ~ of the Company. who~er made heretofu~ or hereafter, whenever appearing upon a certified copy of any power of a~omey issued by the Corcq~any, shall he valid an~ bindil~S upon th~ Com- pany with ~ sam~ force and effect as though manually affixed." ,-,~x) -168-0184 ~ '~ ~t Secretly CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MOORE ROAD DRAINAGE IMPROVEMENTS DR 93..03 THE CITY OF COPPELL APRIL 1996 BIDDING AND CONTRACT DOCUMENTS BID FORM PROJECT IDENTIFICATION: Moore Road Drainage Improvements - DR 93-03 in Coppell, Tx. (NAME OF F RM) THIS BID IS SUBMITTED TO: City of Copp¢ll (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. Box 478 CoppeR, Texas 75019 CITY OF COPPELL BID NO: Q 049601 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 Connmct Doounents for the Comract Price ~ 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. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreem~t, that: (a) No: Date: Reckl' BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): s/, UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROW, MENTS DR BASE BID Item Q.~ntity Unit Description and Price in Words Price Price No. I 1354 LF 66" RCP Complete in Place 7'~ · ~.e~- P~y~ Dollars md ~ Cents 2 167 LF 6' x 4' Box Culvert Complete in Place ?/Oo 7'~e. rq Dollars and Do Cents 3 139 LF 36" N-12 Swrm Drain Pipe (Includes removal & ~-placement of about 220 LF 36"N-12 pipe and about 20 LF of 18" RCP's and headwall) Complete in Place ode' ~/~--,~o~. Dollars and /.b Cents per LF. 4 10 LF 30' RCP (with plug) Complete in Place ..~-F~d~. - ~0 Dollars UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMRNTS DR 9303 BASE BID Item Q-anfity Unit Description and Price in Words Unit Total No. Price Price 5 10 LF 18" RCP (with plug) Complete in Place __~.~' Dollars Cents per LF. 6 1 LS Channel Work for 48" RCP Complete in Place .q~ ~ ,~o~,~0 Dollars and ~o Cents per IS. ? 1 EA Connect 48' RCP to DownsU'eam Headwall Complete in Place ~¢~ ~b Donars and Ak Cents per each. 8 1 EA Connect 6' x 4' Box to Ch..tel Complete in Placeg{~t 0~e- F~J~ Dollars and b% Cen~ per each. ~,, 10O~ (o. IOO UNIT PRICE BID SCHEDUL~ MOO~ ROAD DRAINAGE IMPROVEMENTS DR 93-03 B~EB~ l lg~em Qo~otity Unit Description and Price in Words Unit Total o. Price Price 1 EA Connect 21" RCP to 48" RCP Complete in Place~/~ ~ Dollars Cents per each. l0 1 EA Remove Concrete Flume Complete in Place ~ ~ Dollars and ' t3o Cents per each. 11 1 EA Im~a]l Concrete Flume Complete in Place ~)o~ 12 1 EA Remove Storm Drain Manhole Complete in Place ~ F~o~#b Dollars and ~o Cents per each. UNIT PRICE BID SC_.~IE~DU~.~. MOORE ROAD DRAINAGE 1MPROVEMF~NTS DR 93-4}3 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 13 2 EA Install Storm Sewer Manhole Complete in Place and ~ Cents 14 2 EA Cut & Plug 18" RCP Complete in Place~.~o and ~ Cents per each. 15 3 EA Cut & Plug Sanitary Sewer C,omplete in Place ~ Dollars 16 500 LF Pavement Repair Complete in Place Cents per LF. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 17 5.6 CY 6~ Rip Rap Complete ir] Place ~ Dollars and t~Jo ' Cents p~ cY. 18 3 EA Lower Existing Water ! Jnes Complete in Pl~ce ~ ~ ~ach. 19 75 LF Collcrete Encase Existing Water Lines Complete in Place ~ Dollars I~r LF. 20 1 LS Trench Safety Complct~ in Plae~ 1)~1/~' ~ Dollars ~a ~, cern 21 1:30 LF 48~ RCP Complete in Pla¢¢~l,  ~ 01,.. Dollars Cents per each. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMlOq~ DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 22 60 LF Pavement Repair Complete in Place ~ -/"'..oo ~... Dollars and ' ~ Cents 23 11 SY Remove and Replace Sidewalk Complete in Place ~ Dollars and ~ Cents sY. 24 1 LS Hydro Mulch / Sod / l. andscaping / Irrigation  Doll~ l~r TOTAL BID ITEMS 1 THRU 24 TANGI~I,i~. PERSONAL PROPERTY COST 1-21 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 ALTERNATE BID 21. 22. 23 & 24 and Add the foilowinz: Item Quantity Unit Description and Price in Words Unit Total No. Price Price 2~ 130 LF Micro-runnel or Bore 48~ RCP beneath Moore Road (Including all materials) Complete in Place ~o~.-t4o~ TOTAL Bm ITEMS I TH~U 20 & 25 $ ~*~ c~ ~,~.~*,r~*~'°~ / TANGIBLE PERSONAL PROPERTY COST $.~_~0~ ~-- Signature:~ NOTE: ALL BIDDERS SHOULD SUBMIT A BID ON THE ALTRRNATE 1-22 BID SUMMARY TOTAL PRICE CALENDAR DAYS TOTAL BASE BID ITEMS 1 THRU 25 BIDDER agrees that all Work awarded will be completed within [~ Calendar Days. Contract time will commence to nm as provided in the Contract Documents. Commtmications concernin~ this Bid shall be addressed to the address of BIDDER indicated on the applicable sigmtur~ page. BIDDER understands that the Owner is exempt from Stat,~ Limited Sales and Use Tax on tangdble personal property to be incorporated into the project. Said taxes are not included in the Conlxact Price (see Instructions to Bidders). The terms used in this Bid which are defined in the General Conditions of the Consm~tion Contract included as part of the Contract Documents have the me~nlnEs assigned to them in the General Conditiom. The City of Coppell. reserves the fight 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 quantifies will be adjusted accordingly. SUBMITTED ON TI~ undersigned certifies that the bid prices contained in this bid have been carefully reviewed amd are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or · 11 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 b~ cale~ndar days from the date of the bid opening. (Period of accep~ will be ~ (90) calendar days unless otherwise indicated by Bidder.) STATE OF '~X~ COUNTY OF T'~-~ B~woP~ ME, the undersigned authority, a Notary Public in and for the State of ._l~.~, on this day personally appeared ~d~/.d ~. ~A'~,-.- who after being by me Name duly sworn, did depose and say: · I, ~'~/.~,t~ 5. L~' am a duly authorized office/agent for Name /,~ee~- ~r~.. ~_ ~r~,~,~ ~: ,~ an~ have been duly ~uthorized to execute ~ foregoing on behalf of the said 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 openin~ 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 consol the price of services/commodities bid on, or to influence any individual(s) to bid or not to bid thereon.~ NameandAddressofBidder: ~A/ - ~ Teleph0ne: ( ~i '7 ) '2.~Z - ~'~;~'~ by: "~ ff.~.~,~lt,d $, Tifle:~ Signature.~'~?~A'zYe'~ - ~'~'~"~ SUBSCRIBED AND SWORN to before me by the above ~nrned in and for the State of If BIDDER IS: doing business as Business address (SeaO (Individual's Name) Phone No. By (SeaO (Firm Nara~) (C~n~ral Parm~r) Phone No. By' - C _~Corpora'tion Name) -r, (State ~i Incorporation) (Name of person authorized to sign) ~ifle) (Corporate Att~t~ ~(~JBusine.s_.~ddress [ ~'r~dT~ "~l-~l PhoneNo. ~1~-~2- ~ By. (Name) (Address) (Name) (Address) (Each joint vemum m.~t sign. The msnner of signing for each individual, partnership and coxporation flu~ is a pal~er W the joint venture should be in the m~--er indicated above.) 1-25 BID PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, as principal, and Bond & Power No. B 02258 Reference No. LIND-605 LINDER-STAI]I, CONSTRUCTION CO., INC. AMERICAN RELIABLE INSURANCE COMPANY a corporation under the laws of the State of Arizona, as Surety, are held and firmly bound unto CITY OF COPPELL (herein after called the obligee) in the full and just sum of TWENTY FIVE THOUSAND AND NO/100 Dollars ($25,000.00**) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors or successors, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for MOORE ROAD DRAINAGE #DR-93-03 PROJECT gQ-0496-01 NOW, THEREFORE, if said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with Surety acceptable to the Obligee for the faithfid performance of the said contract, then this obligation shall be void; otherwise to remain in full rome and effect. Provided, however, that if said contract is nog awarded within 60 days of the date of bid opening, this bond shall be void and of no rome and effect. Signed and Sealed this 30th day of April , 1996. Surety: American Reliable Insurance Company Tom Young ~r Fred ~. Thetford, Jr. Attorney-In:Fact (Void if not used within 30 days after date of issue) AMERICAN RELIABLE INSURANCE COMPANY Administrative Office: 8655 E. Via Do Ventura $cottsdale, Arizona $525g LIMITRD POWER Off ATTORNRY B 