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