Loading...
ST9801-CN 990222'by: FREESE & NICHOLS FREESE ° NICHOLS Architecture Aviation Construction Management Dams & Spillways Drainage Electrical Engineering Environmental Science Fire .Protection Rood Management Levees & Canals Mechanical Engineering Pipefine Design Plumbing Design Pump Station Design Rer~mdiadon Site Development Streets & Highways Structural Engineering .'2, i.i.:, Water Resource Planning ~ Water ~>~,,.~.5:+ Tr~smission Sysmms .~.>.-.:-,. ..... I ' "I' Telecommunications Utilities Solid Waste Facilities 2 1492B2565 21T2565 02/22/99 /"~0PM Job 439 Page 1 1341 W. Mockingbird Lane, Suite 230-E, Dallas, Texas 75247-4922 214/920-2500 · FAX214/920-2565 . www. freese.com FAX TRANSMITTAL SHEET To: C L'+,4 C pF I Fax No.: FroHi: Date: Total number of pages, including transmittal sheet: Charge: Comments: Cope l l kad O, dder, d,,~4t't I[ there is a problem receiving any pages, please call Kathryn at 214/92()-25(X). 'i .... T' " r enl:,by: FREESE & N'rCHOLS 2149202565 02/22/99 4:51PM Job 439 Page 2 B 1D DATE: CITY OF COPPELL COPPELt ROAD IMPROVEMENTS PROJECT NO. ST 98-01 CITY OF COPPELL BID NO: Q-0199-03 ADDENDUM NO. 1 February 22, 1999 Thursday, Febnlary 25, 1999 until 2:00 pm BID LOCATION: Purchasing Agent City of Coppell Town Center 225 Parkway Boulevard Coppell, Texas 75019 The following additions, deletions, modifications, or clarifications shah be made to the appropriate sections of the plans and specifications and shah become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid fortn. Copies of this Addendum No. I will be faxed to all nlan holders on Monday. February 22, 1999. This Addendum No. I includes conies of roadway cross sections. The original cony of the .bid addendum and roadway cross sections must be picked-up by prospective bidders at the office of Freese and Nichols. Inc.. 1341 W. Mockingbird Ln., Suite 230-E, Dallas. Texas 75247 (214-920-2500). SECTION 1 - BIDDING AND CONTRACT DOCUMENTS: Al-I Reference Page [ 1 - 12] Addition: Add the following paragraph 30. Bid Security Each Bid must be accompanied by a certified or cashier's check or an approved Bid 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, for the sum of five (5%) percent of the amount of the maximum total bid as a guarantee that, if awarded the contract, the Bidder will promptly enter into a Contract and execute a PertBrrnance, Payment and Maintenance Bond on the forms included in the Contract Documents. Certified or cashier's check shall be made payable to the Owner. Addendum No. 1 Project No. ST 98-01 2-22-99 FREESE & NICHOLS 21492O2565 02/22/99 ,~.i,~1PM ' Job 439 Page 3 A I -2 BID FORM Modification: Delete this section (Page 1 - 13 to Page I -3 ! ) and replace it with the Bid Form included with this Addendure. Two copies of the revised t'om~ are to be attached to the co nu'ac t documents and submitted with the Bid. Mt~dification: The lbllowing moditications havc been made to the bid li~rm: Item la- 13: Item la-21: Item Ib- i 6: Item Ib-65: Modilied description to show 6" Gate Valve. Modilied quantity from 330 SY to 750 SY to include temporary 6" HMAC Roadway Material lbr pavement required Ibr construction sequencing and traffic control. Moditied quantity from 452 SY to 362 SY. Added this Item for 96" RCP Sloped End Treatment SECTION 2: SUPPLEMENTARY CONDITIONS: AI-3 Retirenee Page [2-6'1 Deletion: Delete 'all amendments to this Item in their entirety and conlbrm with Item 1.42 Irkspection and Tests as written in the NCTCOG Standard Specilications. SECTION 3: SPECIFIC PROJECT REOUIREMENTS AI-4 Reference Page 1'3-4], Paragraph 1.1 l Modification: Replace this paragraph in its entirety with the lbllowing: 1.11 TESTING LABORATORY SERVICE: The Owner shall make arrangements with an independent laboratory acceptable tbr