0 2 2 5 8 NO. LIND-605 POI, IlaR OFA~ORNSY VALID IFNU~ IN~D ~ow MI Man by ~ Pr~B, ~t ~ Rol~10 ~ ~mp~y, a ~fion duly or~ed ~d oxi~ng un~r ~e laws of~o S~te of ~zong ~d hav~g i~ ad~atiw o~ ~ S~lo, M~wpa ~ty, ~ng ~ by ~ p~ ~, ~mto ~d ap~im ~ ~/ ***TOM YOUNG or FRED A. ~ETFORD*** ~ ~ of Fo~ Wo~ ~d ~ of Tex~ ~ ~e ~d la~l ~m~-~F~ wi~ ~ll ~w~ ~d an~ofity for ~d on he. if of~ Comp~ ~ surety, to execute ~d deliver and a~x ~e seal of~e Comply ~er~o, K~ seal ~ require, on bid ~n~ ~men~ ofsur~y to fi~ pa~ or other ~en obllgatinm in ~e nature ~erecf. ***BID BONDS (S,B.A. GUA~NTEE AGREEMEN~ - M~IMUM PENALTY $250~000.00'** ***OTIIER BID BONDS - MAXIMUM PENAL~ $300~000.00'** "Tills PO~ER OF A~O~E~.glt~[. ~RMIN~ ~ BE OF N0 FlimSIER EFFE~ A~ER DEC. ~ I, ~ ~" and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporal~-scal et'the Company and duly attested by the Secretary, hereby ratifying and confuming ali that the said Attorney-in-Fact may do ia the premises. Said appointment is made under and by authority of the Ibllowing resolution adopted by the Board of Directors of the American Reliable Insurance Company, at a meeting held on tho 29th day of July, 1993. In witness whereof, American Reliable Insurance Company has caused these presents to be signed by its Vice President this 12th .dayof March ,AD., 1996. and its corporate seal to be hereto affixed AMERICAN RELIABLE INSURANCE COMPANY Stephan C. Kolb, Vi~ President State of Arizona SS: County of Maricopa On this i 2th day of March , in the year 1996 to me to be the person who executed the within instrument as executed it. JANAT GARCIA No~ff'l~:~. ~tate ofAdzo~a ! couN'rv '1 . Idy Corem, Expires Feb. 13,19~,.I , before me Janat Garoia , a notary public, personally appeared Stephen C. Kolb , personally 'knoss~ Vice President on behalf of the corporation therein named and acknowledged to me that lhe corporation NOTARY PUBLI~ RESOLUTION OF TIlE BOARD OF DIRECTORS OF AMERICAN RELIABLE INSURANCE COMPANY WHEREAS, it is necessary for the effectual transaction ct'business that this Company appoint agents and attorneys with power and authority to act for it and in its name in the states and territories of the United States. RESOLVED, that the Company do and it hereby does authorize and empower the President, Executive Vice President or Vice Presidents in conjunction with its Secretly or one of its Designated Signers, under ils corporate seal, to appoint any person or persons lo act aa its true and lawful attorney-in-fact, to execute and deliver any and all contracts, guaranteeing the fidelity ofpemons holding positions of public or private trust, guanmtceing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertaking~ required or permitted to all actions or proceedings, or by law allowed; and FURTHER RESOLVED, that the signature of any officer authorized by resolutions of this Board and the Company seal may be affixed by lhcsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance 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 aa though manually affixed. I certify the above is a tree copy of a resolution adopted at the meeting ofthe Board of Directors of AMERICAN RELIABLE INSURANCE COMPANY, on July 29, 1993. SECRETARY I, tho undersigned Secxetaty of American Reliable lmurance Company hereby certify ~at tho above and furegning ia a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effecL And 1 do hereby further certify that the Certificate of this Power of Attorney is signed and sealed by lhosimile under and by the authority el'the fullowing resolution adopted by the Board of Directors o£the American Reliable Insurance Company at a meeting duly called and held on the 29th day o£July, 1993, and that said resolution h~s not been amended or repealed: "Resolved. that the signature of the Secretary of the Corporation, and the seal of the Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation" Oiven under my hand and the seal ofsaid eompany, this 3~hdayof APRIL ,19 9.____6 THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHEDTO BONO NO. B02258 SECRETARY UNII PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMEN~ ~DR 93.03 BASE RID Unit Description and Price in Words Unit Price 66" RCP Co .n~_l~te in Plac~ ~ .~---]-' Dollars and k.3o _--------- Cents per LF. Price 167 6~ x 4' Box Culvert PlacF -~,~.._~ Dollars ~ ~ Cams per LF. 239 LF 36" N-12 Storm Drain Pipe (Includes removal & replacement of about 220 LF 36"N-12 pipe and about 20 LF of 18" RCP's and headwall) in Place Dollars and Cents per LF. q ,0.0 I0 30" RCP (with plug) Complete ka Place ~.---qgollar$ and~- ~,~ Cents per LF. .oO 1-16 UNIT PRICE BID SCHRI)ULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID U it Description and Price in Words Unit Pr~e 18" RCP (with plug) --Dollars Cents Total Price Channel Work for 48" RCP Dollars Cents per LS. Connect 48" RCP to Downstream Headwall per each. Dollars ~ Cents 1 EA Connect 6' x 4' Box to Channel ~X.~~nts per each. 1-17 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR~ BASE BID Quantity 1 Unit EA Description and Price in Words Unit Price Connect 21' RCP to 48" RCP Cotnlxlete in.Place ~~--~Dollars and ~0 Cents per each. Total Price 1 Remove Concrete Flume ~Cents per each. EA InStall Concrete Flume per each. Dollars ~ Cents EA R~move Storm Drain Manhole Complete in Place per each. 000,0 1-18 UNIT PRICE BID SC~I)ULE MOORE ROAD DRAINAGE IMPR(~EME~S BASE BID Quantity 2 Unit Description and Price in Words Unit Price Price EA Install Storm Sewer Manhole Dollars ~Cents per each. 2 Cut & Plug 18" RCP C_omplete in Plac~ ~ ,~x~,~k~ Dollars and_____~ O Cents per each. Cut & Plug Sanita~ Sewer Dollars ~ ---.----_~ents per each. 500 Pavement Repair Complete in Place ~:~~Dollars aadV - ~> ~ --------Cents per LF. ,.00 1-19 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID 5.6 Unit Description and Price in Words Unit Price CY 6" Rip Rap in Place per CY. Total Price 75 EA Complete in Place ~ Dollars and Cent~ per each. Concrete Encase Existing Water Lines Complete i~. Place~. ~ Dollars and ~' ~ $.bo ~ Cents per LF. Trench Safety l Place ent8 per L& 130 48" RCP Complete in Place Dollars Cents per each. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93--03 BASE BID Unit Description and Price in Words Unit Price Total Price Pavcn~nt Repair ~.te ,in Place Dollars and ~ '100~ Cents per LF. i1 11 SY Remove and Replace Sidewalk C~ompl~ete in Place ~ ~ Dollars and v lO ~ Cents per SY. Hydro Mulch / Sod / Landscaping / Irrigation in Place '4'I,~r~....IDol lars and ~.~o ~ Cents per~ bOO 00. oo BID ITEMS 1 THRU 24 PERSONAL PROPERTY COST $ 1-21 ziaa~ ~ co~-~t vocum~n~ UNIT PRICE BID SCHEDULE MOOREROAD DRAINAGE IMPROVEMENTS DR 93-03 ALTERNATE BID 130 Unit Description and Price in Words Unit Price LF Micro-tnnnel or Bore 48" RCP beneath Moore Road (Including all materials) Dollars o .----~- Cents Total ITEMS I THRU 20 & 25 PERSONAL PROPERTY COST ALL BIDDERS SHOULD SUBMIT A BID ON THE ALTERNATE 1-22 and C~ntract Documtntt BID SUMMARY CALENDAR DAYS BASE BID ITEMS 1 THRU 25 In Words: BIDDER agrees that all Work awarded will be completed within ~"~O Calendar Days. Contract time wi~ commence to mn 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 inco~orated into the project. Said taxes are not included in the Con~ Pric~ (s~ Instructions to Bidders). The terms used in this Bid which are defined in the General Conditions of the Consmmtioa ¢ontraet imluded as part of the Contract D~ have the meanings assigned to ~ in the General Conditions. City of Coppell reserves the right to delete any portion of this project as it may deem to stay wi~ the City's available funds. Should the City elect to delete any portion, quantifies will be adjusted accordingly. The undersigned certifies that the bid prices contained in this bid have been carefully reviewed submitted as co~ect and final. Bidder further certifies and agrees to furnish any and/or upon which prices are extended at the price offered, and upon the conditions Specifications of the Invitation to Bid. The period of acceptance of this bid will calendar days from the date of the bid opening. (Period of acceptance will be (90) calendar days unless otherwise indicated by Bidder.) OF "--~x~3(~ COUNTYOF ~_ D~C~r~ BEFORE a N~ and for the State of _"~2~_, on this day ~ppeared _~_~,~__ who after being by me Name ~' sworn, did depose and say: am a duly au~ office/agent for Name of Fire on behalf of the said and have been duly authorized to execute the Na~e Firm certify that the foregoing bid has not been prepared in collusion with any other Bidder iadividual(s) engaged in the same line of business prior to the official opening of this bid. that the Bidder is not now, nor has been for the past six (6) months, directly concerru~d m any pool, agreement or combination thereof, to control the price of bid on, or to influence any individual(s) to bid or not to bid thereon." Signature: AND SWORN to before me by the above named in and for the ~S~e, 0f~ "T.0.