Loading...
ST0301A-CS100225Page 1 of 1 Keith Marvin - Bethel Road II - Contract Documents From: Caleb Thornhill <bct @ free se. com> To: Keith Marvin <KMARVIN @ci.coppelLtx.us> Date: 2/25/2010 4:31 PM Subject: Bethel Road II - Contract Documents CC: CPL03243 <CPL03243 @freese.com> Attachments: Bethel Road II - Section4.pdf; Bethel Road II - Section l.pdf Keith, Here is section 1 and 4. Give me a call tomorrow with any questions. B. Caleb Thornhill, P.E. Freese and Nichols, Inc. 1701 N. Market St., Suite 500 Dallas, Texas 75202 w Main - 214- 217 -2200 s Direct - 214- 217 -2282 s Fax - 214- 920 -2565 ® Email: bct - _freese.com This electronic mail message is intended exclusively for the individual or entity to which it is addressed. This message, together with any attachment, may contain the sender's organization's confidential and privileged information. The recipient is hereby notified to treat the information as confidential and privileged and to not disclose or use the information except as authorized by sender's organization. Any unauthorized review, printing, retention, copying, disclosure, distribution, retransmission, dissemination or other use of, or taking of any action in reliance upon, this information by persons or entities other than the intended recipient is prohibited. If you received this message in error, please immediately contact the sender by reply email and delete all copies of the material from any computer. Thank you for your cooperation. file: HC: \Documents and Settings \radloo \Local Settings\ Temp \XPgrpwise \4B86A5DECity_... 1/20/2011 T H E G 1 T Y O F CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR Bethel Road Il Project No. ST 03 -OIA Bid No. Q- 0310 -02 FOR THE CITY OF COPPELL Febmanj 2010 1 -1 Bidding Documents TABLE OF CONTENTS Page # Section 1 - Bidding Documents Notice to Bidders 1 -4 Instructions to Bidders 1 -5 Proposal/Bid Schedule 1 -20 Prevailing Wage Rates 1 -38 Section 2 - Contract Documents Standard Form of Agreement (Contract) 2 -2 Certificate of Insurance 2 -8 Instructions for Bonds 2 -9 Performance Bond 2 -10 Payment Bond 2 -12 Maintenance Bond 2 -14 For this project, the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition, the City of Coppell Standard Construction Details (Ord.#2006- 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord.494 -643) shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes, Description of Pay Items and/or Technical Specifications included herein. Section 3 - City of Coppell's Supplementary Conditions 3 -1 To the NCTCOG General Provisions Section 4 - Specific Project Requirements 4 -1 Section 5 - Description of Pay Items 5 -1 Section 6 - Technical Specifications 6 -1 Project Sign USACE Nationwide Permit 14 — Linear Transportation Project 02231 Tree Protection and Trimming 02402 Care of Water During Construction Bethel Road Closure - Memo I -2 Bidding Documents SECTION l BIDDING DOCUMENTS 1 -3 Bidding Documents NOTICE TO BIDDERS The City of CoppelI is accepting bids for the construction of Bethel Road H (Bethel Road from Denton Tap Rd. to Penfolds Lane) — Project No. ST 03 -01A. The work shall consist of the installation of 7,406 S.Y. of 8" concrete pavement and 552 S.Y. of 10" concrete pavement, related drainage and utility improvements, bridge construction, the removal of existing pavement, and all appurtenant work necessary to complete construction of the project. Bidding documents, including Construction Plans, Construction Specifications and Contract Documents, may be obtained for a non - refundable cost of $90.00 from the office of Freese and Nichols, Inc., 1701 North Market Street, Suite 500, Dallas, Texas, 75202; or telephone (214) 217- 2282 for additional information. Scaled bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of Bethel Road H - Project No. ST 03 -01A will be received in the Purchasing Office at the City of Coppell Town. Center, 255 Parkway Boulevard, until 2:00 p.m., March 30 th , 2010, and then publicly opened and read aloud. Each Bidder shall submit two identical copies of this bid with the City of Coppell Bid No. 0- 0310 -02 designated clearly on the exterior of the bid envelope. A Pre -Bid Conference has been scheduled for this project at the Coppell City Fall in the Engineering Department (255 Parkway Boulevard) at 2:00 p.m. on March 23 2010 The conference is not mandatory; however, all interested bidders are strongly encouraged to attend. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. Bidders are expected to inspect the site of the work and to inform themselves regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1 -4 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one that submits a Bid directly to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder, as determined after review of calendar days, overall price, and qualifications, to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Bidders, Instructions to Bidders, the Bid Form, the Construction Plans and Specifications, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. Engineer: Wherever the word "Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 9478, Coppell, Texas 75019. Consulting Engineer: Wherever the word "Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Freese and Nichols, Inc., 1701 N. Market Street, St ##500, Dallas, TX 75202. Inspector: The authorized representative of the City of CoppeIl assigned to observe and inspect any or all pants of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the reconstruction of Bethel Road from Penfolds Lane to Denton Tap road (approximately 1,800 feet). This road is currently a 2 -lane asphalt roadway and will be reconstructed as a two -lane concrete roadway. Assorted sidewalks will be constructed now and at a later date as indicated on plans. The construction includes a bridge over Grapevine Creek with a nominal span of 128 feet. Traffic signals at Bethel Rd/ Denton Tap Rd will be improved to match the reconstructed intersection. Various waterline improvements and relocations will be required within the project limits. A general construction phasing plan has been provided with the construction plans to illustrate the extent of road closures and detours that will be allowed. The contractor shall have 120 to 150 days to construct the Grapevine Creek Bridge. The contractor will be allowed to close Bethel Road from STA 37 +10 to STA 46 +00 (Approximately Penfolds Lane to Armstrong 1 -5 Bidding Documents Blvd) as indicated in the phasing plan. It will also be necessary to maintain access to the adjacent properties at all times. Work shall include all components necessary for the "turn key" construction of the project as shown in the plans for the Bethel Road II, Project # ST 03-OIA 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from the office of Freese and Nichols, Inc., 1701 N. Market Street, Suite 500, Dallas, Texas, telephone (214) 217 -2200 for a nonrefundable cost of $90.00. The following general requirements pertain to the Bidding Documents: A) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $45.00 per set. C) Bidding documents may be examined free of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, Texas. 3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued. 3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders. The Bidder shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Submissions will be made to City Engineer, City of CoppelI, 255 Parkway Boulevard, Coppell, Texas. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience (within five [5] days if requested). A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request. B. Past Project Experience (required to be submitted within five [5] days if requested). I -6 Bidding Documents The Bidder shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). C. Equipment (within five [5] days if requested). The Bidder shall provide a list of equipment, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. D. Financial (within five [5] days if requested). Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the Iast six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work. E. Technical Experience. The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project. F. Proof that the bidder maintains a permanent place of business. 5. Conflict of Interest. City Charter states that no officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, nor shall be financially interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1 1 /o) of the corporation stock. Any violation of this prohibition will constitute malfeasance in office. Any officer or employee of the City found guilty thereof should thereby forfeit his office or position. Any violation of this prohibition with the knowledge, expressed or implied, of the persons or corporations contracting with the City shall render the contract voidable by the City Manager or the City Council. By submitting a bid, the Contractor represents that no employee or officer of the City has an interest in the Contractor. 6. Examination of Contract Documents and Site. 6.1 Access to the site shall be from Bethel Road, Denton Tap, and Coppell Road. It shall be the Contractor's responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, 1 -7 Bidding Documents progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.2 Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to the Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might othet wise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation of proposed improvements as indicated in the plans. The Contractor shall be liable for damage to any utilities resulting from the construction of this project. 6.3 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, the Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions, according to the City standards, upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work, are identified in the Contract documents. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 1 -8 Bidding Documents 7. Interpretations and addenda. 7.1 All questions about the meaning or intent of the Contract Documents are to be directed to the Purchasing Agent. Interpretations or clarifications considered necessary by the Purchasing Agent in response to such questions will be issued by Addenda mailed or delivered to all bidders recorded as having received the Bidding Documents. Questions received less than two days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received. 7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner. 8. Contract Tithe. 8.1 The time of completion of the project is set at 270 calendar days. A more detailed explanation of the completion time is given in Item 1.6 of the Specific Project Requirements. 8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule chart to the Owner for approval. 8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 103.7 of the General Provisions. 9. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract and Item 1.6 of the Specific Project Requirements. 10. Substitute or "Or- Equal' Items. The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or- equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or- equal" item of material or equipment may be fiunished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. 11. Subcontractors, Suppliers, and Others. 11.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such 1 -9 Bidding Documents Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 11.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Proposal. 12.1 Two (2) completed Bid Proposals must be submitted in a sealed envelope as described in Item 15. The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. 12.2 The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney -in- fact. If signed by an attorney -in -fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. 13. Provision Concerning Escalator Clauses. 1 -10 Bidding Documents Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered. 14. Estimates of Quantities. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids, unless stated otherwise in the description of pay items. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. if an item is noted as a "Plans Quantity" then only the quantity shown in the unit bid price schedule will be paid. 15. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppell, at the Town Center, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019 until, 2:00 p.m.. March 30, 2010 and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project tide, City of Coppell Bid No. (Q- 0310 -02 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED Construction of : Bethel Road A (Bethel Road from Penfolds Lane to Denton Tap Rd.) -- Project No. ST 03 -OIA on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Bid submission shall include Bid Form, Bid Affidavit, Bid Bond and Conflict of Interest Form. Electronic bids will not be accepted. 16. Modification and Withdrawal of Bids. 16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. 16.2 If, within twenty -four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or 1 -11 Bidding Documents association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected. Bids submitted without a Proposal Guaranty, per NCTCOG's Item 102.5 of the Standard Specifications for Public works will be rejected. 18. Bids to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date. 19. Award of Contract. 19.1 For the purpose of award, each bid submitted shall consist of Base Bid (A) = The correct summation of the products of the estimated quantities shown in the proposal, multiplied by their bid unit prices. The lowest evaluated bid (Total Bid) will be determined by the Owner as the lowest sum of the Base Bid (A). Total Bid = Base Bid (A) All payments will be based on actual quantities and bid unit prices. 19.2 The Owner reserves the right to reject any and all Bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non - responsive, unbalanced or conditional Bids. AIso, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 19.3 In evaluating Bids, the Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be requested in the Bid form or prior to the Notice of Award. 19.4 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment 1 -12 Bidding Documents proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 19.5 The Owner may conduct such investigations as the Owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening. 20. Incentive/ Disincentive. The Owner desires to expedite construction on this contract to minimize the inconvenience to the traveling public and to reduce the time of construction. In order to achieve this, an incentive /disincentive provision is established for this contract. Original Contract Time: Original Contract Time will be defined as 270 Calendar Days. (CD x Daily Value) = the product of the number of calendar days (CD) provided by the Contractor and the Daily Value established by the Owner. For the purposes of this Contract, the Daily Value is $1,000.00. In the event the contract takes longer than 270 calendar days, there will be damages assessed of $1,000 per day. The total incentive payment for Contract Time shall not exceed $120,000.00. Bridge Construction Time: Once bridge closure begins, contractor will have 150 days to re- establish two -way traffic across bridge. If contractor is able to open the roadway to two -way traffic in less than 120 days, a bonus will be awarded as follows: Bethel Road Bridge Substantially Complete, safely open to two -way traffic on or before September 7 t ', 2010 = $40,000 incentive If September 7"', 2010 is not achieved, for the purposes of the Bridge Construction, the Daily Value is $1,000.00. 