Loading...
HomeMy WebLinkAbout1985-0650923L r AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improve- ments in accordance with the procedures of state law and City ordinanes, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, and WHEREAS, Section 2 36 (f) of that the City Council approve $3,000, and the Code of Ordinances requires all expenditures of more than WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions", "Bid Proposals' or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9410 Jagoe-Public Company $86,412 00 SECTION II That the acceptance and approval of the above competititve bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorzied to excecute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantitites and specified sums contained therein PAGE ONE SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval A PASSED AND APPROVED this the day of April, 1985 ATTEST APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS PAGE TWO W, CONTRACT AGREEMENT STATE OF TEXAS )( COUNTY OF DEfJON ) THIS AGREEMENT, made and entered into this 5 day of April A.D., 19 85 , by and between The City of Denton, Texas of the County of Denton and State of Texas, acting through G. Chris Hartung, City Manager thereun.to duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Sagoe-Public Co., P.O. Box 250 of the City of Denton , County of Denton and state of Texas Party of the Second Part, hereinafter termed CGNTRACI'OR. WITNESSETH: That for and in consideration of the payments _ and agreements hereinafter mentioned, to be made and performed by the Party of the. First part (OWNER), and under the conditions. expressed in the bonds bearing even date, herewith, the said Party of the Second Part (CUNTRACTUR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of. certain improvements described as follows: Bid #9410 - Woodrow -Spencer Steet Tie-in Purchase Order #67588 and all extra work in connection therewitn, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense _ to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, ana other accessories ana services necessary to complete the said construction, in accordance with the conditions ana prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for bids), Instructions to Bidders, and the Performance and Payment bonds, all attached hereto, and in accordance with the plans, which includes all mats, plats, blueprints, and other drawings and printed or CA-1 written explanatory matter tnereof, and the Specifications therefore, as prepared by Jerry Clark, City Engineer all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after. the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTUR in current funds the price or prices shown in the Proposal, wnich forms a part. of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: City of Denton Party of the First Part, (Owner) + -G: Chris � a ATTEST` , City APPROVED AS TO FOR.,i: City t orney CA-2 'arty of the second Part, (contracor THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A311 Performance Bond KNOW ALL MEN BY THESE PRESENTS: that P.O. Box 250, Denton, Texas 76201 Jagoe—Public Company (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Contractor, and, Seaboard Surety Company (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto City of Denton (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, in the amount of Eighty Six Thousand Four Hundred Twelve and 20/100 ------ Dollars ($ 86,412.20 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated April 5 , 19 85 entered into a contract with Owner for Bid #94-10, Woodrow —Spencer steet and paving improvements in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND •AIA FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.V. AVE., N.W., WASHINGTON, D. C..20006 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with Its terms and conditions, and upon de- termination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of Signed and sealed this 5th day of (Wilne>s) CORROON & BLACK/ELLIS CROTTY POWERS 8300 DOUGLAS AVE. SUITE 700 DALLAS. TEXAS 75225 Tel. (214) 987-2100 J defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term 'balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, adminis- trators or successors of the Owner. April 1985 -Public Company YriTillc) l/ — ✓ e s - u—. ✓t d v� C, 4t-- Seaboard Surety Company G. E. Easley,- (NorNy) AIA DOCUMENT A311 . PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND. • AIA O TEBRUARY 1970 ED. • THE AMERICAN INSTITUTE Or ARCHITECIS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 ts� 0 n-fact 0 ,2r THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A311 Labor and Material Payment Bond THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that Jagoe—Public Company (Here insert full name and address or legal title of Contractor) P. 0. Box 250, Denton, Texas 76201 as Principal, hereinafter called Principal, and, Seaboard Surety Company (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto City of Denton Mere insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Eighty Six Thousand Four Hundred Twelve and 20/100------- (Here insert a sum equal to at least one-haif of the contract price) Dollars ($ 86 , 412 . 20 for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated April 5 , 19 85 entered into a contract with Owner for Bid #94-10, Woodrow —Spencer street and paving improvements in accordance with Drawings and Specifications prepared by 'f (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AIA DOCUMENT A311 • PERFORMANCE. BOND AND LABOR AND MATERIAL PAYMENT BOND AIA FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 3 ,14 :1 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the fol- lowing conditions: 1. A claimant is defined as one having a direct con- tract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial Signed and sealed this 5th day of v (Witness) CORROON & BLACK/ELLIS GROTTY POWERS 8300 DOUGLAS AVE. SUITE 700 DALLAS, TEXAS 75225 Tel. (214) 987-2100 J accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail; postage prepaid, in an envelope ad- dressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the trans- action of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. - b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation em- bodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is sit- uated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. April 19 85 �% — (Title) Seaboard Surety Company (Surely) V- r,. Easley, (Tit tr) Arrorney-in—r AIA DOCUMENT A711 . PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA Os +t FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1715 N.Y. AVE., N.W., WASHINGTON, D. C. 20(06, '1 v�,bc�vc MAINTENANCE BOND KNOT•'.ALL MEN BY THESE PRESENTS, that we, Jagoe-Public Company as Principal, and Seaboard Surety Company as Surety, are held and firmly bound unto City of Denton (hereinafter called the Obligee) in the penal sum of Eight Hundred Sixty Four and 00/100----------------------- Dollars ($ 864.00 ) to which payment well and truly to be made in lawful money of the United States we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas, the Principal entered into a contract with the Obligee dated April 5, 1985 for Bid #94-10 Woodrow -Spencer street and paving improvements AND, WHEREAS, the Obligee requires a guarantee from the Principal against defective materials and workmanship in connection with said contract; NOT!, THEREFORE, if the Principal shall make any repairs or replacements which may become necessary during the period of one year (1) from date of acceptance because of defective materials or workmanship in connection with said contract, of which defectiveness the Obligee shall give the Principal and Surety written notice within fifteen (15) days after discovery thereof, then this obligation shall be void; otherwise it shall be in full force and effect. All suits at law or proceedings in equity to recover on this bond must be instituted