~'~ C~"--.~ ALMA R. GUERRERO NOTARY PUBUC STATE OF TEXAS My Corem, ~)%0.6,6-91 1-24 Bhlding and C~ntrgct Docgmentt I$: (Individual's Name) (Seal) business as Phone No. address (Firm Name) (C-en~ral Pan.r) (Seal) _ (Co_rooration Name) Phone No. ~_.~_..~te of Incorporation) __ ' ' of person authorized to sign) address -'~. _~=~.~.~.~.~.~.~ P ho ne No. (Name) (Address) (Name) (Address) venture must sign. The manner of signing for each individual, partnership ami corporation that is a joint veature should be in the manner indicaied above.) Gramercy Insurance Company W'dmin tou, DE KlqOW ,a! ~ MI~ BY TH~SE Th~%~, Z & S CONSTRUCTION, INC. BOND NO. o~ Primip&~ md GRA]~,RCY INS~,AIqCE COMI'A1W%', 7616 LBJ FREEWAY. St~fl -- ~ DALLAS. TLYbaS ?S2S1 ts SuA*ry, &re held tnd c.~,. boumcl ~o,. CITY OF COPPELL ~, ~ ~ ~ Of~ ~ ~*TWENTY-FIVE THOUSAND DOLLARS & N0/100' MOORE RD. DRAINAGE IMPROVEMENTS . . -P~ . ~ ~e ~n~ ~ ~ ~ of ~d ~; ~d ~ pr~ ~-~, ~z ~ ~d (60) ~ys orate ofb~ ~. ~ ~d ~b~ vo~ ~ ofno force ~d SION'ED. sealed aad dated tiffs. ,1 ST day of MAY 1996 . CONSTRUCTION, INC. GRAMERCY INSURANCE COMPANY 7616 L.B.J FRWY, Dallas, Texas 75251 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESEN~I'S: (VOID IF THIS LINE NOT IN RED) "That Gramercy Insurance Company, a Corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Dallas, Texas, pursuant to the following resolution which is now in full force and effect: 'That each of the following officers: Chairman, President, Executive Vice President, any Vice President, Secretary, any Assistam Secretary, may from time to time appoint Attorneys-in-Fact, and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority and other writings obligatory in the nature of a bond, and any of said officers of the Board of Directors may at any time remove any such appointee and revoke th& power and authority given him,' does hereby make, constitute and appoint: STEVEN L. THOMAS or BARBARA CROCKER its tree lawful Attomey(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, exe- cute, acknowledge and deliver in its behaff, and as its act and deed, as follows: All bonds except Bail Bonds and not to exceed on any single instrument FIVE HUNDRED THOUSAND AND no/100 ($500,000.00) DOLLARS IN WITNESS WHEREOF, The Gramercy Insurance Company has caused these presents to be signed by its President and its Corporate Seal to be Affixed, this 10th day of June, 1994. STATE OF TEXAS ) County Of Dallas On this 10th day of June, 1994 before me, a Notary Public of the State of Texas came Robert J. Seery to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowledgcd thc execution of thc same, and being by mc duly sworn, deposed and said, that hc is thc officer of said Company aforesaid, and that thc seal afltxcd to thc preceding instrument is thc Corporate Seal of said Company, and thc said Corporate Seal and signature as an officcr were duly affixed and subscribed to the said instrumcnt by the authority and direction of the said Corporation, and that thc resolution of said Company, referred to in the preceding instrument, is now in forcc. IN TESTMONY WHEREOF, I have hereunto set my hand, and alT~xcd my official seal at Dallas Texas, the day and year abovc writtcn. Robert J. Seery, President ry Public, State of Texas My Commission Expires: 7/13/96 CERTIFICATE I, thc undersigned, Secretary of Gramercy Insurance Company, a Corporation of thc State of Delaware, DO HEREBY CER'I'Wlr that the foregoing and attached Power of Attorney and Certificate of authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, Wilmington, Delaware, this I~' day of /~a/..d .19~,~.~_~. Michael Griffin Hankinson, Secretary ,.To.. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1 1354 LF 66" RCP Complete in Place and ~./o Cents per LF. 2 167 LF 6' x 4' Box Culvert Complete in Place and per LF. 3 239 LF 36" N-12 Storm Drain Pipe (Includes removal & replacement of about 220 LF 36"N-12 pipe and about 20 LF of 18" RCP's and headwall) Complete in Place 70." /~ 73°.~ and ,o,, Cents per LF. 10 LF 30" RCP (with plug) C~omplete~n Place and ~o Cents per LF. 1-16 Bidding and Contract Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 5 10 LF 18" RCP (with plug) Complete in Place ~-'f~ r ' r Dollars and ,,~o Cents per LF. 6 1 LS Channel Work for 48" RCP Comple_~te in Place ~rTe,t / t.~,o ~.Oo o Dollars and ,~o Cents per IS. 7 1 EA Connect 48" RCP to Downstream Headwall Complete in Place and /on Cents per each. 8 1 EA Connect 6' x 4' Box to Channel Com~.~te in Place and p-~, Cents% ' per each. 1-17 Bidding and Contract Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price -~- 1 EA Connect 21 RCP to 48" RCP C_.9.omplete in Place /-7~e; k/~,o~,te.~o Dollars ~'oo and too Cents per each. 10 I EA Remove Concrete Flume Complete in Place tc'~ /~,~og-a'o Dollars and too Ceres per each. 11 1 EA Install Concrete Flume Complete in Place ~ ~aou s.~..~ Dollars and d, Cents ~oOo. per each. 12 1 EA Remove Storm Drain Manhole C~omplete in Place /'7~d t~t:,~ Dollars ~o." and t° o Cents g-~o per each. 1-18 Bidding and Contract Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price ~ 2 EA Install Storm Sewer Manhole tComplet~..e in Place 2~'¢$,a [~,$ao o Dollars and ~o Cents per each. 14 2 EA Cut & Plug 18" RCP C~qmplete in Place /'~' t~,-,oe~O Dollars and ~o Cents ~oa, ~ Ooo . per each. 15 3 EA Cut & Plug Sanita~ Sewer C~mplet~ jn Place ~t~f ~ Dollars and ~o Cents per each. i16 5~ LF Pavement Repair Co~lete in Place ~ ~ ~[ Dollars and ~ o Cents ~r LF. 1-19 Bidding and Contract Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID  Quantity Unit Description and Price in Words Unit Total Price Price ~7[17 5.6 CY 6" Rip Rap 118 Complete in Place ~wa' /~.oote.~ Dollars ~<--~o 7° ., and ,Oo Cents per CY. t ( 3 EA Lower Existing Water Lines Complete in Place /,a~ //.~,~ ~ ~.~,> Dollars and ~ * Cents Z/oo o. ~· OoO, per each. 19 75 LF Concrete Encase Existing Water Lines Com~plete in Place /~,o Dollars I and poe Cents per LF. 20 1 LS Trench Safety Complete in Place ~ Dollars and ,OQ Cents ~'ao 0. ~Oot, ." per LS. · 21 130 LF 48" RCP Complete in Place O, oa' {.~,,.,.oa~ SnqT Dollars and ~. Cents /4,o. per each. 1 1-20 Bidding and Contract Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 22 60 LF Pavement Repair C~glplete in Place /.-'tt~t"T Dollars and to~, Cents per LF. 23 11 SY Remove and Replace Sidewalk Complete in Place 7~r~y /.~-~ ,~ Dollars ~.~ and ~o Cents per SY. 24 1 LS Hydro Mulch / Sod / Landscaping / Irrigation Complete in Place ~.,,, /nt~t;,4,o o Dollars ~t~o. ~o. and ~ o Cen~ per ~. TOTAL BID ITEMS 1 THRU 24 $ za/~_~/ zf' Z ~-. ~' TANGIBLE PERSONAL P~OPERTY C~OST $ Z~, o~o." Signature' ~~ /~ 1-21 Bidding and Contract Documents UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 ALTERNATE BID D~elete Items 21, 22, 23 & 24 and Add the followlm,: Quantity Unit Description and Price in Words Unit Total Price Price 130 LF Micro-tunnel or Bore 48" RCP beneath Moore Road (Including all materials) Complete in Place ~ A~,,-,or~ro Dollars I and r../. Cents per LF. TOTAL BID ITEMS 1 THRU 20 & 25 $~'~ si ,,atur NOTE: ALL BIDDERS SHOULD SUBMIT A BID ON THE ALTERNATE 1-22 Bidding and Contract Documents BID SUMMARY TOTAL PRICE CALENDAR DAYS TOTAL BASE BID ITEMS 1 THRU 2~ ~ $ ff~qfi.~ q'Z~' f /Z o In Words: BIDDER agrees that all Work awarded will be completed within /LO Calendar Days. Contract time will commence to mn 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 Comract 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 1-23 Bidding ami 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 ~O 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 .