1 -13 Bidding Documents In the event this closure takes longer than 150 days, there will be damages assessed of $1,000 per day. There will be no bonus and no penalty for completion of the bridge between 120 and 150 days The total incentive payment for Bridge Construction shall not exceed $40,000.00. 21. Execution of Agreement. Within fifteen (15) days after written notification of award of the contract, the Successful Bidder shall execute and furnish to the Owner three (3) original signed contracts and a Certificate of Insurance. 21. Affidavit of Bills Paid. Prior to final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 22. Bid Compliance. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire nor work any illegal alien. 23. Notice to Proceed. Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Calendar day count on the project shall commence within ten (10) calendar days after the date of the Notice to Proceed or when the contractor begins work, whichever occurs first. 24. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 1 -14 Bidding Documents 25. Silence of Specification. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. 26. Change Orders. No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting Contract. All change orders to the Contract will be made in writing by the Owner. 27. Assignment. The Successful Bidder shall not sell, assign, transfer or convey this Contract, in whole or in part, without the prior written consent of Owner. 28. Venue. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 29. Maintenance Bond. The Contractor shall provide a two -year Maintenance Bond in the amount of 50% of the value of the work at the completion of the project. The bond must be provided prior to final payment by the City. 30. Testing Requirements. The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the Contractor of all reports and laboratory test results. Testing by the City does not alleviate the contractor's responsibility for his own quality assurance /quality control testing. Contractor shall replace any deficient construction items at his own expense. 31. Overtime. "Hours worked before 8:00 a.m. or after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request or scheduled testing must be made in writing and approved by the City of Coppell. Seventy -two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." 1-15 Bidding Documents 32. Payment. CONTRACTOR shall submit Applications for Payment in accordance with Item 190.5 of the General Provisions. Applications for Payment will be processed by ENGINEER as provided in the General Provisions. 33. Documentation of existing conditions. Contractor must video and provide copy to City of existing conditions within entire work area prior to the start of construction. This is subsidiary to Pay Item #103 Preparing ROW. 34. Bid Security. Contractor must submit a bid security in the amount of five (5 %) percent of the amount of the maximum total bid as a guarantee that the Bidder will promptly enter into a Contract and execute a Performance, Payment and Maintenance Bonds on the forms included in the Contract Documents if awarded the contract. Acceptable Bid Security are: Certified or cashier's check made payable to the Owner. An approved Bidder's Bond underwritten by a surety named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. 35. Bonds Performance, Payment and Maintenance Bonds are required for this project and shall be provided in accordance with the General Conditions. 1-16 Bidding Documents BID FORM PROJECT IDENTIFICATION: I (NAME OF FIRM) Illi'.ilT. it X M..u_L _M.... _It . i CITY OF COPPELL BID NO: Bethel Road lI ST 03 -OIA in Coppell, Texas DATE City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 Q-0310-02 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15) days after the date of OWNER's Notice of Award. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): No: Date: Recd: 1 -17 Bidding Documents (b) 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. (c) BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTORs purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. (d) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or to supplement those referred to in (c) above) which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work as BIDDER considers necessary 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. (e) BIDDER has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (f) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1 -I8 Bidding 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, (h) This bid is genuine and not made in the interest of or on behalf of any undisclosed person, fnrn or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. (j) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. 4. Bidder understands that the work will be completed in multiple phases. Phasing will require move -ins by utility and paving contractors. 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. It is understood that time of completion will be a consideration in the award of the bid. 5. It is understood and agreed that the contractor's experience in this type of work will be a strong consideration in the award of the bid. 6. It is strongly recommended that each bidder visit the site prior to submitting a bid. Construction constraints exist, including traffic that could affect productivity. 7. BIDDER will complete the Work for the following price(s): 1 -19 Bidding Documents BETHEL ROAD 11, Phase (Bethel Road from Penfolds Lane to Denton Tap Road) Project # 5T 03 -01 A Bid No. UNIT PRICE BID SCHEDULE BASE BID Item No- Plan -01—nUty Unit Description and Price in Words Unit Price Total Price Mobilization (Max. 5% of Contract) 101 1 LS Dollars Cents Per Lump Sum Traffic Control 102 1 LS Dollars Cents Per Lump Sum Prep ROW 103 18 STA Dollars Cents Per Station Prepare and Implement SWPPP 104 1 LS Dollars Cents Per Lump Sum Project Signs 105 2 EA Dollars Cents Per Each Unclassified Excavation (Roadway & Channel) 106 3,850 CY Dollars Cents Per Cubic Yards Unclassified Compacted Earth Fill 107 1,250 CY Dollars Cents Per Cubic Yards 1-20 Bidding Documents BETHEL ROAD II, Phase (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST D3 -01A Bid No. Item —Up. Plan Quantity Unit Description and Price in Words Unit Mize Total Remove and Dispose of Asphalt Pavement 108 4,445 SY Dollars Cents Per Lump Sum Concrete Removal 109 1,412 SY Dollars Cents Per Square Yards Remove and Reset Existing Mailbox 110 1 EA Dollars Cents Per Linear Foot Remove Existing Concrete Pipe ( <m24" Diam) 111 151 LF Dollars Cents Per Linear Foot Remove Existing Concrete Pipe (>24" Diam) 112 160 LF Dollars Cents Per Linear Foot Remove Existing Inlet Box 113 5 EA Dollars Cents Per Each Adjust Existing Sanitary Sewer Manholes 114 9 EA Dollars Cents Per Each Adjust Existing Valve Box to Grade 116 2 EA Dollars Cents Per Lump Sum 1-21 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item No. Plan Uantity: Unit Description and Price in Words Unit Total Remove Existing and Install New Fire Hydrant and Valve Assembly 116 2 EA Dollars Cents Per Each 8" Lime Subgrade Treatment 117 8,353 SY Dollars Cents Per Square Yards Lime 118 175 TON Dollars Cents Per Ton 8" Reinforced Concrete Pavement with 6" Integral Curb 119 7,406 SY Dollars Cents Per Square Yards 10" Reinforced Concrete Pavement with 6" Integral Curb 120 552 SY Dollars Cents Per Square Yards 10" Reinforced Concrete Stamped Roadway - Crosswalks 121 237 SY Dollars Cents Per Square Yards 8" Reinforced Concrete Stamped Roadway - Crosswalks 122 282 SY Dollars Cents Per Square Yards 6" Reinforced Concrete Stamped Pavement - Medians 123 132 SY Dollars Cents Per Square Yards 1-22 Bidding Documents BETHEL ROAD 11, Phase (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item No. Plan Uantity: Unit Description and Price in Words Unit Erice Total Price 6" Reinforced Concrete Driveways 124 1,040 SY Dollars Cents Per Square Yards Asphalt Pavement for Pave Transition (6" HMAC) 125 194 SY Dollars Cents Per Square