all backtill compaction, concrete and other testing as required by the construction plans and standard specilications. The Co ntractor sha~ bear all related costs ofretest, o r reinspection. The Contractor shall notify the ENGINEER in atimely mannerof 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 hlx~ratory test results. Testing by the City does not alleviate the Contractors' responsibility tbr his own quality assurance/quality control testing. Contractor shall replace any deficient construction items. AI-5 Reference Page ['3-7 }, Paragraph 1.22 Addition: Add the tbllowing two sentences to the end of this paragraph. A construction meter can be picked up at the City's Public Works office. The City will provide necessary water only for testing of the waterline. Addendum No. ! Project No. ST 98-(}1 2-22-99 ~:~:ent by: FREESE & NICHOLS 2149202565 02/22/99 4~2PM Job 439 Page 4 Rel~rence Page 1.3-8], Paragraph 1.25 Addition: Add the tiffiowing to the end of the paragraph. Coppell Road can 'also be closed between Parkway Bivd. and Westminster Way with City Council approval during the time the 3- I ()'x6 'MBC k~ constructed. It is desired that two way u'affic be rmfintained, however based on City approval, portions of the roadway may be turned to one way traffic ti~r a portion of the construction sequence. SECTION 4: DESCRIPTION OF PAY ITEMS: AI-7 Reference Page [4-5], Paragraph [Pay Item Ia-21: Temporary Roadway Matedall. Clarilication: This item shall be paid on the actual SY used Ibr temporary HMAC pavement to replace pavement over the waterline and other utility line construction, and a,s required to construct temporary HMAC pavement transitions and roadway widening to comply with the Contractors approved construction sequencing and traffic control plan. AI-8 Reference Page [4-6], Paragraph [Pay Item lb-I: Preparation of Right-ol~WayJ. Clarificatio n: Thk~ item shall include the removal of any concrete pads, drive approaches, walls or other concrete structures to the limits of the proposed right-of-way. Them are several li'anchi~e utility lines within the ROW that will be removed by others. There is an old 2"- 4" g&q se~wice line along the north-sou th portion of the roadway along the east ROW that ks not shown on the plans. It will be relocated or abandon by others. The existing waterline to be abandon sha/l require the removal on all gate valves and valve risers (salvage to City of Coppel]) and shaD. be plugged with concrete. If during excavation the waterline is exposed or broken it shall be removed and plugged as required to complete excavation and stabilization. There will be no separate pay fi}r abandoning the waterline. AI-9 Rel~rence Page [4-6], Paragraph [Pay Item lb-2: Erosion and Sediment Control During Construction] Clarification: The contractor is responsible tbr preparing and executing a site specilic Storm Water Pollution Prevention Plan (SWPPP)/br this pro. k~ct. Any conflicts between notes on the plark~ and this item shall be resolved with wording from this item. The contractor may u~ the erosion and sediment control plan included within the plans in the preparation of the SWPPP. This plan identifies minimum requirements and shall in no means relieve the contractor of his responsibilities )i3r erosion and sediment control during all phases of construction. AI-II) Re~rence Page[4-7], Paragraph [Pay Item Ib-6,7: Unclassilied Street Excavation & Compacted Frill Addition: As part of this Addendure No. I, the Engineer is providing the prospective bidders with a copy of the computer generated roadway cross section for their u~ in preparing Addendure No. 1 Project No. ST 98-01 2-22-99 FREESE & NICHOLS 214~,02565 02/22/99 4~,;,~3PM Job 439 Page 5 A1-11 A!