~r'~_.~ COUNTY OF '"T'P-~ v~'~ BEFORE ME, the undersigned authority, a Notary Public in and for the State of'7"e.,ja~, , on this day personally appeared C.7.~ ~-~ 'D. ~t,~"/' who after being by me Name duly sworn, did depose and say: "I, ~"'/~r~. ~- AJ'~ t~tr'lt N~e of Fi~ forego~g on behalf of the said am a duly authorized office/agent for and have been duly authorized to execute the J,C, EVANS CONSTRUCTION CO., 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." Nameand Address of Bidder: J,C, EVANS CONSTRUCTION CO., INC, Telephone: (.~'~) ~I~ "~9t9 by: Title: ~Cl. ~/. "~.__.~~'~Signature.~~.~r,7'/' '~ -/ :nUBth~sC~RIeBED~.~0D SWORN t;a~ecf;re me b~-nam~ed Notary Public in and for the State of i-24 Bidding and Contract Document~ If BIDDER IS: An Individual By (Seal) doing business as (Individual's Name) Business address Phone No. A Partnership By (Seal) (Firm Name) (General Partner) Business address Phone No. Business address Phone NO. ~.~,) By (Name) (Address) (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is panner to the joint venture should be in the manner indicated above.) 1-25 Bidding and Contract Documents UNITED STATES FIDEL ARANTY COMPANY (/r~y) BID BOND BOND NUMBER ........................................................................................ KNOW ALL MEN BY THESE PNESENTS: THAT .......... J..; ....C.. ;....~. ?..a..~.?....C...°.~ ,s..,E ..~,. ,c. ~ ~ °..~.....C-°,.:.. ?......Z..~. ~..: ............................................................................................................. .................................................................................................................... of ........ .A..u.. S...~..~..q.~.... ~. e. ~..a..s. ..................................................................... ............................................................................................................................................................. as Priec[pal, end UNITED STATES FIDELITY ANt) GUARAI~rY COMPANY, a Mar/land corporation, as Surety, ere held and firmly bound unto......C..J:~.7.....°,.~.....C.°..P...P.?.l.,~, .................. ; ................... as Obligse, in the tull and just sum ~ of by pr±ncipal .................................................................................................................................................................................................................................. Dollars, lawtul money of the United States, for the payment of which sum, well and truly to be made, we hind ourselves, our heirs, executors, administrators, successors and asstgns, jointly and severally, firmly by these presents, WHlltEAS. the said Principal is herewith submitting its probosel Moore Rd. Drain Improvements - Bid Q049601 THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the pedormance of the terms and conditions of the contract, then this obligation to be voidi otherwise the Principal and Surety will pay unto the Obli.e the difference in money between the amount of the bid of the said Principal and the amount for which the Obllgee le.lly contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the.~sum hereof. // 5/2/96 // Si,ed sealed and delivered ....................... i'[~'~'t"9')' ......................... J. Co Eva~Co~str',zclz~r,-Co., [~ · D ~ UNITED STATES fiDELITY AND GUARANTY COMPANY ............ ' . .......... ......... 1266715 UNITED STATES FIDELITY AND GUARANTY COMPANY POWER OF ATTORNEY NO. 107860 KNOW ALL ~ BY THESE pR~,SENTS: Thai ~ STATES FIDELITY AND ~U.4.RAN'I~ COb~ANY. a coq2omtlon o~-i~*d and exi~n~ undor the laws of the S~e of Marylmd msd hevia6 iU pdncip~ olT~e al the City of Baltimore, in h ~ of ~ ~$ hereby ~oumim2 msd aj~point William H. Pitts, Jr., Norman P. Rolling, John W. Wagner, James O. Schnell and Rose Marie Boriskie oftheCbyof Austin .Su~of Texas ~stn~ands'wfulA~m~As~-Fa~n~h~=th~ ~apa~i*y Wmo~ then on~ is mind ib~,e, m -t~n its um~ u tomy to. nnd to ~. ~ ~ ~w~ ny ~ ~ ~ u~ ~ ~ ~ w~ immm~m iu the nam~ the~foa he, If dthe Conwany in iU ~ of [unmnts~in~ ihs §defity ofl~aon~ ~uarant~in[ the i~ffomnan~ of ~ and ~mllng or pamnt~n~ hends and uM~t~.~ luqui~d or i~nnil~l in say a~fio~ or -I~-~c~----'~ dinw~d by hw. du[y~eodbylh~$~ofitsS~sio~Vi~P,~at&~lA~i~aat~.~s 6th a.y~f August ,A.D. 1993 . O (Siped) BY'"~S~'' 'r'~/~ ~'~i'~l~ STATE OF MARYLAND) SS: BALTIMOREC1TY ) ~.XXX~X~'' , Outhb 6t:h dayof August .A.D. 19~9~ ,bdo~mepmo~d~l~ Robert J. Lamendola · S~nior V/c~ p~sid~t of the ~TI'~D STA'IF..~DI~ITY ._~?~?~J .~N~?. COMPAN~ I~ Paul D ~.'~.ms . ,Aa Secmtaf~offaidCompmny, withhetbofwhomlaml~llo~ .nsil~dl~Sed, wbohei~ll~l~_._~_~l~~,b~ Robn. rt J. . Lamendola and Paul D. ~..%i~Jlt~' ~'~/b- mmp~-M,~,nk~Vin. IMsi~..ndth. AmmatS,~mr/o: each know h sf~ of said cofpomio.; thel the~[ fffuud Io .s~.'. P. ~o~ .~= ,~..,was_suc~h~ ~ S m ~ ~ by ~ 6 ~ ~ of ~ of md ce~pora~on, md that they tiPed tier roues t~.o by t'.~'c~fu bsfor Vice ~Pteq~LdW~d Ammst Secmmy, ~pcuvdy, of th Comjmy. This Power of Anoruey is put~d under and b~y of the follow/nS Resol~ions adopted by the Board of Dit~otJ of the U'~n~.v STATES FIDELITY AND GUARANTY CO.ANY on Sept~nhet ~'4, 1992: RESOLVED, that in connects w/th the fidelity and sumy insurance business of the C..~mqmny, dl bonds, unde~-~%--= c~enatss and other inatmmeau rdadlnf to said busineH troy be si~ned, exect~d, and aclmowledled by p~Jom or *utitins appoin~l os ASomey(s)-h-fact pgmaat to · Power of AW ~- - -~'~- in acconhnce with tbe~ reso~utiouf. Said power(s) of Altomey for &ud ou hehlfofthe Company my asd shall he executed in the same sad oe bblfoftbe Compay, eithe~ by the Cbimm), oe the Presidem. or an Ex~n~ve Vice Pmidest, or a bmior Vlce Pluidost. or I Vice pmidem or n Assist~t Vice t~e~ba~ J~imly with the h¢l~tsryoruAssld,nd S~clv~aly, Ulldertheir tmlp~c~ve d~sipMions. Thesipamre of mdt oflkers mlyhe eolmv~d, Minud or~ The sipam~ofeacb of the foresoimj officers and the oeal of the Compm~ my he affxxed by facsimile m my Power of Aeomey or to my ~nificete relafiq thetmo ~n~ AIMmey(s)*in*Fact for proposes ouly of executinJ and aeestinll bonds and undef~,lrlo? and other w~tinp oblip~o~y in the uam~ thereof, nmi. unless submquenfly r~vohed and subject to any Umitationf ret foflh the~in, any such power of AIMmey o~ cesificale ~ such fo~imile siSnamn or facaimb se~d dmU be vsiid iml . bindins upon the Company and an)' mO power so executed nd certified by such facsimile sipamr~ ~nd facsimile seal shall he valid nmi bindin~ upon b Compnay with respect to any boud or uadeflakin[ m wldch it is v~lidly roached. RESOLVED. ~ Asom~y(s)-in-Fnct Ihlll heve the I~wer ~ authority, uninss m~ntJy revoked and, in aay ~,a~, subje~ to the terms and limitations of time power of Attorney issued to them. to exeof~ ud deliver ou l~heif of the Company Hd to amch the ~ of the Company to any fred sll bonds asd undeflakinp, · nd other wdtiuSs obliptoey in the n~lmu ther~o£ and I~y such insm~mem executed by tach Attomey(s)=in-Fact she{I he ~1 bi.dina upou the Company u i~ ~ by 1. Paul D. Sims ,a~AssiffmtSe~reUryoffoeU~iiI:J2STATESF[DELITYANDO~JARAN'I~COM~ANY, do hereby ~ertify rhea the fo~esoin8 is · m~ exc.=~ from the l~solutinn of the said Company af MoWed by its Boast of Dim~on on SeWemher 24, 1992 and thaf this Rffoluti~ is in full force and dfe~ I, the und~rs/pm/Assismot S~mAfy of the UNITED STATES FIDF//TY AND GUARANTY COMPANY do hereby ceaify that the for~pu~ Power of ASomey is in fuji fof~e ami effec* Mid hes uot be~n t~voked. in Testimony Whe~f, ! have her*unto set my hand and the seal of t~I'T~STATES F1DELITY AND GUARANTY COMPANY on th/s oD.