Yards Monolithic Median Nose 126 4 EA Dollars Cents Per Each Reinforced Concrete Pavement Street Headers 127 521 LF Dollars Cents Per Linear Foot 4" Reinf. Concrete Sidewalks 128 1,200 SY Dollars Cents Per Square Yards Barrier Free Ramps 129 14 EA Dollars Cents Per Each Raised Pavement Marker, Class C, Type Y 130 620 EA Dollars Cents Per Each Raised Pavement Marker, Class C, Type W 131 290 EA Dollars Cents Per Each 1-23 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -0'IA Bid No. Item Plan Unit Description and Price in Words Unit Total Raised Pavement Marker, Class C, Type I -A 132 174 EA Dollars Cents Per Each Raised Pavement Marker, Class C, Type I -C 133 370 EA Dollars Cents Per Each Pavement Markings 134 1 LS Dollars Cents Per Lump Sum Roadside Sign Assembly (Relocation) 135 5 EA Dollars Cents Per Each Roadside Sign Assembly (New Installation) 136 1 EA Dollars Cents Per Each Repair, Replace and/ or Modify Existing Irrigation Systems 137 1 LS Dollars Cents Per Lump Sum Repair, Replace and/ or Modify Existing Landscape 138 1 LS Dollars Cents Per Lump Sum Tree Protection 139 1,275 LF Dollars Cents Per Linear Foot 1-24 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project ## ST 03 -01A Bid No. Item Plan Quantltv Unit Description and Price in Words Unit Total Block Sodding 140 2,225 SY Dollars Cents Per Square Yards Combination Rail wlwindows (Tx Classic)(42" Tall) 141 740 LF Dollars Cents Per Linear Foot Safety Guardrail Termination 142 6 EA Dollars Cents Per Each TI-2 Transition 143 6 EA Dollars Cents Per Each Installation of Highway Traffic Signals 144 1 EA Dollars Cents Per Each Remove and Deliver Existing Traffic Signal Pole and Mast Arm Assembly 145 1 EA Dollars Cents Per Each Traffic Signal Pole Assembly 146 1 EA Dollars Cents Per Each Drill Shaft (30 in) 147 10 LF Dollars Cents Per Linear Foot 1-25 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project# ST 03 -0'IA Bid Igo. Item Plan Unit Description and Price in Words Unit Total Ped Pole Assembly (including foundation) 1 4 EA Dollars Cents Per Each Pedestrian Signal Sections (remove and relocate) 149 6 EA Dollars Cents Per Each Pedestrian Push Button and Sign Assemblies (remove and relocate) 15fl 6 EA Dollars Cents Per Each 2" PVC Conduit 151 71 LF Dollars Cents Per Linear Foot 3" PVC Conduit 152 1,921 LF Dollars Cents Per Linear Foot 3" PVC Conduit (BORED) 153 120 LF Dollars Cents Per Linear Foot Ground Boxes 164 8 EA Dollars Cents Per Each Backplate for 3- Section Signal Head 155 2 EA Dollars Cents Per Each 1-26 Bidding Documents BETHEL ROAD 11, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Uantitm: Unit Description and Price in Words Unit Price Total Price..- Backplate for 5- Section (House) Signal Head 156 4 EA Dollars Cents Per Each VEH SIG SEC (12 IN) LED (GRN ARM 157 4 EA Dollars Cents Per Each VEH SIG SEC (12 IN) LED (GRN) 158 6 EA Dollars Cents Per Each VEH SIG SEC (121N) LED (YEL ARM 159 4 EA Dollars Cents Per Each VEH SIG SEC (12 IN) LED (YEL) 160 6 EA Dollars Cents Per Each VEH SIG SEC (12 IN) LED (RED) 161 6 EA Dollars Cents Per Each 1 Conductor #6 Bare Wire 162 288 EA Dollars Cents Per Each 1 Conductor #8 XHHW Wire 163 296 LS Dollars Cents Per Lump Sum 1-27 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item NO. Plan Quantity Unit Description and Price in Words Unit EdGe.- Total Erice 1 Conductor #8 Bare Wire 164 296 LF Dollars Cents Per Linear Foot Traffic Signal Cable, 10 Conductor (TY A)(14 AWG) 165 352 LF Dollars Cents Per Linear Foot Traffic Signal Cable, 16 Conductor (TY A)(14 AWG) 166 252 LF Dollars Cents Per Linear Foot Traffic Signal Cable, 3 Conductor (TY A)(14 AWG) 167 252 LF Dollars Cents Per Linear Foot Video Imaging Vehicle Detection System, Camera Assembly 168 4 EA Dollars Cents Per Each Video Imaging Vehicle Detection System, Processing Unit 169 1 EA Dollars Cents Per Each Video Imaging Vehicle Detection System, Setup 170 1 EA Dollars Cents Per Each VIVDS Communication Cable 171 610 LF Dollars Cents Per Linear Foot 1-28 .Bidding Documents BETHEL ROAD II, Phase (Bethel Road from Penfolds Lane to Denton Tap Road) Project 4 ST 03 -01A Bid No. Item Plan Unit Description and Price in Words Unit Total Un €- Directional Opticom Detector (remove and relocate) 172 1 EA Dollars Cents Per Each Traffic Signal Confirmation Lights 173 4 EA Dollars Cents Per Each Relocate Illuminated Street Name (ILSN) Sign 174 1 EA Dollars Cents Per Each 18" RCP (CL 111) 175 20 LF Dollars Cents Per Linear Foot 21" RCP (CL Ill) 176 70 LF Dollars Cents Per Linear Foot 24" RCP (CL Ili) 177 100 LF Dollars Cents Per Linear Foot 30" RCP (CL 111) 178 288 LF Dollars Cents Per Linear Foot 36" RCP (CL 111) 179 320 LF Dollars Cents Per Linear Foot 1-29 Bidding Documents BETHEL ROAD 11, Phase 1 (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Unit Description and Price in Words Unit Total Trench Safety System for Storrs Drains, Water and Sanitary Sewer Lines 180 1,244 LF Dollars Cents Per Linear Foot Std. 5' Recessed Curb Inlet 181 2 EA Dollars Cents Per Each Std. 10' Recessed Curb Inlet 182 2 EA Dollars Cents Per Each Std. 20' Recessed Curb Inlet 183 2 EA Dollars Cents Per Each Std. 20' Curb Inlet wt Open Back 184 1 EA Dollars Cents Per Each 4' x 4' Drop Inlet 185 1 EA Dollars Cents Per Each Type A Storm Drain Manhole 186 1 EA Dollars Cents Per Each 16" C905 DR 18 PVC Waterline 187 388 LF Dollars Cents Per Linear Foot 1-30 Bidding Documents BETHEL ROAD II, Phase I (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01A Bid No. Item Plan Uantity, Unit Description and Price in Words Unit Eric Total 8" C900 DR 14 PVC Waterline 188 16 LF Dollars Cents Per Linear Foot 16" x 6" Tapping Sleeve and Valve 189 1 EA Dollars Cents Per Each 8" Gate Valve 190 1 EA Dollars Cents Per Each Air Release Valve (Type 1) 191 1 EA Dollars Cents Per Each 12" PVC Wastewater Pipe (SDR -35) 192 42 LF Dollars Cents Per Linear Foot Sanitary Sewer Manhole 193 1 EA Dollars Cents Per Each Remove Old Structure (Large)(Bridge)(TxDOT Item 104) 194 1 LS Dollars Cents Per Lump Sum Drilled Shaft (18 ")(TxDOT Item 418) 195 111 LF Dollars Cents Per Linear Foot 1-31 Bidding Documents BETHEL ROAD II, Phase 1 (Bethel Road from Penfolds Lane to Denton Tap Road) Project # 5T 03 -01A Bid No. Item Plan tiantitm, Unit Description and Price in Words Unit RE Total Price Drilled Shaft (30 ")(TxDOT Item 416) 196 236 LF Dollars Cents Per Linear Foot CL C Cone (Abutments & Wingwalls)(TxDOT Item (420) 197 58 CY Dollars Cents Per Cubic Yards CL C Conc (Bent)(TxDOT Item 420) 198 46 CY Dollars Cents Per Cubic Yards CL S Concrete (Appr Slab)(TxDOT Item 420) 199 222 CY Dollars Cents Per Cubic Yards Rip Rap (Conc)(CL 13)(5 IN)(TxDOT Item 432) 200 337 CY Dollars Cents Per Cubic Yards Reinforced Concrete Slab (Bridge)(TxDOT Item 422) 201 7,367 SF Dollars Cents Per Square Foot Prestressed Concrete Beam (Type C)(TxDOT Item 425) 202 760 LF Dollars Cents Per Linear Foot Armor Joint (With Seal)(TxDOT Item 454) 203 87 LF Dollars Cents Per Linear Foot 1- 32 Bidding Documents BETHEL ROAD 11, Phase (Bethel Road from Penfolds Lane to Denton Tap Road) Project # ST 03 -01 A Bid No. Item Plan Unit Description and Price in Words Unit Total Cement Treated Base Backfill (TxDOT Item 5326) 204 520 CY Dollars Cents Per Cubic Yard Decorative Railing at Bridge 205 256 LF Dollars Cents Per Linear Foot Mechanically Stabilized Earth Retaining Walls 206 1,990 SF Dollars Cents Per Square Foot TOTAL BID ITEMS BASE BID 101 thru 206 $ TANGIBLE PERSONAL PROPERTY COST $ 1-33 Bidding Documents BID SUMMARY SUBTOTAL BID ITEMS #100 THRU #206 $ TOTAL BID ITEMS BASE BID (A) 270 CALENDAR DAYS The awarded contract amount will be on the basis of the Base Bid (A) only. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 9. BIDDER understands that the Owner is exempt fiom 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). 10. 