-I2 Al-13 AI-14 Ai-15 roadway cut/till quantities. These cross sections are provided tbr intimnational purposes only. The Engineer is not responsible lbr the accuracy or adequacy of these cross sections in determining cuff fill takeoffs. Chtri~cation: It is anticipated that the on-site material from excavation will be suitable roadway fills. The contractor shall stockpile top soil grade materi al lbr use in final grading o f parkways and areas to be sodded or hydro-mulch seeded. The quantity of compacted ks based on required roadway fills and the fill over the 3bbl- 10'x6' MBC. The select fill material shown over the MBC structure is included in the quantity lbr compacted tiff. Retirenee Page [4-8 [, Paragraph [Pay Item lb-16: 6" Reinlbrced Concre, te Driveways] Clarilicatio n: The quantity ofreinforced concrcte driveways is 'based on cormtructing standm'd City of Coppell driveways at six locations: Sta 2+20.63, Sta 3+24.78, Sta 4+ 63.9 I, Sta 6+01.85, Sta 41 +04.95 and Sta 50+32.22. Reference Page [4-10], Paragraph [Pay Item Ib-27: 'l~'allic C. ontrol and BarricadeSl Clarification: The contractor is responsible tbr all temporary signage along Co ppell Road, SH 12 I, Sandy Lake Rd. and all intersecting and detour streets to notify motorists of road closures, detouring, and modilications to standard traffic flow in accordance with MUTC D standards. The proposed traffic control p'lan and signage plan shah be appro red by the City prior to construction of any phase of the work. Retirerice Page [4-151, Paragraph [Pay Item Ib-57: Tree Removal] C'laritication: The contractor shall include stump removal as part of the cost lbr tree tenroyal. Trees to be removed and replaced sh'~ require that the entire "tree ball" of the newlyp'lantcd trees be removed and replanted at the localiotas identified. Ret~rence Page [4-161, Paragraph [Pay Item Ib-60,6 !: Block Sodding and Hydromulch Seeding.] Clarffic alton: The contractor shall prepare all areas to be sodded or seeded with 4" o f to pso il grade material salvaged from the roadwayexcavation. There will be no pay lbr salvaged top soil or any top soil required to be imported as rcquired to prepare the areas/br sodding and seeding. The top surl'ace shall be flee of rocks and approved by the City prior to sodding or seeding. Reference Page [4-17], Paragraph [Pay Item ib-65: 96" RCP Sloped End Treatmentl Additions: Add this new pay item for the 96" RCP sloped end trcatmcnt. This item shall consist ofa premanufactured sloped end treatment at a 3:1 slope per the plans. This item shall.comply with 'idl requirements Ibr reinlbrced concrete pipe. The price bid per each shall be full compensation thr all materials, labor, equipment and incidentals nece&sary to complete, the work. Clarifications: The access to the 96" RCP shall be within the City' s existing 201i. drainage easement over the existing pipe. The contractor shall m~dntain access to the existing co nstructkm trailers Ibr the Mareions at 'all times, It is anticipated that the construerio n lbr the Addendum No. 1 Project No. ST 98-01 2-22-99 FREESE & NZCHOLS 21~,~02565 02/22/99 4,,~PM Job 439 Page Mansions will be completed by May, 19~1. Contractor shall coordinate construction with the Mansions to maintain access during 'all phases of constructk~n. AI - 16 ADD THE FOLLOWING DETAIL TO THE DRAWINGS: Add the attached detail in this addendum titled "Foundation P'lan tbr PR- 1 Rail" to detail sheet PR-1 (sheet 40 of 40). END OF ADDENDUM NO. 1 :, ,,,.: . Addendum No. 1 ' Project No. ST 98-01 2-22-~) by: 'FREESE & NICHOLS 214/,~72565 02/22/99 ~,~4PM BID FORM Job 439 Page 7 PROJECT IDENTIFICATION: BID OF (NAME OF FIRM.) Coppell Road Project No. ST 98-01 DATE THIS BD IS SUBMITFED TO: City of Coppell (hereinaf~er called OWNER) c/o Purchasing Agent 255 Parkway Boulewtrd P.O. Box 478 Coppell, Texas 75019 Cr'rY OF CO~LI'.;BID;NO:~?: .;.i.