within twelve (12) months after the expiration of the maintenance period provided for herein. Signed, sealed and dated this CORROON & BLACK/ELLIS CROTTY POWERS 8300 DOUGLAS AVE. SUITE 700 DALLAS, TEXAS 75225 Tel. (214) 987-2100 5th day of April , 19 85 Company Surety y Attorney=rnFact CjCO�Pilloyl ISSUE DATE (MM/DD/YY') ® 4/12/85 PRODUCER CORROON & BLACK/ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS F7.T.TR CR pY rmm- s & CCPlwazY, Er. NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 8300 D0U(ZM AVENUE, SUITE 700 DALIAS, TKMS 75225 COMPANIES AFFORDING COVERAGE COMPANY A N(]j�_,II3 RLVE,,l INSURANCd: CCY`naIIi LETTER COMPANY LETTER B L*II'IW� MIONAL INSURANCE corm ,n INSURED JAGDE-PUBLIC COMPANY P. O. BOX 250 COMPANY LETTER C MISSION NATIONAL INSURANLE COMPANY DENYON, . TE>V S 76201 COMPANY p LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. LT LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MWDDMO POLICY EXPIRATION DATE NIWDD/WI LIABILITY LIMITS IN THOUSANDS EACH no BODILY OCCURRENCE AGGREGATE $ GENERAL LIABILITY COMPREHENSIVE FORM INJURY R PREMISETOPERATIONS UNDERGROUND 540 782 641 8 0-1-84 0-1-85 PROPERTY DAMAGE $ $ J_ D(PLOSION & COLLAPSE HAZARD E PRODUCTS/COMPLETED OPERATIONS R CONTRACTUAL COMBINED $500, !i00, INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE - PERSONAL INJURY PERSONAL INJURY00, ROAD FOFM 07 AUTOMOBILE LIABILITY BONLY IURY $ $ ANY AUTO OU KRSW OWLY IKM $ ALL OWNED AUTOS (PRIV. PASS.) }{ THAN) ALL OWNED AUTOS PRHV PAS. 140 765 541 0 10-1-34 110-1-85 1E4A Mg0FND HIRED AUTOS PROPERTY X. X NON-GWNED AUTOS DAMAGE $ GARAGE LIABILITY 81 & PD $ 500, EXCESS LIABILITY �{ UMBRELLA FORM MN 03 58 17 0-1-94 0-1-85 SOMBNED ��pp0 �, pOp OTHER THAN UMBRELLA FORM �• 408 367 914 10-1-84 10-1-85 STATUTORY WORKERS' COMPENSATION �00 (EACH ACCIDENT) AND 0^0 (DISEASE -POLICY LIMIT) EMPLOYERS' LIABILITY Pr "2SL0a (DISEASE -EACH EMPLOYEE) wing improvements OTHER JOB: BID #94-10, Vbodro Spencer Etreet and DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS SHOULD ANY OF THEE-AB4YE, DESCRIBED. POLICIES BE NCELLED BEFORE4HE EX- PIRATIO{� DATE THEREOF, THE ISSUING CO !\WILL ENDER R TO 10 CITY OF DENTON MAIL DAYS WRITTEN NOTICE TO THE CW A . XJL9ER NAMED TO THE [AUTHORIZED LEFT, BUT FAILURE TO L- CHNOTICE SHALL IMP OBI K' ' N OR UABILTTY DENTON, TEXAS OF ANY KIND UPON fl R 1. - REPR TAT E CORROON &inis C101TI �L^. & OQDFP4Y LV �..wtnw... u.aswow Wafflu •, PROPOSAL TO THE CITY OF DENTON, TEXAS For the Construction of Bell -Eagle Intersection Improvements Spencer -Woodrow Tie -In IN DENTON, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract. Notice to Bidders, specifications and the plans therein referred to, and has carefully examined the locations, conditions, and classes of materials of the - proposed work and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the. materials called for in the contract and specifications in the manner prescribed therein and according to the requirements of the City as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the City, to complete the work fully as planned and contem- plated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that lump sum prices may be increased to cover additional work ordered by the City, but not shown on the plans or required by the specifications, in accordance with the provisions to the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. P - 1 It is understood and agreed that the work is to be, completed in full within thirty (3O) working days - Bell Eagle -Intersection thirty (30) working days - Spencer -Woodrow Tie -In Accompanying this proposal is a certified or cashier's check or Bid Bond, payable to the Owner, in the amount of five percent of the total bid. It is understood that the bid security accompanying this pro- posal shall be returned to the bidder, unless in case of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond and a payment bond within. fifteen days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids. The undersigned hereby proposes and agrees to perform all of whatever nature required, in strict accordance with the plans and specifications, for the following sum or prices, wit: P - 2 work to BID s 9410 SPENCER-WOODROW TIE-IN BID TABULATION SHEET Item Oescriotion Bid Ouantity Unit Price Ext Total 100 Preparation of Right -of -Way lump sum $ O o00 IL-S. $ /D nnn.o? 110 Unclassified Excavation 1217 C.Y. $ /,.75 /C,Y, $ 7 q 75 132 Compacted Fill 730 C.Y. $ .Q0 /C.Y. $ C.00 260 6" Line Subgrade. 