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 -34 Bidding Documents PROPOSAL GUARANTY ➢ A Proposal Guaranty shall be provided in accordance with Item 102.5 of the Standard Specifications for Public Works Construction — North Central Texas Council of Governments Fourth Edition. SUBMITTED ON Signature: 1 -35 Bidding 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 ninety (90) calendar days from the date of the bid opening. STATE OF COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared who after being by me Name duly sworn, did depose and say: "I Name Name of Firm 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 opening of this bid. Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly or indirectly concerned in any pool, agreement or combination thereof, to control the price of services/ commodities bid on, or to influence any individual(s) to bid or not to bid thereon." Name and Address of Bidder: Telephone: ( ) by: Title: Signature: SUBSCRIBED AND SWORN to before me by the above named on this the day of 20 Notary Public in and for the State of am a duly authorized office /agent for and have been duly authorized to execute the 1-36 Bidding Documents If BIDDER IS: An Individual By doing business as Business address (Seal) (individual's Name) Phone No. A Partuershin By (Firm Name) (General Partner) Business address Phone No. A Corporation By (Corporation Name) (State of Incorporation) By (Name of person authorized to sign) (Title) (Corporate Seal) Attest Business address (Secretary) Phone No. A Joint Venture 'J (Name) (Address) By (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 -37 Bidding Documents PREVAILING WAGE RATES Air Tool Operator . ............................... 9.00 Asphalt Raker ..... ............................... 9.55 Asphalt Shoveler .. ............................... 8.80 Batching Plant Weigher ........................11.51 Crane, Clamshell, Backhoo, Carpenter .......... ............................... 10.30 Concrete Finisher- Paving ...................... 10.50 Concrete Finisher - Structures ................... 9.83 Concrete Rubber .. ............................... 8.84 Electrician .............. ..........................15.37 Milling Machine Operator ........................... Flagger.................. ........................... 7.55 Form Builder- Structures ........................ 9.82 Form Liner - Paving and Curb .................. 9.00 Form Setter- Paving and Curb .................. 9.24 Form Setter - Structures ......................... 9.09 Laborer - Common . ............................... 7.32 Laborer - Utility .... ............................... 8.94 Mechanic.......... ............................... 12.68 Oiler............... ............................... 10.17 Servicer............ ............................... 9.41 Painter - Structures ............................... 11.00 PipeLayer ......... ............................... 8.98 Blaster ............. ............................... 11.50 Asphalt Distributor Operator .................. 10.29 Asphalt Paving Machine ..................... 10.30 Broom or Sweeper Operator .................... 8.72 Bulldozer........ ............................... 10.74 Concrete Curing Machine ...................... 9.25 Concrete Finishing Machine .................. 11, I3 Concrete Paving Joint Machine ...............10.42 Truck Driver - Single Axle light ..................... Concrete Paving Joint Sealer .................. 9.00 Truck Driver Lowboy /Float ................... 10.44 Truck Driver - Transit Mix ...................... 9.47 Truck Driver- Winch ............................ 9.00 Vibrator Operator -Hand Type .................. 7.32 Welder ............ ............................... 11.57 Concrete Paving Saw . ............................... 10.39 Concrete Paving Spreader . ..........................10.50 Slipform Machine Operator .......................... 9.92 Crane, Clamshell, Backhoo, Derrick, Dragline, Shovel ........................... 11.04 Foundation Drill Operator Crawler Mounted..... 10.00 Foundation Drill Operator Truck Mounted ....... 11.83 Front End Loader ...... ............................... 9.96 Milling Machine Operator ........................... 8.62 Mixer.................. ............ .................... 10.30 Motor Grader Operator Fine Grade ............... 11.97 Motor Grade Operator ............................... 10.96 Pavement Marking Machine ......................... 7.32 Roller, Steel Wheel Plant -Mix Pavements ......... 9.06 Roller, Steel Wheel Other Flatwheel or Tamping......... ............................... 8.59 Roller, Pneumatic, Self - Propelled .................. 8.48 Scraper................... ............................... 9.63 Tractor - Crawler Type ............................... 10.58 Tractor - Pneumatic ..... ............................... 9.15 Traveling Mixer ........ ............................... 8.83 Wagon - Drill, Boring Machine ..................... 12.00 Reinforcing Steel Setter Paving .................... 13.21 Reinforcing Steel Setter Structures ................ 13.31 Steel Worker- Structural ............................ 14.80 Spreader Box Operator .............................. 10.00 Work Zone Barricade .. ............................... 7.32 Truck Driver - Single Axle light ..................... 8.965 Truck Driver - Single Axle Heavy .................... 9.02 Truck Driver - Tandem Axle Semi Trailer ......... 8.77 I -38 Bidding Documents SECTION 4 SPECIFIC PROJECT REQUIREMENTS SPECIFIC PROJECT REQUIREMENTS The construction specifications, which apply to this project are the Standard Specifications for Public Works Construction - North Central Texas Council of Governments Fourth Edition. The following Specific Project Requirements contain general and specific project requirements applicable to this project in the City of Coppell. These individual specifications control for this project. Additional amendments to the NCTCOG Standard Specifications are contained in Section 3 - Supplementary Conditions to the Standard Specifications for Construction. In the event that an item is not covered in the Project Drawings (Construction Plans) and these Specifications, then the Standard Specifications for the City of Coppell, Texas shall apply. In addition, reference to the following shall be considered as referring to the specifications or Method of Test as set forth by these organizations and shall be considered as part of the Specifications when referenced. A.S.A. American Standards Association A.S.T.M. American Society of Testing Materials A,A.S.H.T.O. American Association of State Highway & Transportation Officials A.C.I. American Concrete Institute A.W.S. American Welding Society A.W.W.A. American Water Works Association S.S.P.C. Steel Structures Painting Council, Federal Specifications Treasury Department U.L. Underwriters Laboratories N.E.M.A. National Electrical Manufacturers Association W.P.C.F. Water Pollution Control Federation TX.DOT Texas Department of Transportation C.D.G.S. City of Dallas General Specifications S.S.P.W.C.N.C.T. Standard Specifications for Public Works Construction North Central Texas T.M.U.T.C.D. Texas Manual on Uniform Traffic Control Devices 4 -2 Specific Project Requirements 1.1 OWNER: The "OWNER" or "City" as referred to in these Specifications is the City of Coppell, 255 Parkway Boulevard, P.O. Box 9478, Coppell, Texas 75019. 1.2 ENGINEER: The "Engineer" as referred to in these Specifications is the City Engineer, City of Coppell, Engineer of the Owner, or such other representatives as may be authorized by said owner to act in any particular position. 1.2a CONSULTING ENGINEER: Wherever the word 'Design Engineer" is used in the Specifications and Contract Documents, it shall be understood as referring to the Design Engineer or his authorized representative, Freese and Nichols, Inc., 1701 N. Market Street, St #500, Dallas, TX 75202. 