ST0102-CN021112 STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the I a day of IN b u Q r,rtb e r in the year 2002
by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called
OWNER) and TISEO PAVING COMPANY, Inc. (hereinafter called) CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
This work shall consist of the installation of Ruby Road extending from Freeport Parkway
to Coppell Road. This project will include the removal of existing pavement, excavation,
and all related utilities, as well as the installation of pavement, and utilities as described in
the plans for ST 01 -02. The paving, drainage and sanitary sewer will be constructed in
phases. The 12" waterline may be installed along the south side at one time, however, the
services will be installed in phases. Work shall include all components necessary for the
"turn key" construction of the roadway as shown in the plans for ST 01 -02.
The Project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Construction of the
RUBY ROAD PROJECT
ST 01-02
Bid No. Q -0902 -03
Article 2. ENGINEER
The Project has been designed by the Pacheco Koch Consulting Engineers. Contract
administration will be provided by the City of Coppell Engineering Department who is hereinafter
called ENGINEER and who is to act as OWNER's representative, assume all duties and
responsibilities and have the rights and authority
the Work�in with the Contract
Documents in connection with completion of
Documents.
2 -2 Contract Documtats
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 150 calendar days from the date when the
Contract time commences to run as provided in Item 1.13 of the General Provisions, and
completed and ready for final payment in accordance with Item 1.51 of the General
Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financier a
loss a extensions Won thereof
completed within the time specified in paragraph 3.1 above, p any
allowed in accordance with Item 1.36 of the General Provisions. They also recognize the
delays, expense and difficulties involved in proving in a legal or arbitration proceeding the
actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead
of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated
OWNER Two hundred
pay
damages for daily (but not as a penalty) CONTRACTOR shall
for h 3.1
ty dollars ($240.00) for each day that expires after the time specified in paragraph
Completion until the Work is complete.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion
nd by Change Orders
Contract Documents in current funds subject to additions
as provided in the contract documents in accordance with the unit listed
the amount 1
- Proposal and Bid Schedule. The contract sum s hall be
8802,394•9 The total tangible personal property cost included in the contract sum is
12.4_1113.A$__.
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as provided in the
General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the Contract
Price on the basis of CONTRACTOR'S Applications for Payment as recommended by
construction as provided below. All progress payments
ENGINEER, each month during
will be on the basis of the progress of the Work measured by the schedule of values
established in Item 1.51 of the General Provisions (and in the
is case o s of values as
on the number of units completed) or, in the event
provided in the General Provisions.
2 -3 Contract Documents
5.1.1. Prior to Completion, progress payments will be made in an amount equal to the less
percentage indicated in Item 1.51.2 of the General Provisions, u u � each
1� 1
aggregate of payments previously made and less
determine, or OWNER may withhold, in accordance with Item 1.52 of the General
Provisions.
5.2. Final Payment. Upon final completion and acceptance of the Work in c the Con with
Item 1.51.4 of the General Provisions, OWNER shall p a y remainder
Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations: tests of subsurface
7.1. CONTRACTOR has studied carefully all reports of explorations
re identified in the Supplementary
conditions and drawings of physical conditions which
as provided in Item 1.3 of the General Provisions, and accepts the determination
set forth in Item SC -1.20 of the Supplementary
Conditions of the extent of the technical
data contained in such reports and drawings upon which CON TRACTOR is entitled to rely.
7.2. CONTRACTOR has obtained and carefully studied (or sim assumes e
responsibility or
s
obtaining and carefully studying) all such examinations, g or h 7
reports, and studies (in addition to or to supplement to th es ite or
above) which pertain to the subsurface or physical conditions at or contiguous orrnance, or furnishing of the Work as
otherwise may affect the cost, Progress, peg
CONTRACTOR considers necessary
for the performance or furnishing of the Work at the
Contract Price, within the Contract Time and in accordanc with t provisions other t terms and
.3 o
conditions of the Contract Documents, including specifically p lo I 3s
the General Provisions; and no additional examinations, investigations, e CON CONTRACTOR
report studies, or similar information or data are or will be required by
for such purposes.
