Loading...
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