~:;i::':!~Q~1994)3!:'. :..i! '.. '5..::::7..'..: '.:.:~ ;': i;.....: .: :;.~. :.: ;;;~:: !..~...,-.: ::..i,::; ":.! ":::'. i::.:.:. ':.. ::..: 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 tenns and conditions of the Contract Documents. BIDDER accepts all of the terms and conditions of the Advertisement or Notice to Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for ninety (90) days after the day of Bid opening. BIDDER will sign and submit the Agreement with other documents required by the Bidding Requirements within fifteen (15') days after the date of OWNER's Notice of Award. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) No: Date: Rec'd: BIDDER ha~ examined copies of all the Bidding Dt~uments and of the tollowing Addenda (receipt. cff all which is hereby acknowledged): 1-13 Bidding ~tnt[ C,nnlnlc! l~cuments FREESE & NZCHOLS 214~h02565 02/22199 4,,,;,~5PM Job 439 Page 8 (b) (d) (e) BIDDER has famitiaxized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work- BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACYOR'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 subsurt~ce structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to physical conditions in or relating to such structures. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition [o 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 the perthfinance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests reports or similar information or data are or will be required by BIDDER for such purposes. BIDDER has reviewed and checked all int~rmation 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 l~trnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. BIDDER has con'elated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract. Documents. 1~14 I;lidding ;rod Ctntll'a,,.;I I~cumcnls It by: FREESE & NICHOLS 2149202565 02/22/99 4:56PM JoD 439 Page 9 (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, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a ~dse or sham Bid; BIDDER ha~s not solicited or induced any person, firm or colpotation to reli'ain t~om bidding; and BIDDER has not sought by collusion to obtain for itsell' any advantage over any other Bidder or over OWNER. (i) [t is understood and agreed that the lbllowing quantities or' work to be done at unit prices are approximate only, and are intended principally to ,serve as a guide in evaluating bids. 6) !t 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 incma.sed or decreased, ~ure to be performed at the unit prices set forth, except as provided for in the C'ontract Documents. It is understood ,and agreed that all work under this contract will be completed within the bid calendar days. Completion date will be established in the Notice to Proceed. It is the desire of the City to have all work complete by December 31, 1999. BIDDER will complete the Work for the following price(s): 1-15 Illriding ~nd (:o~ev¢,~ Docunv~qts FREESE & NZCHOL8 214t~,,2565 02/22199 4,,.~7PM Job 439 h Page 10 Coppell Road Project # ST 98-01 UNIT PRICE BID SCHEDULE - Water Line Improvements Qumltity Unit Description and Price in Words I LS la,2 13 LF 196 LF 4 LF 5582 LF Mobilization & Demobilization, Complete in Place for and per Lump Sum. Dollars Cents 6" C-900, Class 200 DR-14 PVC Pipe, Complete in Place for Dollars and Cents per Linear Foot. 8" C~900, Class 200 DR-14 PVC Pipe, Complete in Place for Dollars and Cents per Linear Foot. 10" C-900, Class 200 DR-14 PVC Pipe, Complete in Place for Dollars and Cents per Linear Foot. 12" C-900, Class 150 DR-18 PVC Pipe, Complete in Place for Dollars and Cents per Linear Foot. Uni~ Price Total Price 1-16 Bidding ~md Contracl DoculncLiLs ..... la-7,, la-10 FREESE & NICHOLS Quantity