*qA, day BIDDING AND CONTRACT DOCUMENTS BID FORM PROJECT IDENTIFI(~q'ION: Moore Road Drainage Improvements - ]~[ 93-03 in Coppell, Tx. BIDOF ~d2-'D~ ~lc/~L~, 1,~v~ DATE M~/ ~,,4 /~ (NAME OF FIRM) / THIS BID IS SUBMIttED TO: City of Coppell (hereinafter callec~Gl~NER) c/o Purchasing Agent 255 Parkway Boulevard P.O. Box 478 Coppell, Texas 75019 CITY OF COPPELL liD NO: Q 0496-01 The undersigned i~IDDER proposes and agrees, if this Bid is a~pted, to enter into an agreement witb~OWNER in the form included in the Contract D~aments to perform and furnish all Work as specified or indicated in the Contract Docaaments for the Contract Price and withi~ll~e Contract Time indicated in this Bid and in a~ordance with the other terms and condili~ns of the Contract Documents. BIDDER accep~all of the terms and conditions of the Advertisen~nt or Notice to Bidders and Instructiona. ~ Bidders. This Bid will remain subject to ac~ptance for ninety (90) days after the da~ of Bid opening. BIDDER will sign and suh~t the Agreement with other document~.~equired by the Bidding Requirements within f',~a,,en (15) days after the date of OWNER's Notice of Award. 3. In submitting thi~Bid, BIDDER represents, as more fully set fottla~ the Agreement, that: (a) BIDDERikas examined copies of all the Bidding Documeals and of the following Addenda ~eeeipt of all which is hereby acknowledged): 1-13 ~4ding ~nd C~ntmct D~CWF.~ Co) (c) (d) (e) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 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 co~ntained 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 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, repons 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 Comract 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. (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. 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 roles of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, from 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. BIDDER will complete the Work for the following price(s): BIDDING AND CONTRACT DOCUMENTS BID FORM PROYECT IDENTIFICATION: Moore Road Drainage Improvements - DR 93-03 in Coppell, Tx. (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: 1. o Q 0496-01 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: Date: ~/~/~ Rec'd: BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 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 thc 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 ob~inlng 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 other~Sz.e 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 Ce~..~ Price, within the Contract Time and in accordance with the other terms ~ ~nditions of the Contract Documents; and no additional examinations, inve~c-_.s, explorations, tests reports or similar information or data are or will be r~:~-~ by BIDDER for such purposes. BIDD~--q. ~s reviewed and checked all information and data shown or indicated on t.~ C_,..~ct Documents with respect to existing Underground Facilities at or confi__~?_~ ~ t_he site and assumes responsibility for the accurate location of said Und~z_-_.,--d Facilities. No additional examinations, investigations, explorations, tests. --':~>-~-~-- or similar information or data in respect of said Underground Facii~-~ ~.. or will be required by BIDDER in order to perform and furnish the Work ,- :~ Contract Price, within the Contract Time and in accordance with the other. ~ md 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. (g) (i) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. This bid is genuine and not made in the interest of or on behalf of any undisclosed person, fLrm 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, t'Lrm 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. 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. 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. BIDDER will complete the Work for the following price(s): UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Unit Description and Price in Words Price 354 LF RCP and per LF. in Place r Dollars ~- Cents 167 239 10 LF x 4' Box Culvert Complete in Place ~ Dollars and -~ Cents per LF. LF N-12 Storm Drain Pipe (Includes removal & replacement of about 220 LF 36"N-12 pipe and about 20 LF of 18" RCP's and headwall) Complete in per LF. Dollars Cents RCP (with plug) Complete in Place ,f~2'¥'t/ Dollars and ~ Cents per LF. ?f. 7 Quantity 10 Unit EA EA Description and Price in Words Unit Price 18" RCP (with plug) Complete in Place Dona s Cents Channel Work for 48" RCP Complete in Place per LS. Cents 48" RCP to Downstream Headwall Complete in Place and_..____~~ ~Cents per each. Connect 6' x 4' Box to Channel in Place Dollars Cents and~ - per each. 7 Z ao ' ao Price 1-17 B~d~g ,gad ~)~d D~~d~ UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total Price Price No 9 1 EA Connect 21" RCP to 48" RCP Complete in Place and t*~w- Cents per ~ach. 10 1, EA Remove Concrete Flume Complete in Place and ~ Cents per each. 11 1 EA Install Concrete Flume Complete in Place and ~ Cents per each. 1 EA Remove Storm Drain Manhole Complete in Place ~ ~ / Cents · per each. ,/ 1-15 Biddisg asd Co~trad Do~t~ 13 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Quantity unit Description and Price in Words Unit Total Price Price 2 EA Install Storm Sewer Manhole Co~mplete ila Place and ~ Cents per each. 2 EA Cut & Plug 18" RCP Compl,et~ in Place and ~ Cents per each. 3 EA Cut & Plug Sanitary Sewer Complete in Place ~ffg,ge~ Dollars and -fist- Cents /ZSff, eT) ~0 per each. 500 LF Pavement Repair Complete in Place and ~ Cents per LF. UNIT PRICE BID SCI-IE~DULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Quantity unit Description and Price in Words Unit Total Price Price 5.6 CY 6" Rip Rap CompleSe in Place per CY. 3 EA Lower Existing Water Lines ComplL_te in Place aha -~- Cents per each. 19 75 LF Concrete Encase Existing Water Lines ConiElete in Place and ~- Cents Der LF. 20 1 DS Trench Safety Com. plete~in Place and Cents per DS. 21 130 LF 48" RCP Complete in Place per each. 1-20 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Quantity Unit Description and Price in Words Unit Total Price Price 60 LF Pavement Repair Compjete _in. Place ,~'~,~'~ Dollars fO' v'O '~ g O, e.~ and ~ Cents per LF. 11' SY Remove and Replace Sidewalk Cgwplete in~pla~ Dollars ZS. and ' ..~:~--- Cents per SY. 1 LS Hydro Mulch / Sod / Landscaping / Irrigation C~mple~t~ in Place - ~/D/~ Dollars ~e3V,e:D ~gRO ,c~D and ~ Cents per LS. TOTAL BID ITEMS 1 THRU 24 $ '~'~ ~ e.r(.) e//~ TANGIBLE PERSONAL PROPERTY COST 1-21 UNIT PRICE BID SCI-W. DULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 ALTERNATE BID Delge Items 21.22. 23 & 24 and Add the followino: Item No. 25 Quantity 130 Unit LF Description and Price in Words Micro-tunnel or Bore 48" RCP beneath Moore Road (Including all materials) ~_C, qmplete in Place : ~/~ ~.7'~/)ffDollars and ~ Cents per LF. Unit Price Total Price TOTAL BID ITEMS 1 THRU 20 & 25 $ TANGIBLE PERSONAL PROPERTY COST $ NOTE: ALL BIDDERS SHOULD SUBMIT A BID ON THE ALTERNATE 1-22 BID SUMMARY TOTAL BASE BID ITEMS 1 THRU 2~'~ CALE 6. . BIDDER agrees that all Work awarded will be completed within ~/9 Calendar Days. Contract time will commence to run as provided in the Contract Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). 9. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. 1-23 Biddh~g a~d Col~tO*~t ~o c~m~t~ 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 7~Y-~4' ME, the undersigne~ personally appeared country oF a Notary Public in ax)d for the State of ~c~t~2~ o~,6~ who after berg by me [ Name BEFORE , on this day duly sworn, did depose and say: .x, Name of Firm I foregoing on behalf of the said 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 indirectl concerned in any pool, agreement or combination thereof, to control the price ~3~k'.'.'-'.'.'~.'.'i-.'-.'q- services/co~a~odities bid on, or to influence ~y, ind, ividu~l(s) to bid or~,.Bnot to bid thereon.' ."~ .' .' .' .' ?" .' NameandAddressofB~dder: I ( ~ ~L ~ t~,~ ...... ........ :::::::::::::::::::::: If BIDDER IS: By doing business as Name) Business address Phone No. (Seal) A Psrtnershio By (Firm Name) Business address (General Partner) (Seal) No. A Cornoration By (Corporation Name) Phone No. ~'~ '-~--7~"~ ~-~'~ (.,%/ A Joint Venture By (Name) ~ (Address) By (Name) '~ddress) (Each joint venture must sign. The manner of signing fo~,~ach individual, parmership and corporation that is a panner to the joint venture should be in the manner indicated~o~.) 