4495 S.Y. $ i,a:5' /S,y, $ G/ ,75 264. Type A --Hydrated Line 40 T.N. $-2L/T.N. 340-A1 4 1/2" Asphalt Base Type " " 4075 S.Y. $ /S.Y. $3�%23o.ca 340-A2 1 1/2" Asphalt Base Type "D" 4075 S.Y. $.Z,95/S.y, $/2.02/•25 432 Concrete Ripcap 33 L.F. $ /L.F. 465-A 4819'RCP 45 L.F. L.F.. $ 3oc.00 465-8 48" Safety Ends (G:1) I S.A. $/8Gb /E.A.. $ /,poo,o= 470 Junction Box 1 E.A. $3,000"/E.A. $ 3eoo.00 522 Concrete Curb and Gutter 836 L.F. $ 75 /L.F. ' $g o� 524 Concrete-Flatwork 23.S.Y. $ems/S.y. $: ( BID TOTAL $_�G �2 2 0 ^ .1 BID # 9410 PO# BELL -EAGLE INTERSECTION IMPROVEMENTS BID TABULATION SHEET Item Description Bid Quantity Unit Price 100 Preparation of Right -of -Way L.S. $ /L.S. $ 104-A Remove Concrete Pavement 200 S.Y. $ /S.Y. $ 104-B Remove Curb & Gutter 23 L.F. $ /L.F. $ .04-B1 Remove Integral Curb 915 L.F. $ /L.F. $ 260-S Trevira Paving Mat 1024 S.Y.. $ /S.Y. $ 360 8" Concrete Pavement 1024 S.Y. $ /S.Y. $ 432 Class B Concrete Riprap 470 S.Y.. $ /S.Y. $ 520 Integral Curb 2000 L.F. $ /L.F. $ S P-2 Sawcut (Existing Concrete) 150 L.F.- $ /L.F. $ dendum Received ternate #1 432-S "Pavestone" Unistone TOTAL BID $ 470 S.Y. $ /S.Y. $ P-3 BID SUMMARY TOTAL BID PRICE IN WORDS r r r In the event of the award of a contract to the undersigned, the undersigned will furnish a performance bond and a payment bond ,for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment for all lawful -claims for labor performed and materials furnished in the fulfillment of the contract. It is understood that the work proposed to be done shall be accepted, when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final. Onit and lump -sum prices. as shown -for each item. listed in this proposal, shall coatr.ol over extensions. V � / ✓CS. - /�/ ✓la yr Cp Street Address ,D n-7�'op %x. 762aZ City and State 6 Authorization Corporation) Telephone P - 5 DATE: April 2, 1985 CITY COUNCIL REPURT FORMAT TO: Mayor and Members of the City Council DRUM: G. Chris Ilartung, City Manager SUBJ 6CT: BID #9410 BELL-EAGLE/WOODROW-SPENCER INTERSECTIONS... IMPROVEMENTS ILfiCUMDIENUATION: We recommend this bid as submitted for both Bell -Eagle and Spencer -Woodrow be rejected. We then recommend that the alternate low bid be accepted for the Spencer -Woodrow Intersection, as submitted by Jagoe Public Co., for $86,412.20. We submitted this bid to several vendors of which Calvert Paving SUt•1M AR Y: and Jagoe Public are local contractors. 'We received only one bid complete from Calvert Paving for the total of $182,640.45. After careful evaluation and consideration, we found that the Bell-EAgle project was bid some $32,000.00 more than our budgeted amount. We, therefore, cannot award this portion of the bid. Jagoe Public bid an alternate on Spencer -Woodrow only, with a BACKGROUND: total of $86,412.00 as shown on the attached bid proposal sheet. Tabulation Sheet and Bid Proposal I'ItUGItAi•1S I)E1'AR-011:I+TS Olt G11UUFS AFFECTED. Capitol. Improvements to connect the intersection of new -old Woodrow and Spencer Road. FISCAL 114FACT: ltespectfuiiy submitted: T"-LI rr►s'lla L'uug City Manager Pre ared b e o J. Marshall, P.M. tie Purchasing Agent P ved + n Marshall, C.P.M. I purchasing Agent f -- n d a ------- z m H J c) 0 o fD .. W o + 9 w ID - a - ID -o M .1 (+ Z -1 -' I H ff (D O 7 (D M [d = -1 I F w rf w w m I (D 3 Ln ID w IN (D O n J ID W w (D n o a a 00 S ~ O r H O Z 3 O O I z E 1 < I N ID N 7 3 (D ( O N /D 1+ Z N 1 M_. • z 0 0 c) co c n n N [•1 z rCr C rn zm o ";c .. a (n c z t0 0 Pd N ca w