2-4 Contract Documents
7.3. CONTRACTOR 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, studies, or similar information or data in respect of said Underground Facilities are
or will be required by CONTRACTOR 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, including specifically the provisions of Items 1.3,
1.20 and 1.21 of the General Provisions.
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of the
Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Douments and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8. CONTRACTOR DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 2 -2 thru 2 -7, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
8.4. Notice of Award.
8 Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, latest edition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 3 -2
thru 3 -10).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for the "Ruby Road Project ST 01 -02 for the City of Coppell ".
2 -5 Contract Documutts
8.8. Drawings entitled: "Ruby Road Project ST 01 -02 for the City of Coppell"
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR'S Bid Proposal and Bid Schedule of Section 1 - Bidding
Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
8.12. The following which may be delivered or issued after the E neee Dattee the
Agreement and are not attached hereto: Al Written other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement
(except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in 1.0 of the General Provisions
will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
ome due
sought to be bound; and specifically but without limitation moneys s that t may
the ext that
and moneys that are due may not be assigned without such
the effect of this restriction may be limited by law), and unless specifically t edd to the
c in any written consent to an assignment no assignment will
assignor from any duty or responsibility under the Contract Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, successors, assigns ang
legal representatives to the other party hereto, its pe
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
2 -6 Contract Documents
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER All portions of the Contract Documents have been signed or identified by OWNER
and CONTRACTOR or by ENGINEER on their behalf.
This Agreement will be effective on Nto , 2002.
OWNER: City of Coppell CONTRACTOR: Tiseo Paving Company, Inc.
255 Parkway Boulevard 419 E. Hwy 80
Coppell, 75019 Mesquite, TX 75150
BY:
TITLE: 1/1/ ./ i TITLE: ART- NUSZ_1■SFA
Address for giv g notices: de Address for giving notices:
P.O. Box 9478 ?. -Y. 11 0 b
Coppell, Texas 75019
Attn: Ken Griffin, P.E. 'belA`� nt--AT-1
Dir. of Engineering/Public Works
(If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach
evidence of authority to sign and evidence of authority to sign.)
resolution or other documents
authorizing execution of Agreement.)
2-7 Contract Documents
AL r - o,cls,•rol
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1, 2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
I -1 272 LF Sawcut Concrete & Asphalt
Complete in Place 3 }S FES`(- ov
Dollars
and 6.477 fivl Cents
per LINEAR FOOT.
1 -2 15 SY Concrete Removal
Complete in Place 3 oU S a s; Uv
'1 f o� Dollars
and r. o Cents
per SQUARE YARD.
1 -3 1380 LF Remove Cable Fence & Gate
Complete in Place ?-0 10 3G ,o
Dollars
and T ' 6, -cT'1 Cents
Per LINEAR FOOT.
I -4 1150 LF Reinstall Cable Fence & Gate
Complete in Place /6' .Uo , YOo `
5,.e '--) Dollars
and ti o Cents
per LINEAR FOOT.
I -5 345 LF Remove existing RCP Pipe Sizes
12" to 36"
Complete in Place / �' u
SrvS...J -' Dollars
and F-71 Cents
per LINEAR FOOT.
I -6 5955 SY Remove and Dispose of Asphalt
Pavement a /0 S-C • Sz)
Complete in Place
-TM,d Dollars
and r & Cents
per SQUARE YARD.
1 -2 'Stickling Documents
Ruby Road
ST 01 -02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1, 2 or 3)
ti Unit Description and Price in Words Unit Total
Item Quantity esc Price Price
No.
14 4- IS T-ree-Retneval AA , f r�
Deleted per �plete -in-Flees
Addendum rein
3 and Cents
l Tr�UM-
1 - 1190 LF Abandon Sanitary Sewer Line &
Manholes 1 g �.D
Complete in Place /. CS"
UN E Dollars
and Ei 6I60= Cents
per LINEAR FOOT.
I -9 1 EA 8" Sanitary Sewer Plug
Complete in Place /05.00 /0 C co
ow6f.,iooato hvt Dollars
and ,0 Cents
per EACH.
I -10 1 LS Clear, Grub & Grade o r�
Complete in Plac ,jsf � 37 6N, 00 37, bpp,vo
-, 074 5• Dollars
and __ Cents
per LUMP SUM.