1-25 ~t,t ~ co~,~t z~m~ THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, thatwe B¢I Utility Conetruction, Inc. as Principal, hereinafter called the Principal, and Mid-Continent Casualty Company a corporation duly organized under the laws of the Oklahoma as Surety, hereinafter called the Surety, are held and firmly bound unto City of: Coppell as Obligee, hereinafter called the Obligee, in the sum of 5% of the greatest amount bid not to exceed Dollars ($40,000.00 ), 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 Bid Q0496-01 Moore Road Drain Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Oblisee 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 su~cient 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 Oblisee may in good faith contract with another party to perform the Work covered by said bid, then this ob[isation shall be null and void, otherwise to remain in full force and effect. Signed~~~ day of May 19 96 / ' //~'./7/~'L//~'~.,.~ BCI Utility Construction, Inc, ~ ~ck ~Crowfey ~it~e) ~torney- -~ct AIA DOCUMENT A31O * BID BOND · AIA ~ · FEBRUARY 1970 ED · THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 2~ MID-CONTINENT CASUALTY COMPANY ~ Oklahoma ~uumfu all ~l{m ~ tt}~ gt~,mts: That the M~ON~ENT CASU~ COMPS, a co.ration of ~e Sm~ of O~om, ~vMg i~ pfincip~ o~ce in &e ci~ of ~, O~o~, pur~t ~ ~e fu~owing ~-~w, which w~ ~ ~ ~e St~olde~ of &e s~d Comfy on March 13~, 1~7, ~wit: "ARicle ~, S~on 7. -- ~e Ex~u~ve O~ of ~e Comfy ~1 ~ve ~wer ~d an~ofi~ to ~int, for ~e ~ oMy of ex~uting a~ a~fing ~nds ~ unde~gs ~ o~er writings obHgaW~ in ~ ~m~ ~e~f, o~ mo~ R~i~nt ~ ~sident, ~i~nt Assis~t S~ ~ ARom~s-~-Fa~ ~ at ~y ~e to ~move ~y such Resident Vice ~i~nt, ~sident ~sh~t ~, or ARo~y*in-Fa~ ~d ~voke ~e ~wer ~ au~ofi~ given h}m~o~ of ~h a~i~s.~ ~ D~f~Com~v." ~eCom~yd~nsfimte~dap~int Jack H. bCowley, lnalv]~ual ly orhrll~t~n. Tx its true and lawful at~mey(s)-in-fact, to execute, seal and deliver for and on its behalf as Surety, and as its act and deed, Any and all bonds and undertakings of Suretyship And the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said MID-CONTINENT CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and ecknowledgnd by its regularly elected officers at its principal office in Tulsa, Oklahoma. IN WITNESS WHEREOF, presents this 9th THE MID-CONTINENT CASUALTY COMPANY has executed and attested these day of February ,19 96 Al-firST: ' Sar~ Andersor~ - -- ASSI~ANTSECRETARY Frank M. Pinkerton VICE PRESIDENT this 2nd day of lqay ,19 96 Sara Anderson Assistant Secretary On this 9th dayof February ,1996 before ma, a Notary Public ofthe State of Oklahoma in and for the County of Tulse, cemO~ind~vidual to me personally kno_vm to-be4i~ officer described in, and who executed the preceding immanent, ' and he acknowledged the exe~ltlon Of the same, and being byme duly sworn,~,'d that be is the therein described and authorized officer of the MID-CONTINENT CASUALTY COMPANY aforesaid, and that the seal affixed to the preceding imtmment is the corporate of said Company, and the said corporate seal and his signature as such officer were duly 4ffixed to the said instrument by the authority and direction of the smd Com~.~t Article IV, Section 7, of the By-Laws of said Company, referred to m the preced(ng instrument, is now m force. · I I~.. ~Mt~]~lc'~'W~'li~E O F, I have hereunto set my hand and affixed mylofficial seal at the Cit3bo~ Tulsa/the day and year first above ~ GC;~;:',' / MeJar~/Kay AcYams /1 Notary Public I, Sara Anderson Assistant Secretary or MiD-CqlCrINENT CASUA~TY COMPANY do her~y certify that the forego- ing extracts ~fthe By-Laws and of a Resolution of the Board of D/rectors of this corporation, and of. Power/,~ Attorney issued pursuant thereto, are tree and correct, and that both the By-Laws, the Resolution and the Powerlbf Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation 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 ~'~9 calendar days from the date of the bid opening. (Period of acceptance will be ninety (90) calendar days unless otherwise indicated by Bidder.) BraO ME, the undersigned ~uthority, a Notary Public in and for the State of ~x,~, ¢ , on this day personally appeared dJf)q4/as ~' ~a/,~er~on who after being by me~ Name duly sworn, did depose and say: ~, ' o/' Name Name of Firm foregoing on behalf of the said am a duly authorized office/agent for and have been duly authorized to execute the N~ne of Firm I hereby certify that the foregoing bid has not been p~pared 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. ~ UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total Price Price No 1 1354 LF 66" RCP Complete in Place and ' ,~'~ ~'A/ Cents per LF. ~ 167 LF 6' x 4' Box Culvert Complete in P, lace per LF. 3 239 LF ~6~ N-12 Storm Drain Pipe (Includes removal & replacement of about 220 LF 36"N-~2 pipe and abou! 20 LF of 18" RCP's ~nd h~adwall) Complete in Place and / -/-r$t per LF. 4 10 LF 30" RCP (with plug) Complete in Place and ' ! IZ, 9 Cents per LF. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price 5 10 LF 18" RCP (with plug) Complete in Place 7cJTi f./x/- K'i a ~. Dollars and J~ Cents per LF. 6 1 LS Channel Work for 48" RCP Complele in Pla~ and Z'a Cents per IS. ? 1 EA Connect 48' RCP to Downstream Headwall Complete in place __ ',nd ' Z/,) cern o?:Ooo. Oo ~ga'ooo,O0 per each. $ 1 EA Connect 6' x 4' Box to Channel Complete in Place and ~]-~ Cents per each. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID I~m and Price in Words Unit Total Quantity Unit Description No. Price Price 9 1 EA Connect 21" RCP to 48" RCP Complete in Place and lID Cents per each. 10 ! EA Remove Concrete Flume Complete in Place and ~,/b Ce~ ~g'O. O0 per each. 1 ! 1 EA Immll Concrete Flume Comnlete in place -- and ih~ Cents per each. 12 1 EA Remove Storm Drain Manhole Complete in Pla, ce ~ Dollars and ' I]19 Cents I per each. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Item Quantity Unit Description and Price in Words Unit Total Price Price 13 2 EA Install Storm Sewer Manhole Complete in Place l,,.~,~. -4, · 14 2 EA Cut & Plug 18" RCP Co.mplete in Place and )f_~ / Cents per each. 15 3 EA Cut & Plug Sanitary Sewer Comolete i~ Place per each. 16 500 LF Pavement Repair Complete in Place 4/~/~¥ Dollars ~ "~1~ cents ~. per LF. 1 - 19 ~z a~ cont,~ oo~,a~ UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS BASE BID DR 93-03 Item Quantity Unit Description and Price in Words Unit Total No. Price Price 17 5.6 CY 6" Rip Rap Complete in Place · ~ Dollars . Cents per CY. ff~'~O. O0 ~0~0-/70 18 3 EA Lower Existing Water Lines Complete in Place ~ /~' 19 75 LF Concrete Encase Existing Water Lines Complete in Place ~lj{/r~/ Dollars and J/0 Cern _3~.~O ~2 S~O. Oc-) per LF. 20 1 LS Trench Safety omplete in Placq ~ ~9 ~o,.~../ Dollars and- ' ~/t) Cents ~/900. do ~OdO. OD per IS. 21 130 LF 48" RCP Cgmplete in P. la, ce ~Dollars per each. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS BASE BID DR 93-03 ~m Quantity , Unit Description and Price in Words Unit Total Io. Price Price 2 60 LF Pavement Repair ~ Dollars and 1/~ Cents per Ur.' - fO~q. O0 ,/~o0o O~ 3 11 SY Remove and Replace Sidewalk Complete in Place /,~/f~--~r7 cr~ Dollars and ~ ~tD Cents per SY. !4 1 LS Hydro Mulch / Sod / Landscaping / Irrigation/ Comvlete hlPlac~ , and ,th9 Cents per LS. TOTAL BID ITEMS 1 THRU 24 $ ~"~0~/~- q--~ ~ TANGH~LE PERSONAL PROPERTY COST $ ~.~,/,/~. Y? UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 ALTERNATE BID ~Delete I~.ems 21.22. 23 & 24 and Add the following: Item Quantity Unit Description and Price in WordsUnit Total No. . Price l:~"ice 25 130 LF Micro-tunnel or Bore 48" RCP beneath Moore Road (Including all materials) mplete in Place Dollars ~7//t~. t~O ,~To~'~ Cents per IF. TOTAL BID ITEMS 1 THRU 20 & 25 TANGIBLE PERSONAL PROPERTY COST NOTE: ALL BIDDERS SHOULD SUBMIT A BID ON THE ALTIgRNAT~ BID SUMMARY TOTAL PRICE CALENDAR DAYS TOTAL BASE BID ITEMS 1 In Words' ..... b/ '. , ,. BIDDER agrees that all Work awarded will be completed within /o~0 Calendar Days. Contract time will commence to nm as pwvided in the Contract Documents. Communications concerning ~ Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. BIDDER onderstands 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). Thc terms used in this Bid which are defined in the General Conditions of the Construction Contract included as pan of the Contract Documents have the meanin~ assigned to them in the General Conditiom. The City of Coppell reserves the right to delete any portion of this pwject as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantifies will be adjusted accordingly. SUBMITTED ON 2~{/ 1-23 ~ ~ a,nma ~ If BIDDER IS: An Individual (Seal) (Individual's Name) doing business as Business address Phone No. A Partnershio ~. .