1.3 STANDARD CONSTRUCTION SPECIFICATIONS FOR THE CITY OF COPPELL: All improvements described in this Proposal and Construction Drawings shall be performed in accordance with the Project Drawings and Specifications. In the event that an item is not covered in the Project Drawings and Specifications, then the City of Coppell Standard Construction Details (Ord. #2006 - 1129), and Appendix `C' Design Criteria and Standards in the City of Coppell Subdivision Ordinance (Ord. #94 -643) shall apply. 1.4 SITE: The Contractor shall limit his work to the area shown on the Project Drawings as within the street right -of -way. Entrance onto private property shall be at the expressed approval of the ENGINEER, only. 1.5 PROJECT DESCRIPTION: This work shall consist of the reconstruction of Bethel Road extending from Penfolds Lane to Denton Tap Road. This project will include the removal of existing pavement, unclassified excavation, the construction of new pavement, the construction of a new bridge, the installation of related drainage, water and sanitary sewer improvements and all appurtenant work as laid out and described in the construction plans. Work shall include all components necessary for the "turn key" construction of the roadway and related improvements as shown in the plans for Project No. ST 03 -01 A. 1.6 EXPLANATION OF CONTRACT TIME & BRIDGE CONSTRUCTION TIME: In the event the Contractor completes the contract prior to the expiration of the Original Contract Time, the Owner will pay the Contractor an incentive payment of the Daily Value amount specified in Item 20 of the Instructions to Bidders in the Contract Documents for each calendar day the actual completion date precedes the Original Contract Time and subject to the conditions set forth below. In the event the Contractor completes the Bridge Construction prior to the expiration of the Bridge Construction Time, the Owner will paythe Contractor an incentive payment specified in Item 20 of the Instructions to Bidders in the Contract Documents. The term "Original Contract Time" and "Bridge Construction Time" as used in herein will mean the number of calendar days established by the Owner for completion of the work of the Contract and/ or Bridge Construction on the date the Contract was executed and Bridge Construction begins as termed by the Owner. The term "calendar day" as used in this Article will mean every day shown on the calendar. Calendar days will be consecutively counted from commencement of Contract Time and/ or Bridge 4 -3 Specific Project Requirements Construction Time regardless of weather, weekends, holidays, suspensions of Contractor's operations, delays or other events as described herein. For purposes of the calculation and the determination of entitlement to the incentive payment stated above, the Original Contract Time and/ or Bridge Construction Time will not be adjusted for any reason, cause or circumstance whatsoever, regardless of fault, save and except in the instance of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner). The parties anticipate that delays may be caused by or arise from any number of events during the course of the Contract and/ or Bridge Construction, including, but not limited to, work performed, disruptions, permitting issues, actions of suppliers, subcontractors or other contractors, actions by third parties, weather, weekends, holidays, or other such events, forces or factors sometimes experienced in roadway construction work. Such delays or events and their potential impacts on performance by the Contractor are specifically contemplated and acknowledged by the parties in entering into this Contract, and shall not extend the Original Contract Time and/ or Bridge Construction Time for purposes of calculation of the incentive payment set forth above. Further, any and all costs or impacts whatsoever incurred by the Contractor in accelerating the Contractor's work to overcome or absorb such delays or events in an effort to complete the Contract prior to expiration of the Original Contract Time and/ or Bridge Construction Time, regardless of whether the Contractor successfully does so or not, shall be the sole responsibility of the Contractor in every instance. In the event the project is altered by work deleted, change orders, supplemental agreements, utility conflicts, design changes or defects, extra work, right of way issues, or other situations which are not the fault of or a direct result of contractor negligence which may impact the critical path of the project construction schedule, the Owner may choose to negotiate the extension or reduction of the Original Contract Time and/ or Bridge Construction Time with the Contractor. In the event of a catastrophic event (i.e., war, invasion, riot, declared state of emergency, national strike, or other situations as declared by the Owner) directly and substantially affecting the Contractor's operations on the Contract, the Contractor and the Owner shall agree as to the number of calendar days to extend the Original Contract Time and/ or Bridge Construction Time so that these such extended "Times ", will be used in calculation of any incentive payment. In the event the Contractor and Owner are unable to agree to the number of calendar days to extend the Original Contract Time and/ or Bridge Construction Time, the Owner shall unilaterally determine the number of calendar days to extend the Original Contract Time and/ or Bridge Construction Time reasonably and necessary and due solely to such catastrophic event and the Contractor shall have no right whatsoever to contest such determination, save and except that the Contractor establishes that the number of calendar days determined by the Owner were arbitrary or without any reasonable basis. The Contractor shall have no rights under the Contract to make any claim arising out of this incentive payment provision except as is expressly set forth in this Provision. As conditions precedent to the Contractor's entitlement to any incentive the Contractor must: 1. Actually complete all Contract requirements, including the completion of all punch list work, and obtain final acceptance by the Owner prior to expiration of the Original Contract Time and/ or Bridge Construction Time. 4 -4 Specific Project Requirements 2. The Contractor shall notify the Owner in writing, within 30 days after the final acceptance of the Contract by the Owner, that the Contractor elects to be paid the incentive payment which the Contractor is eligible to be paid based on the actual final acceptance date, and such written notice shall constitute a full and complete waiver, release and acknowledgement of satisfaction by the Contractor of any and all claims, causes of action, issues, demands, disputes, matters or controversies, of any nature or kind whatsoever, known or unknown, against the Owner, its employees, officers, agents, representatives, consultants, and their respective employees, officers and representatives, the Contractor has or may have, including, but not limited to, work performed, work deleted, change orders, supplemental agreements, delays, disruptions, differing site conditions, utility conflicts, design changes or defects, time extensions, extra work, right of way issues, permitting issues, actions of suppliers or subcontractors or other contractors, actions by third parties, shop drawing approval process delays, expansion of the physical limits of the project to make it functional, weather, weekends, holidays, suspensions of Contractor's operations, extended or unabsorbed home office or job site overhead, lump sum maintenance of traffic adjustments, lost profits, prime mark -up on subcontractor work, acceleration costs, any and all direct and indirect costs, any other adverse impacts, events, conditions, circumstances or potential damages, on or pertaining to, or as to or arising out of the Contract. This waiver, release and acknowledgement of satisfaction shall be