I -11 5 EA Remove Concrete Headwall
Complete in Place 644 s �S. p v ;G � S.o�
��
and N° Cents
per EACH.
I -12 10,349 SY 7" Concrete Pavement w /6"
Monolithic Curb 4 7.% L v a (1 336."
Complete in Place
71.,, 6,,,T -, Dollars
and 5 X Cents
per SQUARE YARD.
1 -3 BiddLng Documents
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1, 2 or 3)
ti Unit Description and Price in Words . Unit Total
Item Quantity Price Price
No.
- I -13 218 TON Lime @ 40 4/SY
Complete in Place 90.00 / Gx•°
,J,•+�.ii Dollars
and ,moo Cents
1 per TON.
1 -14 10905 SY 8" Stabilized Subgrade �' o �3.
! Complete in Place , 7 S
O 'sib Dollars
an d S b„b,,7-7 five Cents
1 per SQUARE YARD.
I -15 350 EA 4" Round Double Reflective &
I Round Non - Reflective Buttons
(Acrylic) . 0 u 1 c{oo. O v
Complete in Place
l J 'z Dollars
and r'D Cents
per EACH.
1 1 -16 2 EA Stop Signs w/24" Stop Bars o 0
Complete in Place 3- / (.o0 '
e.i U4-2- H'i ° Dollars
and o Cents
per EACH.
1-17 8032 SY Hydromulch
Complete in Place C4 21 9. �-`)
. Co r+ ° Dollars
and S' x ''► Cents
per SQUARE YARD.
ted Fill
1 -18 • ^ � = CY Complete in Place ...
. ;•�; . _ r ; 1 �' -.. �l �
4.1:,,71' RQ and , v'�- ' en ix = i:
fir . is .�'.,.,
<- 3 per CUBIC YARD. •
r • 3.• .
i
1 1-4 Baling Documents
•
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1, 2 or 3)
ti Unit Description and Price in Words Unit Total
Item Quantity Price Price
No.
33S ' Cede ' C Fe- - in alle
Deleted per lltu�
Alternate D o 0414.1j
Design and Conta
L INEAR O
I -20 4000 LF 36" RCP, Class III
483 Complete in Place (,:?,,?-5 3 ), 9G V. )s
Changed per S.xr+, &C' Dollars
Alternate and ' - 1 F. 4t Cents
Design per LINEAR FOOT.
I -21 198 LF 36" RCP, Class IV
Complete in Place � l e�� 3yS io
SF, /6,J11 71-4 Dollars
and Fe i-i`t h u= Cents
per LINEAR FOOT.
I -22 4-7 LF 24" RCP, Class IV
82 Complete in Place 40.55"
p S 3 2 5� , S V
Changed per ( -, R-'r' Dollars
Alternate and N" F- F1 vL` Cents
Design per LINEAR FOOT.
I -23 26 LF 21" RCP, Class III
Complete in Place 3(...% S f• �O
mil ro s Dollars
and 516.E 6''6 Cents
per LINEAR FOOT.
1 LF 18 RCP, Class III
I - 24 440
418 Complete in Place 3 a_. SS 13, C.c.s. 90
Changed per - {„ TN"' Dollars
Alternate and F, r d l t F1 vE Cents
Design per LINEAR FOOT.
i
I
J 1 -5 Bidding Documents
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1, 2 or 3)
Item Quantity Unit Description and Price in Words Price Price
No.
I -25 172 LF 12" RCP, Class IV
Complete in Place 3 S- (4176.2-t)
b( 6144- Dollars
and -rt,,a, PEE Cents
per LINEAR FOOT.
1-26 a EA -„ Hea dwall _
Deleted per ee 04,(1,1/
Addendum Dollara
3 and Cents
per EACH.
1-27 2 EA Double 12" Type "C" Headwall
Complete in Place of F.Sv ao3 00
sq
vN TN -04 �� ollars
and Fir-7`i Cents
per EACH.
1 -28 8.4 CY Grouted Rock - Rip -Rap
On a Filter Fabric (minimum 70%
12 "size) 6, 3.00 SaS•3
Complete in Place
5 ,g-T4 77wu6.- Dollars
and ,.>4) Cents
per CUBIC YARD.