a) r o m N C1 C7 O N O i C L� z 0 a d o x C m L _ f0 O po LEGAL DEPARTMENT MEMORANDUM Debra Adami Drayovitch, City Attorney Joe D. Morris, Assistant City Attorney Robert B. Bunter, Assistant City Attorney TO: Rick Svehla, Assistant City Manager ''f;cza iw�rn� FROM: Debra A. Drayov itch, City Attorney SUBJECT: Bell -Eagle & Woodrow -Spencer Bids APR 11985 DATE: March 27, 1985 CITE' Uf DEVTON PURCHASING DEPT. You have requested an opinion as to whether the City may legally reject all bids on the above -referenced projects and then award a bid to a bidder who bid on only one of the street projects. The relevant bid specifications do not provide that a bid can be made on one, project or .both; however, the specifications contain two separate bid tabulation sheets: one for Bell -Eagle and one for Woodrow -Spencer. Calvert Paving Corporation filled out both tabulation sheets and Jagoe-Public Company only filled out the tabulation sheet for the Spencer -Woodrow project. The first issue presented is whether the City Council has the legal right to reject all bids. on the Bell -Eagle project and then accept the low bid on the Spencer -Woodrow project. The law is quite clear that the statutory bidding process contemplates that all bidders be placed upon the same plane of equality and that they each bid upon the same terms and conditions involved in all the items and parts of the contract and that the proposal specify as to all bids the same or substantially similar specifications.. Sterrett v. Bell, 240 S.W.2d 516, 520 (Tex.Civ.App.-Dallas 1951, no writ). In addition, the law is well settled that a governing body may not accept a bid. with conditions different from those set out in the bid specifications- See Attorney General Opinion MW-449 (1982). Texas Hiahwav Commission v.. Texas Association of Steel Importers, Inc., 525, 427 (Tex. 1963); Sterrett v. beil, supra. Furthermore, a governing body may not accept a bid which is not based upon advertised specifications. This requirement cannot be satisfied when a bid is qualified in a manner not contemplated by the specifications, i.e., when it is not based upon the criteria by which all bidders are given to understand their bids will be judged. See Attorney General Opinion MW-299 (1981). Rick Svehla March 27, 1985 Page Two In the presentfact situation, the bid specifications provide for two tabulation sheets, indicating to the bidder that he may bid on one or both projects. As the bid specifications provide for two tabulation sheets, I assume that Staff intended to have the discretion to accept the bids for one, or both projects. Certainly, Jagoe thought it could bid on one project and not the other. Moreover, Calvert submitted its costs on both projects and would be hard pressed to claim that the costs indicated for the Spencer -Woodrow tie-in did not in fact constitute its bid for that project. Should Calvert claim that it did not understand that it could submit a bid on one project and not both,. another legal issue is presented, to -wit: are the specifications clear and unambiguous? Obviously, Calvert would have a good argument that they are not.. In that event, case law dictates that the governing body not accept the bids and rebid so that all bidders have an opportunity to bid on the same basis. CONCLUSION From the format of the bid specifications, it appears reasonable that a bidder may submit a bid on one or both projects. Indeed, Jagoe obviously thought this was the case. Accordingly, the City Council may reject the bids on the Bell -Eagle project and accept the low bid on the Spencer -Woodrow project. However, Calvert might have a good argument that the bid specifications are ambiguous and unclear, in which event the bids should be rejected. As Calvert has split out the two bids and the bid on Woodrow -Spencer is $14,000 higher than Jagoe's, he would be hard pressed to complain. Should you have any questions relative to this matter, please advise. DAD: js xc: Chris Hartung John Marshall