all- inclusive and absolute, save and except any routine Owner final estimating quantity adjustments. Should the Contractor fail to actually complete the Contract and obtain final acceptance by the Owner prior to expiration of the Original Contract Time and/ or Bridge Construction Time, or should the contractor, having timely completed the Contract and obtained final acceptance by the Owner prior to expiration of the Original Contract Time and/ or Bridge Construction Time, but having failed to timely request the incentive payment for any reason, and including but not limited to the Contractor choosing not to fully waive, release and acknowledge satisfaction as set forth in (2) above, the Contractor shall have no right to any payment whatsoever under this Article. Notwithstanding the Contractor's election or non- election of the incentive under this provision, the disincentive provision applies to all circumstances where the work in the Contract is not finally accepted by the Original Contract Time and/ or Bridge Construction Time. As noted in the plans and in Item 20 of the Instructions to Bidders in the Contract Documents, Bethel Road Bridge may be completely closed to traffic for a maximum of 150 Calendar days. Should the Contractor fail to comply with these requirements, the Contractor shall have no right to any incentive payment whatsoever under this Article. Should the Contractor fail to complete the Contract on or before the expiration of the Original Contract Time and/ or Bridge Construction Time, as adjusted in accordance with the provisions above, the Owner shall deduct from the moneys due the Contractor the Daily Value specified in the Contract Documents for each calendar day completion exceeds the Original Contract Time and/ or Bridge Construction Time. This deduction shall be the disincentive for the Contractor's failing to timely complete the Contract. This shall be strietly enforced. 4 -5 Specific Project Requirements In the event the Contractor elects to exercise this incentive payment provision, should this provision conflict with any other provision of the Contract; the Contract shall be interpreted in accordance with this provision. Any reference to "Substantially Complete" shall be interpreted to be complete with the Contract with no work remaining on the project. 1.7 SAFETY PRECAUTIONS: The Contractor shall comply with all applicable laws including the Occupational Safety and Health Act of 1970, ordinances, rules, regulations and order of any public authority have jurisdiction for the safety of persons or property to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1.8 SURVEY AND FINISHED GRADES: Horizontal and vertical control is provided by the owner as shown on the plans. The Contractor shall be responsible for layout and staking of all grades and lines for construction utilizing qualified survey personnel. The Contractor shall preserve all stakes or markings until authorized by the Engineer to remove same. The Contractor shall bear the cost of the re- establishing any control or construction stakes destroyed by either him or a third party and shall assume the entire expense of rectifying work improperly constructed due to failure to maintain established points and marks. No separate payment shall be made to the Contractor for construction staking which shall be considered incidental to the project and payments made under specific Pay Items shall be considered as full compensation for these requirements. 1.9 CONFORMITY WITH DRAWINGS: All work shall conform to the lines, grades, cross - sections, and dimensions shown on the Drawings. Any deviation from the Drawings which may be required by the exigencies of construction will be determined by the Engineer and authorized by him in writing. 1.10 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent laboratory acceptable for testing as required by the construction plans and standard specifications. The Contractor shall bear all related costs of retests, or reinspections. The Contractor shall notify the ENGINEER in a timely manner of when and where tests or inspections are to be made so that they may be present. One copy shall be provided to the contractor of all reports and laboratory test results. Testing by the Owner does not alleviate the contractors' responsibility for his own quality assurance /quality control testing. Contractor shall replace any deficient construction items. 1.11 SUSPENSION OF WORK: If the work should be stopped or suspended under any order of the court, or other public authority, the Owner may at any time during suspension upon seven days written notice to the Contractor, terminate the Contract. In such an event, the Owner shall be liable only for payment for all work completed plus a reasonable cost for 4 -6 Specific Project Requirements any expenses resulting from the termination of the Contract, but such expenses shall not exceed $5,000. 1.12 PRESERVATION OF TREES: Permission of the Engineer must be obtained for removal of trees that obstruct the installation of the improvements as outlined for this project in these Contract Documents. The penalty for the removal or destruction of a tree without obtaining written permission from the Engineer shall be $500.00 per caliper inch payable to the Owner. If damage is occurring or is likely to continue, tree guards shall be erected when so directed by the Engineer at the Contractor's expense. 1.13 COOPERATION OF CONTRACTOR: The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective of the amount of work contracted. The Superintendent and the Contractor shall be responsible for supervision of all work performed by the subcontractor at all times during construction. 114 WARNING DEVICES: The Contractor shall have the responsibility to provide and maintain all warning devices and take all precautionary measures required by law to protect persons and property while said persons or property are approaching, leaving or within the work site or any area adjacent to said work site. Compensation will be paid to the Contractor for the installation or maintenance of any warning devices, barricades, lights, signs or any other precautionary measures required by law for the protection of persons or property under pay item to Furnish, Install and Maintain Traffic Control Devices. The Contractor shall assume all duties owned by the City of Coppell to the general public in connection with the general public's immediate approach to and travel through the work site and area adjacent to said work site. Where the work is carried on, in, or adjacent to, any street, alley, sidewalk, public right-of- way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs and other precautionary measures for the protection of persons or property as are required by law. The Contractor shall submit a traffic control plan to be reviewed by the City prior to the beginning of work. In preparing the traffic control plan, the contractor shall take into account that the project will be constructed in multiple phases. The contractor shall be responsible for placing notices on private residences prior to the beginning of each phase that shows revised traffic patterns. No lane shall be barricaded before 9:00 a.m. or after 4:00 pm. The Contractor's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights, and other precautionary measures shall not cease until the project shall have been fully and finally accepted by the Owner. 