EA Type "B" Manhole
1-29 1 Complete in Plac N, -'tM y SI,5T) X, 9R,Sa
Larger Size ' [� X11' s r"
Manhole see and Fri Cents
Alternate per EACH.
Design
I -30 7 EA 6.0' Curb Inlet
Complete in Place 4 4,0 <- +"' t y 1.oc) / y, 9 9 Y 0 o
-t oe-E iv'''ollars
and Cents
per EACH.
1 - 6 BJddtnn Doc-maw
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1, 2 or 3)
Item Quantity Unit Description and Price in Words Unit
Price Trial
No.
I -31 2 EA 10.0' Curb Inlet .,
Complete in P1a 4cP r 3 .00 S(6, (o • o°
f vt! r Dollars
and r.) Cents
per EACH.
•
I -32 2454 LF 12" PVC Water Pipe (C-900)
For Complete in Place
New Depth -i-1,, .%'t "DirLI Dollars
see and Cents
Alternate per LINEAR FOOT.
Design
I -33 295 LF 8" PVC Water Pipe (C -900)
Complete in Place a � t S 712- 1 5
f/ Dollars
and fi b*-) Cents
per LINEAR FOOT.
I -34 7 EA Fire Hydrant Assembly w /6"
Valve & Necessary
6" PVC Pipe (C -900) So. -N°'16 P-/Co(.Sv (9, 330.5-v
Complete in Place
-�, 544/F" T
and F 6nt Cents •
per EACH.
I -35 4 EA 12" Gate Valve
Complete in Plac,,cAp Se (9 0. S O 52 ?o .O o
t vf Dollars
and e Cents
per EACH.
I -36 4 EA 8" Gate Valve 3 00
Complete in Place6 iV �'� S �. t .
S6 -J tf„^,o�. Dollars
and ?I Cents
per EACH.
1 -7 Bidding Documents
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1, 2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No.
Price Price
1 -37 6 EA Water Service (minimum 1 ")
& Meter Relocation
Complete in Place w -+si - q , E ) SSl a So
NNQ ?V"° D E IDollars
and 5.^+ 6 " Cents
per EACH.
1 -38 1 EA 2" Type `2' Air Relief Valve
Complete in Place , ,p F � Sit *" a a_ ) . 00 c ).15').5"))
— 1 1 .° t
and F 1 F 7 Cents
per EACH.
-39 1 EA 8 "x8" Tapping Sleeve & Valve
Complete in Place pn fits a5 ga . a�ga o 0
N1-' tfl"rollars
and No Cents
per EACH.
I-40 1 EA Cut & Cap 4" Water Line
Complete in Place R -�.f o�, (,(e(-S-1) ( (. S�
cx,e. (+1.1t•- o bollars
and f i F-7-1 Cents
per EACH.
I-41 734 LF 8" Sanitary Sewer
Complete in Place ay , ► - r),-);‘,./0
fa u2 Dollars
and Fi &T -F- - Cents
per LINEAR FOOT.
I-42 3 EA 4.0' & 5.0' Diameter S.S. Manhole
Complete in Place_,,,F,p N Wt ltdv 9 �, S� , S�
-� " 14
, ,�, '"Doliars a
and Fi Pte'' Cents
per EACH.
1-8 Bidding Documents
Ruby Road
ST 01 -02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1, 2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
I-43 1 LS Replace Sanitary Sewer Services
Complete in Place ,5,.,r1 F♦.dz 7 Xtf CV - )(Xy • St)
S CA.e, t-f'" r"" 9 D011ars
and Fs c-Tm Cents
per LUMP SUM.
1-44 800 LF Silt Fence
Complete in Place U / a.v, 0 0
0,16_ Dollars
and Fo6- 7 Cents
per LINEAR FOOT.
I-45 9 EA. Inlet Protection
Complete in Place 5.5 y9 S o 0
F, F-P-ive-- Dollars
and P-10 Cents
per EACH.
I -46 2 EA Sediment Trap
Complete in Place,,�' / SO• n<-) ;_30,0.0 v
Q T JS'- ° Dollars
and No Cents
per EACH.
•
I-47 1 LS Traffic Control
Complete in Plac
Sat? fir& p Dollars &fG° i4 6 ro°
and t-t) Cents
per LUMP SUM.