Unit 20 LF 214~2565 02/22/99 Description and Price in Words 16" C-900, Class 150 DR-18 PVC Pipe, Complete in Place for Dollars and Cents per Linear Foot. 3.2 TON Ductile Iron Fittings. Complete in Place fbr Do l I ars and Cents per TON. I EA 6" Gate V',dve and Box, Complete in Place fbr _ Dollars and Cents per Each. 11 EA 8" Gate Valve and Box, Complete in Place tbr Dollars and Cents per Each. 15 EA 12" Gate Valve and Box, Complete in Place for Dollars and Cents per Each. I EA 16" Gate Valve and Box Complete in Place for Dollars and Cents per Each. 2 EA 2" Air Release V',dvc, Complete in Place for Dollars And Cents Per Each. 4,j.,~PM Unit Price Job 439 Tot~ Price Page 11 1-1.7 Bidding and Contract Docun'~nls :;'.:-'--. la-t5 FREESE & NICHOLS Quantity Unit 16 EA 1 EA 2 EA 14 EA 2 EA 2 EA 214~02565 02/22/99 Description and Price in Words Fire Hydrant Assembly and 6" Gate Valve, Complete in Place for Dollars and Cents per Each. Relocate Existing Fire Hydrant Assembly, Complete in Place for Dollars and Cents per Each. Reconnect Existing Water Services, Complete in Place for Dollars and Cents per Each. Connect to Existing8" Water Line, Complete in Place for Dollars And Cents per Each. Connect to Existing 10" Water Line, Complete in Place for Dollars and Cents per Each. Connect to Existing 12" Water Line, Complete in Place for Dollars and Cents ....... p~_r_. Each. Job 439 1-18 Unit Total Price Price Page Iiiddlng and Conlracl L)~cumcut.s 12/26 i,~,;~,e by FREESE & NICHOLS 21 2565 02/22/99 ~8PM Job 439 Page 13/26 Quantity unit I EA 5977 LF 750 SY Description and Price in Words Connect to Existing 16" Water Line, Complete in Place for and per Each. Trench S',ffety for Water Line, Complete in Place for and per Linear Foot. Temp 6" HMAC Roadway Material, Complete in Place for Dollars Cents Dollars Cents Dollars and Cents Square Yard. Unit Total Price Price 1-19 Bidding and Coiltract L~.~culllctil.s :: FREESE & NICHOLS !,~.C ' 214~2565 02/22/99 Coppell Road Project # ST 98-0 1 UNIT PRICE BID SCHEDULE 4..,;,,~9PM Job 439 Page 14/26 Part B - Paving and Drainage Improvements :. item Quantity Unit Description and Price in Words ,'~ ,No. I LS 1 LS 28 EA ;"lb-4 5 EA Preparation of Right-of-Way, Complete in Place tbr and per Lump Sum. Erosion and Sedimentation Control During Construction, Complete in Place for and per Lump Sum. Dollars Cents Dollars Cents Adjust Existing Water Valve Box to Grade, Complete in Place tbr Dollars and Cents per Each. Adjust Existing Manhole Rims to Grade, Complete in Place for Dollars and Cents 2 EA per Each. Adjust Existing Water Meter Boxes to Grade, Complete in Place for and per Each. Dollars Cents l -20 Unit Total Price Price Bidding and Cunlracl/)t~culnenls Item :.! !b-8. FREESE & NICHOLS 21;~i~02565 Quantity unit 02/22/99 ~,gPM Job 439 Page 1240<) CY 5060 CY 23731 SY 3042 SY 498 TON 64 TON Description and Price in Words Unclassified Street Excavation, Complete in Place liar and per Cubic Yard. Compacted Fill, Complete in Place fbr Dollars Cents Dolhu's and Cents per Cubic Yard. 8" Lime Stabilized Subgrade for Roadway, Complete in Place Dollars and Cents per Square Yard. 6" Lime Stabilized Subgrade for Trail, Complete in Place for Dollars and Cents per Square Yard. Lime for Roadway Subgrade Stabilization, Complete in Place for and per Ton. Lime 'for Trail Subgrade Stabilization, Complete in Place for Dollars Cents Dollars and Cents per TON. Unit Total Price Price 1-21 Bidding and Colllracl DocuHlef~ts 15/26 Quantity 22620 & NICHOLS Unit SY 2520 SY 911 157 362 SY SY SY I LS 214,j,~3.565 02/22/99 Description and Price in Words 8" Reinforced Concrete Pavement, Complete in Place for And Per Square Yard. Dollars Cents 6" Reinforced Concrete Hike and Bike Trail Pavement, Con~plete in Place for Dollars and Cents per Square Yard. 4" Reinforced Concrete Sidewalk Pavement, Complete in Place for and per Square Yard. 6" Gravel Driveway Transition, Complete in Place for and per Square Yard. 6" Reinforced Concrete Driveways, Complete in Place for and per Square Yard. 6" Reinforced DoubLe Concrete Drive with Stamped Entrance to the Mansions, Complete in Place tbr and per Lump Sum. Dollars Cents Dollars Cents Dollars Cents Dollars Cents 1-22 5,,;.