(Seal) (FLrm Name) (General Partner) Business address Phone No. A Corm}ration ,/C'~--ff~ ~ (Corporation Name) (State of Incorporation) (Title) (Corporate (Secretary) Business address ./~/? fit/./-/toi/_~,~3 (Name of person authorized to sign) By. (Name) (Address) (Name) (Address) joint venture must sign. The m*nner of si~ning for each individual, parmership and corporation that is a parmer tO the joint venture should be in the manner indicated above.) 1-25 ~a~ ~t c~nma ~ BID BOND Know all men by these presents: ~Ii~mt PATCO UTILITIES~ INC., 1617 W. Hwy. 303~ Grand Prairie~ TX 75051 (hereinafter called the Principal) as Principal, and the MERCHANTS BONDING COMPANY (Mutual) a corporation of the State of Iowa, with its Home Office in thc City of Del~ Moines, Iown, (hereinafter called Surety), as Surety, are hold and firmly bound to CITY OF COPPELL, Coppell t TX (hereinafter called the Obligee) in the full and just sum of ($. .) FIVE PER CENT (5%) OF GREATEST AMOUNT *********************************** Dollars good and lawful money of the Urdted States of America, to the payments of which sum of money well and truly to be made, the said Principal and Surety hind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this. 2ND day of MAY 19 96 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for MOORE ROAD DI~AINAGE IMPROVEMENTS~ COPPELL~ TX 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 0bligec in accordance with the terms of said proposal or bid and award, and shall giue bond for the faithful performance thereof with the MERCHANTS BONDING COMPANY (Mutual) and Surety, or with other Surety or Sureties approved by the Obi(gee; 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 TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. PATCO ~'TILITIES~ INC. Principa/~.~_~ MERC~BONDIN. O C~l~ P A. N~Y ~M ut u. ~1.) Merchants Bonding Company (MUTUAL) POWER Of ATTORNEY Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint John A. N~ller, Shell ~. K~utts or oohn ~. ~l[ller II of ~'o~'t. ~Jo~'t_h and State of '[~.xa.s its true and lawful Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign. execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thareof, subject to the limitation that any such instrument shall not exceed the amount of: T~70 MIl,LION ($2,O00,000.00) Dolla~rs and to bind the MERCHANTS BONDING COMPANY (MUTUAL) the~oby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANT'S BONDING COMPANY (MUTUAL), and all such acts of said Attorney-in. Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By-Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on October 3, 1992. ARTICLE II, SECTION 8. - The Chairman of the Board or President or any Visa President or Secretary shall have power and author- ity to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and affach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9. - The signature of any authorized o~ficer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same fome and effect as though manually fixed. n Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to he signed by its V.~c~-P r esident and its corporate sea~ to be hereto affixed, this 19~c_h day of SeD~ce~r , 9 ~:3 STATE OF IOWA COUNTY OF POLK SS¸ .. ..~,, · -. 1933 .-m, · · ~.~.. ..... .-:.~'~ , MERCHANTS BONDING COMPANY (MUTUAL) By On this ].9~1 dayof Se~~m~er ,1995 , hefora me appeared Larry Tayidr, to me personally knOWTt, who being by me duly sworn did say that he is rico-President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in bshelf of said Corporation by authority of its Board of Directors. th Testimony Whereof, i have hereunto set my hand and affixed my Official Seal at the City of Des Moines, towa, the day and year first above written. : IOWA ~ 12 31 97 .~ o . .~: 1Qqq My Commission Expires 2-19-98 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a compiaint: You may call the company's toll-free telephone number for Information or to make a cornlflalnt at 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, TX 78714-9104 FAX # (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about s claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POUCY: This notice is for Information only and does not become a part or oonditlon of the attached document. Para ob*.ener Informaolon o para someter una queJa: Usted puede Ilamar al numem de talefono gratis de la companla para Informaolon o para somater una quela al Puede comunlcares con el Departamento de Seguros de Texas para obtener Informaclon acerca de companies, coberluras, derechos o quejas al 1-800-252-3439 Puede escriblr al Deparlamento de Segures de Texas P.O. Box 149104 Austin, TX 787149104 FAX · (512) 475-1771 DISPUTAS SOBRE PRIMAS O RECLAMOS: SI tlane una dlsputa concemlante a su prima o a un reclamo, debe comunlcarse con al agente o la companla pdmero. SI no es resualve la dlsputa, puede entonces comunlcares con el Departamanto de 8eguroe de Tm(es. UNA ESTE AVlSO A SU POMZA: Este avlao es solo para propoelto de Informaclon y no es convlerte en parle o condlclon del documento adjunto. Prescrlbed by the State Bcord of lnsuranoe Ordenado pot al conesjo Estatal de Dlreotures de Effective May 1, 1992 Seguros, Effeotlvo el 1 de Mayo lg92 BIDDING AND CONTRACT DOCUMENTS BID FORM PROJECT IDENTIFICATION: Moore Road Drainage Improvements - DR 93-03 in Coppell, Tx. (NAME OF FIR/VI) 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 crrY OF COPPELL BID NO: Q 0496-01 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. 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: I ?-.' (b) (c) (d) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 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 repons, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the inunediately 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. 1 - 14 Ridding and C~ntract Docutn,ntt BIDDER has correlated the remits of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the 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. 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, finn 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. BIDDER will complete the Work for the following price(s): 1-15 UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS BASE BID DR 93-03 I[ Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1354 LF 66" RCP Complete in Place · ~,,~-,~ ~ Dollars and ' No Cents per LF. It,,cl. oo Z.7_ 8 ~ 167 LF 6' x 4' Box Culvert Cc, Omp~ ~' e Dollars and ~o Cents per LF. lieS. oo ZT. 555. OC 239 LF 36" N-12 Storm Drain Pipe (Includes removal & replacement of about 220 LF 36"N-12 pipe and about 20 LF of 18" RCP's and headwall) Complete in Place ~ ty.~-tl ~ Dollars : per and LF.' kJ.o Cents ~A.oo tS', ~clb.oc Complete in Place 1~ i~l~ ~o Dollars and ~ /"~V Cents per LF. 9z. oo q'zo. OC UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS BASE BID DR 93-03 I1 Item Quantity Unit Description and Price in Words Unit Total No. Price Price $ 10 LF 18" RCP (with plug) Complete. in Place · ~SeMe.~-~ ~ i,/. Dollars and I ~ Cents per LF. '7¢, .oo 7t,,o.oo 1 LS Channel Work for 48" RCP '~ Co.mplete in Place j ~-~,-~cx:~ andJ ~'-~o ~ Cent~ per LS. ! .~. 1 EA Connect 48" RCP to Downstream Headwall . ~booo Comniete in Place~ and ~o '~ Cents per each. ~18 I EA Connect 6' x 4' Box to Channel Complete in Place "~ ,.~.~ · ~t~'~Doilars and ~o Cents per each. UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID Io.m Quantity Unit Description and Price in Words Unit Total Price Price 1 EA Connect 21" RCP to 48" RCP Completl~ in Place ~1~- ~-(~ ~--e,~ Dollars and ~o Cents per each. (oeo .oo (~0.~o 10 1 EA Remove Concrete Flume Complete in Place To~-~ ~,~o~, ~ ~LcL Dollars and b,l,o Cents per each. ~00. O0 .~0o.