I-48 5744 LF Trench Safety for Drainage, Water
& Sewer Pipe . S 3 3 0 `l �
"[ . „ ' • Complete in. ' --J:\ i a t}, ` : t; 3 "10 Dolltr mitt, .
• t: and f-r4 1 72 -f :: - •
per LINEAR'FEET.
1 -9 Bidding Dncwssaru
•
•
Ruby Road
ST 01-02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1, 2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1-49 2 EA Project Signs
Added per Complete in Plac FFzf 5 - co , oo / 00. o v
Addendum F�`'�'` ff"`'"'O ollars
3 and , -)0 Cents
per EACH.
I -50 '1 LS Repair Existing Irrigation along
Added per the north side of Ruby Road
Addendum Complete in Place ,4,4,0 5 bO. °O S.S o 0 0
3 Fi Fri F0�6 f+
an d Cents
per LUMP SUM.
1 -51 3050 CY Excavation
Added per Complete in Place
Addendum S/7' Dollars 6 , ,
3 and f A ✓t.- Cents v �
per CUBI YARDS.
1 -52 825 LF 54" RCP Class III "it
Added per Complete in Plac F.•./r't ' .`i . S /U 3,
Alternate 0,'6 t4vr-) OP ' Dollars
Design and r.) . s-zi E of Cents
per LINEAR FOOT.
I -53 40 LF 5'x5' RBC
Added p r Complete in Pla 1 �, r� (t'� S *C"
Alternate o »E Pfv�o `Dollars
Design and F t F- i F t 't Cents
per LINEAR FOOT.
I -54 1 LS 5'x5' Type `B' Headwall rts.pi
Added per Complete in Place p a N - � o a 9 A9 9; . ST,
Alternate ""c\, G,.. i N ,..' +f'' 4ollars
Design and ft EN Cents
per LUMP SUM.
•
1 -10 Bidding Dock
Ruby Road
ST 01 -02
UNIT PRICE BID SCHEDULE
ALTERNATE BID
(Note: Items shaded are new or modified by Addendum's 1, 2 or 3)
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
I -55 1 LS 30" Type `B' Headwall
Added per
Complete St�Pl oiiars
ace F ! ° / O•) / 00 (o ? t .0 o
Alternate 0NL "T7fy ) onus
Design and p- Cents
per LUMP SUM.
I -56 75 LF 30" RCP Class III
Added per Complete in Place 5 d.. S'a 3 9 3 7• -
Alternate FL erl T" Dollars
Design and f-, F 7 1 Cents
per LINEAR FOOT.
1.57 — 1 EA Sanitary Sewer Stubout
Added per (Sta 13 +54.9) '16 ►�
Alternate Complete in Place (&I 'f�'1 ' t y g->s. ? Lf aS—
Design F, v t 0 Dollars
and -rw r F ot Cents
per EACH.
I -58 6 EA Modified Fire Hydrant Assembly
Added per Complete in Plac ,, SkfrN 1 (470 ,00 -- ao.ov
Alternate ¶ , 4r ' ' ollars
Design an d ,-, u Cents
per EACH.
1 -59 .1 EA 12 "x12" Water Service Assembly
Added per Complete in Place - l+ 1 ? ai , -)S i 1 ' r
Alternate r c. HW ' f+"*"'
Design and se,../6. F v Cents
per EACH.
TOTAL BID ITEMS ALTERNATE BID I -1 thru I -59 S •Z , 3 9 1, —
TANGIBLE PERSONAL PROPERTY COST S ? 71)1', 'a-
Hi Bidding Doc: moos
BID SUMMARY
CALENDAR
TOTAL PRICE DAYS
TOTAL BID ITEMS ALTERNATE BID I -1 thru I -59 $ 20 3 99 . n /ro CAS 2 XJ
In Words: 5(1 16,4*.)^e. r71,... ,0+- 4 , 7Z''ec /'wttee, 7 4 -, 11 4 t S li 97 --
6. BIDDER agrees that all Work awarded will be completed within /ID 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.
N C C
SUBMITTED ON KVi» I E. ran ? 4ST
Signature:
3\ S �5 G � 1J 1 SEC 2.a - Sli ZE R
1 -12 Bida rig Doca.aus