~OPM Job 439 Page Unit Price Total Price Bidding and Cl~nlracl Dtx'umenls 16/26 i;': FREESE & NICHOLS 215~02565 02/22/99 ~1PM Job 439 Page 17/26 Quantity Unit 4 SY I0000 I,F 817 SY 817 SY 332 LF 242 SY Description and Price in Words 6" Reinforced Concrete Alley Pavement Replacement with Curb, Complete in Place for Dollars and Cents per Square Yard. 6" Monolithic Curb, Complete in Place for Dollars and Cents per Linear Foot. 2" HMAC Type "D" Surface Course, Complete in Place for Dollars and Cenk~ per Square Yard. 6" HMAC, Type "B" Base Course, Complete in Place for Dollars and Cents per Square Yard. 3" Sch. 40 PVC Conduit, Complete in Place for Dollars and Cents per Linear Foot. Brick Pavers for Bike Trail Crossing, Complete in Place for Dollars and Cents per Square Yard. Unit Total Pdce Price 1-23 Bidding ,-u~d Conlracl Documents ': FREESE & NICHOLS 21~,~02565 02/22/99 ,5..~IPM Job 439 Page 18/26 Quantity 6 ,I~-28 16 4 160 tinit EA EA EA EA EA LF Description and Price in Words Unit Total Price Price Type I Barrier Free Ramp, Complete in Place for and per Each. Type I Modified Barrier Free Ramp, Complete in Place tbr Dollars Cents Dollars Cents and per Each. Type II Barrier Free Ramp, Complete in Place for Dollars and Cents per Each. Traffic Control and Barricades, Complete in Place For and per Lump Sum. Traffic Sign Assembly, Complete in Place for Dollars Cents Dollars Cents Dollars Cents and per Each. 6" Painted Pipe Bollards, Complete in Place for and per Each. Thermoplastic 18" Stop Bars (Type I), Complete in Place for :rod per Linear Foot. Dollars Cents ! -24 Bidding and Conlracl l,~>cumenls ',FREESE & NICHOLS 21~02565 02/22/99 5"<I,2PM Job 439 Page 19126 :Item Quantity Unit 2854 EA 456 25 613 EA EA EA LF Description and Price in Words 4" Yellow Non-Reflective Traffic Buttons, Complete in Place tbr and per Each. 4" Yellow Reflective Traffic Buttons, Complete in Place for Dollars Cents Dollars and Cents per Each. 4" White Non-Reflective Traffic Buttons, Complete in Place for and per Each. 4" Blue Reflective Traffic Buttons, Cmnplete in Place for and per Each. Remove and dispose of Existing Metal Beam Guard Rails, Complete in Place for Dollars Cents Dollars Cents Dollars Cents and per Linear Foot. TxDOT PR-I Railing, Complete in Place for Dollars and Cents per Linear Foot. Unit Total Price Price 1-25 Bidding and Contract FREESE & NICHOLS Quantity unit 10 LF 1403 LF 89 LF 19 LF 853 LF 35 LF 299 LF 21 ,~02565 02/22/99 Description and Price in Words 18" RCP (Class Ill.), Complete in Place for and per Linear Foot. 2 I" RCP (Class lID, Complete in Place for and per Linear Foot. 24" RCP (Class l/I), Complete in Place for and per Linear Foot. 27" RCP (Class Ill), Complete in Place and per Linear Foot. 30" RCP (Class III), Complete in Place for Dollars Cents Dollars Cents Dollars Cents Dollars Cents and per Linear Foot. 96" RCP (Class Ill), Complete in Place for Dollars and Cents per Linear Foot. 3- I 0' x6' Multiple Cttst-in-Place Concrete Box Culvert (MC 10-2), Complete in Place for Dollars and Cents per Linear Foot. Dollars Cents 5,,~O,3PM Unit Price Job 439 Total Price Page 20/26 1-26 Bidding and Confracl I)~unlcnts '!'FREESE & NICHOLS .. ,~., :':: ~:Item Quantity Unit 14 CY 50 SY 6 EA 5 EA 15 EA I EA 21 ~,a~02565 02/22/99 ~3PM Job 439 Description and Price in Words 3-10'x6' Multi. Box