~0 I 11 1 EA Install Concrete Flume Complete in Place ~ ~4~,~Dollars and /4,0 Cents per each. 4~o. oo 40V.Oo : 12 1 EA Remove Storm Drain Manhole i Co, mplete [r~ Place . ~..,~, ~J~,~ ~-~lw~Dollars and I~ Cents per each. 1 oo.o9 I oo:oo 1-18 Bidding awl ~Ol~/~d ~oe~ UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS BASE BID DR 93-03 J Item Quantity Unit Description and Price in Words Unit Total No. Price Price 13 2 EA Install Storm Sewer Manhole Complete in Place ~1,/.. T'l~u.~o c[Dollars and ~ Cents per each. 't4 2 EA Cut & Plug 18" RCP Complete.ip Place. Okl.¢ ~u.~.~.ve.~Dollars and ~J~o Cents per each. {D~.OO ZvO,OO Comple. te in Place t~14e. ~,.z~¢~& Dollars and ~o Cents per each. JOe.~o 30o.0o :; 500 LF Pavement Repair 6 Complete in Place ~f~.~ ~'Ne Dollars I~ Cents per LF. z[-5.00 2.Z~ 5't9~.oo and Co~raet Documtnu UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 BASE BID i Item Quantity Unit Description and Price in Words Unit Total . Price Price $.6 CY 6" Rip Rap Complet~ in Place ~W~ ~¢*& Dollars and ~o Cents per CY. 18 3 EA Lower Existing Water Lines ~~e Dollars and ~ko Cents per each. Z~oo. oo -75'00.00 :19 75 LF Concrete Encase Existing , Water Lines  Complete in Place i T~.ea~ -[~'s,t e. Dollars and --I~o Cents per LF. 25. OO I ~7~. OO 20 1 LS Trench Safety Comolete in Place -r t° ~t-'~ ~ o~: ~a.~.~' Dollars and Cents per LS. Z~'oo.oo 2Soo.oo 21 130 LF 48" RCP Comolete i~ Place O~le. '~N~.~a> Dollars and Nko Cents per each. I t, 0.oo ,,~o, goo.o~ 1-20 Bidding and Contract UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS BASE BID DR 93-03 iS 11 SY Remove and Replace Sidewalk Co__~mplete in Place ~ t C~ ~ Dollars a~ ~ o Cen~ ~ ~rSY. 50, eO 550. eo ~ Dollars and ~Cents TOTAL BID ITEMS I THRU 24 TANGIBLE PERSONAL PROPERTY COST Signature:~ ~ UNIT PRICE BID SCHEDULE MOORE ROAD DRAINAGE IMPROVEMENTS DR 93-03 ALTERNATE BID Delete Tt~m~ 21.22. 23 & 24 and Add the following: lltem Quantity Unit Description and Price in Words Unit Total iNo. Price Price 'i25 130 LF Micro-tunnel or Bore 48" RCP benenth Moore Road (Including all materials) ~¢~e~-~ ~ Dollars and ' ~o Cents per LF. d~.-7~', eo ~1,7~0.06 TOTAL BID ITEMS 1 THRU 20 & 25 TANGIBLE PERSONAL PROPERTY COST $ $lgnature.'~~ ~ NOTE: ALL BIDDERS SHOULD SUBMIT A BID ON THE ALTERNATE Bm SUMMARY TOTAL PRICE CALENDAR DAYS TOTAL BASE BID ITEMS 1 THRU 25 In Words: BIDDER agrees that all Work awarded will be completed within 1'2-(~ Calendar Days. Contract time will commence to mn 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 1-23 B/dd~g and Con~ract Decm~e~ 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 q-'~¥t~-~ COUNTY OF ME, the undersigned authority, a Notary Public in and for the State of personally appeared iv, ttc~ ~R_'T who after being by me Name duly sworn, did depose and say: Name Name of Finn foregoing on behalf of the said am a duly authorized office/agent for BEFORE ,, on this day and have been duly authorized to execute the 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 individnal(s) to bid or not to bid thereon." NameandAddressofBidder: ~x~ At-e, V-.T, ~c. ~,0. ~Og ~llOq-ql Telephone: ('/ii-{) ~'T-/- ~o0~ by: ~'~//~-~- /~c.fJe.~ SUBSCRIBED AND SWORN to before me by the above named /~Itc~ ~:~-F' on this the ox, a_r~ day of b,& ~, ¥ 19 q ~. Notary Public in and for the State of T~'t.o, 5 1-24 Bidding and Contract Documents If BIDDER IS: An Individual (Seal) (Individual's Name) doing business as Business address Phone No. A Partnership By (Seal) (Finn Name) (General Partner) Business address Phone No. (Corporation Name) -'U'~c m ~ By (State of Incorporation) (Ngil3e of person authorized to sign) (Corporate Seal) AUest Business address (Title) By (Name) (Address) (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, pannership and corporation that is a parmer to the joint venture should be in the manner indicated above.) 1-25 z~4~.g ~1 Contract AMWEST SURETY INSURANCE COMPANY WOODLAND HILLS, CALIFORNIA BOND NO. 0000577989 PREMIUM [ncluded tn btd bond service fee BID DATE 05/02/96 PUBLIC WORKS BID BOND Know all men by these presents: That we, Ntke A1 bert t ! nc. (hereinafter called Principal), as Principal, and AMI~EST SURE'I'Y INSURANCE COMPANY, a corporation (hereinafter called Surety), organized and existing under the laws of the State of California and authorized to transact a general surety business in the State of Texas , as Surety, are held and firmly bound unto City of Coppell (hereinafter called Obligee) in the penal sum of Five percent ( 5% ) of the bid amount, but in no event to exceed Twenty Etoht Thousand One Hundred Twenty Five and no/lO0 ........ Dollars ($ ...... 28,1~5_n_n ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that, whereas the Principal has submitted or is about to submit a proposal to the Obligee on e contract for NOW, THEREFORE, if the contract is awarded to the Principal and the surety has been provided with sufficient prool by Obligee of acceptable financing for the project, and the Principal has, within such time as may be specified, (but in no event later than 60 days after such award.), entered into the contract in writing, and provided a bond with surety acceptable to the Obligee for the faithful performance of the contract; or if the Principal shall fail to do so, pay to the Obligee the difference not to exceed the penalty hereol between the amount specified in the bid and such larger amount for which the Obligee may in good faith contract w~th another pa~y to perform the work covered by the bid, then this obligation shall be void; otherwise to remain in full force and eUect. SIGNED, SEALED AND DATED THIS DAY OF , . May 2, 1996 Nike Albert, Inc. AMWEST SURETY INSURANCE COMPANY 3-14-97 0000577989 READ CAREFULt Y This documeut is printed on white paper containing the artificial watermarked Iogn (~) of Amwest Surety Insurance Company (the "Company") on the frout ~md brown security paper on the back. Only unnltmed originals of the POA are valid. This I~OA may not be used in conjunction with any other POA. No representations or wananties regarding this POA may be mede by any person. This POA is gnvemed by the laws of the State of California and is ooly valid until the expiration date. Thc Company shall not be liable on any limited POA which is fraudulently produced, forged or otherwise distributed without the permission of thc Company. Any party concerned about the validity of this POA or an accompanying Company bond should call your local Amwest branch off, ce at KNOW ALL BY THESE PRESENT, that Amwest Surety Insurance Company, a Nebraska corporation (the "Company"), does hereby make, constitute and appoint: SUZANNE C. BALDWIN MICHAEL K HILL WILLIAM D. BALDWIN CINDY FOWLER W. T. RAGSDALE DON EDWIN SMITH RAY WATSON AS EMPLOYEES OF BALDWIN INS AND BONDING AGENCY its ~'ue and lawful ^t~omay-in-fact~ with limited power and authority thereto ifa sea] is required on bonds, undertakings, recognizances, reinsurance the nature thereof as follow: Llczme & Permit Bomb up to Mlseellm~ous Bonds up to $****'2~,000.00 Small Bmine~ Admlnlm~on Gum~ntml Bonds up to $***'2S0,000.00 Bid Bond~ up lo Contrac~ (Performance & Payment), Co~, Subdivision $~ '2,~00~000.00 and to bind the company thereby. This appointment is made u~ter and t I, the undersigned secretet7 ofAmwest Sur~ force and effect and has not been revoked and furthermore, that the ~ provisions oftbe By-Laws of the Company, are ~ ~emains in full · on this Power of Attorney, and that the relevant Bond No. ~ authorit~ of the Compan~ (i) when signed b~ (ii) when signed by the Presideot or an, (iii) when duly by the power of attome RESOLVFA~ FURTHER, that the s Karen G. Cohen, Secretmy the Board of Directms of Amwast Surety Insurance ~ifa seal be required) by any Secretmy or AMismnt Secretmy; or when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to b~ signed by its proper officers, and ils corporate seal to be hereunto O.~ R IN~ORTANT NOTICE TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin. TX 78714-9104 FAX No. (512} 475-1771 PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim, you should contact tJ~e company first. If the dispute is no'( 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