4 -7 Specific Project Requirements If the Engineer discovers that the Contractor has failed to comply with the applicable federal and state law (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs or other precautionary measures for the protection of persons or property), the Engineer may order such additional precautionary measures as required by law to be taken to protect persons and property, and to be reimbursed by the Contractor for any expense incurred in ordering such additional precautionary measures. In addition, the Contractor will be held responsible for all damages to the work and other public or private property due to the failure of warming devices, barricades, signs, lights, or other precautionary measures in protecting said property, and whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. If the damages are not corrected in a timely fashion, then the City shall have the right to repair the damage and charge the cost back to the Contractor. All of this work is considered incidental to pay item I -48 — Traffic Control. 1.15 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY: In regards to existing utilities, structures and other property within, crossing or adjacent to the site, the Contractor understands and accepts the following conditions: a. Prior to any excavation, the Contractor shall determine the locations of all existing water, gas sewer, electric, telephone, telegraph, television, and other underground utilities and structures. This includes the water and sanitary sewer services. b. After commencing the work, the Contractor will use every precaution to avoid interferences with existing underground and surface utilities and structures, and protect them fiom damage. C. Where the Iocations of existing underground and surface utilities and structures are indicated, these locations are generally approximate, and all items that may be encountered during the work are not necessarily indicated. The Contractor shall determine the exact locations of all items indicated, and the existence and locations of all items not indicated. d. The Contractor shall repair or pay for all damage caused by his operations to all existing utilities, public property, and private property, whether it is below ground or above ground, and he shall bear sole responsibility to settle the total cost of all damage suits which may arise as a result of this operations. e. To avoid unnecessary interferences or delays, the Contractor shall coordinate all utility removals, replacements and construction directly with the appropriate utility company. 1.16 DRAINAGE: The Contractor shall maintain adequate drainage at all times. 4 -8 Specific Project Requirements 1.17 PROJECT MAINTENANCE: The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of the contract. 1.18 CLEANUP: During Construction The contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same fiom any portion of the job site when it becomes objectionable or interferes with the progress of the project, and/or when requested to do so by the Owner. Final Upon completion of the work, the Contractor shall remove from the site all plant, materials, tools and equipment belonging to him and leave the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new - appearing condition. 1.19 INSPECTION: The word "Inspection" or other forms of the word, as used in the contract documents for this project shall be understood as meaning an Owner's agent will observe the construction on behalf of the Owner. The agent will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. 1.20 DISPOSAL OF WASTE AND SURPLUS EXCAVATION: All trees, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction of the various improvements shall be removed from the property by the Contractor. Any required burning and/or disposal permits shall be the sole responsibility of the Contractor. All excavated materials in excess of that required for backfilling shall be removed from the job site and disposed of in a satisfactory manner by the Contractor. 1.21 WATER FOR CONSTRUCTION: The Contractor shall make the necessary arrangement for securing and transporting all water required in the construction of this project, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense. 1.22 GUARANTEE: All work shall be guaranteed against defects resulting from the use of inferior materials, equipment or workmanship for a period of two (2) years from the date of final completion and acceptance of the project. 4 -9 Speck Project Requirements SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 1.1 GENERAL: A. Contractor to submit Shop Drawings, Product Data and Samples as required by the Contract Documents and as specified in other sections of the specifications. 1.2 SHOP DRAWINGS: A. As soon as practicable after contract award, submit to the Engineer, for review, the required number of bound copies of shop drawings of all items as specified in the various sections of these specifications, accompanied by letters of transmittal. B. Shop drawings shall include: Manufacturer's catalog sheets and/or descriptive data for materials and equipment; showing dimensions, performance characteristics, and capacities and other pertinent information as required to obtain approval of the items involved, C. No work requiring shop drawings will be executed until review and acceptance of such drawings has been obtained, 1,3 PRODUCT DATA: A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. B. Manufacturers standard schematic drawings and diagrams: 1. Modify drawings and diagrams to delete information that is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.4 SAMPLES: Provide samples as indicated in other parts of these specifications. 1.5 CONTRACTOR RESPONSIBILITIES: A. Review Shop Drawings and Product Data prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. 4 -10 Specific Project Requirements C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Begin no work that requires submittals until return of submittals with Engineer's review. E. Keep one (1) approved copy of shop drawings or product data at job site at all times. 1.6 SUBMISSION REQUIREMENTS: A. Make submittals promptly and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Number of submittals required: 1. For shop drawings and product data: Submit the number of copies that the contractor requires, plus two that will be retained by the Engineer. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title. 3. The names of: a. Contractor b. Supplier c. Manufacturer 4. Identification of the product. 5. Field dimensions, clearly identified as such. 6. Relation to adjacent or critical features of the work or materials. 7. Applicable standards, such as ASTM or Federal Specification numbers. S. Identification of deviations from Contract Documents. 9. Identification of revisions on re- submittals. 10. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and alcoordination of the information within the submittal with requirements of the work and of Contract Documents. 11. Fabrication and erection drawings lists and schedules. 12. Basis of design and design calculations signed and sealed by a registered professional engineer. 13. Seal and signature of a register engineer on all structural submittals. D. REVIEW: 1. Shop drawing and product data information review will be general. Such review will not relieve the contractor of any responsibility and work required by the Contract. 2. Satisfactory shop drawings will be so designated and all sets, except four (4), returned to the Contractor. Rejected shop drawings will be so designated 4 -11 Specific Project Requirements and all sets except two (2) will be returned to the Contractor, with indications of the required corrections and changes. 3. Rejected shop drawings will be corrected and resubmitted to the Engineer for Acceptance. 1.7 RESUBMISSION REQUIREMENTS: A. Make any corrections or changes in the submittals required by the Engineer and resubmit until accepted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes that have been made other than those requested by the Engineer. 1.8 ENGINEER'S RESPONSIBILITIES: A. Review submittals with reasonable promptness. B. Affix stamp and initials or signature, and indicate requirements for re- submittal, or acceptance of submittal. C. Return submittals to Contractor for distribution, or for resubmission. 4 -12 Specific Project Requirements