Culvert Straight Wingwalls (FMCW-S 1 ), Complete in Place for and per Cubic Yard Dollars Cents 6" Reinforced Concrete Apron, Complete in Place for Dollars and Cents per Square Yard. Reinforced Concrete Energy Dissipaters, Complete in Place for Dollars and Cents per Each. 4' Square Standard Storm Drain Manhole, Complete in Place for and per Each. 10' Recessed Curb Inlet, Complete in Place for and per Each. 10' Standard Curb Inlet, Complete in Place for and per Each. Dollars Cents Dollars Cents Dollars Ccnts Unit Total Price Price Page 21/26 l -27 Bidding and Contract I)oCunletfls :,FREESE & NZCHOLS 21,~02565 02/22199 Job 439 Page 22/26 Qu an ti ty Un it I .F.A 430 LF 6 LF 2708 LF 560 CY 1176 SY : , and :' ::: ' .f .................. per Square Yard. Description and Price in Words 4' Square Drop Inlet with Concrete Apron, Complete in Place for and per Each. .'Earthen Drainage Swale, Complete in Place for and per Linear Foot. Jack and Bore 24" RCP Under Wall, Complete in Place and per Linear Foot. Trench Safety for Storm Drain Installation, Complete in Place for Dollars Cents Dollars Cents Dollars Cents Dollars Cents and per Linear Foot. Unclassified Channel Excavation, Complete in Place for Dollars and Cents per Cubic Yard. 12" Grouted Rock Rip-Rap, Complete in Place for Do l lars Cents Unit Price Total Price 1-28 Bidding and Contract Documents & NICHOLS 21,,~02565 Unit SY 142 EA 25 EA 15 EA 10288 SY 02122/99 ,,r-%O4PM Job 439 Page 8620 SY 2076 LF Description and Price in Words 6" Reinforced Concrete Riprap Protection, Cotnplete in Place for and per Square Yard. Tree Removal and Disposal, Complete in Place for Dolhtrs Cents Dollars Cents and per Each. Tree Removal and Replacement (2" - 6" Caliper Various Variety), Complete in Place for Dollars and Cents per Each. 5 Gallon Red Tip Photinia Shrubs, Complete in Place for Dollars and Cents per Each. Hydromulch Seeding, Complete in Place for and per Square Yard. Bermuda Block Sodding, Complete in Place for and per Square Yard. Remove and Replace l~dsting Barb-Wire Fence, Complete in Place for and per 'Linear Foot. Dollars Cents Dollars Cents Dollars Cents Unit Total Price Price 1-29 Bidding ,'rod Conlract Documents 23126 'by: FREESE & NICHOLS · Quantity Unit 190 LF 20 EA I EA 21~')02565 Description and Price in Words Remove and Replace Existing Wooden Split Rail Fence, Complete in Place tbr 02/22/99 ~='q5PM Job 439 Dollars Cents and per Linear Foot. Adjust Existing Irrigation Sprinkler Heads to Grade, Complete in Place for Dollars and Cents per Linear Foot. 96" RCP Sloped End Treatment, Complete in Place for Dollars and Cents Foot. :'~:,i" ::-:SUBTOTAL- PART A (Ia-I thru la-21) (~-SUBTOTAL - PART B (Ib- 1 thru lb-65) :" ':i, ITEMS (Part A and Pan B) PERSONAL PROPERTY COST $ $ $ $ Unit 'rottd Price Price Page 24/26 1-30 Bidding anti Contract Documents i:~,.]';:~FREESE & NICHOLS 21~02565 ':~'~ :. '~,,,,. SUBTOTAL- PART A (Ia-] t~u la-21) .~;!.'~='. SUBTOTAL- PART B (Ib-I thru Ib-65) ~OTAL BD ~EMS (P~ A ~d P~ B) , Wo~ds: 02/22/99 -""',06PM Job 439 Page BID SUMMARY BIDDER agrees that 'all Work awarded will be completed within Calendar Days. Contract. time will commence to run as provided in the Contract Documents. Cotnmunications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. BIDDER understands that the Owner is exempt from State Limited Sales and Use 'Fax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary ! to stay within the City's available funds. Should the City elect to delete any portion, the contract :,.~luantities will be adjusted accordingly. 25/26 ON 1-31 Bidding mtd Contract L~Junienls FREESE & NICHOLS 21 ~02565 02/22/99 r~6PM Job 439 Page 26/26 Lt DETAIL r FOUNDATION PLAN FOR PR- 1 RAIL rl ~z¢7 ~o NOT TO SCALE F/iN JOH ND. PR- 1 RAIL FOUNDATION P~N FOR