Loading...
SS9901-CN031229 T H E C I T Y 0 F COI P-ELL I'?ECO20S CENTER CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS FOR DEFOREST ROAD LIFT STATION IMPROVEMENTS FORCE MAIN LINE D PROJECT NO. SS 99-01 THE CITY OF COPPELL DECEMBER 2003 CITY OF COPPELL CHANGE OR EXTRA WORK ORDER PROJECT: CONTRACTOR: OWNER: CHANGE ORDER NO.: Deforest Road Lift Station Improvements Force Main Line D MasTec North America, Inc. City of Coppell One (1) DATE: 6/11/04 Item Description Quantity Unit Unit Price Total ADD: New Construction signs 2 EA 675.00 1,350.00 Total Revision to Contract Amount 1,350.00 Previous contract amount Net increase in contract amount Revised contract amount Net increase in contract time &completion Revised Contract time of completion $2,364,835.54 $1,350.00 $2,366,185.54 N/A N/A The contractor hereby accepts this Contract adjustment as a final and complete adjustment in full accord and satisfaction of all past and future liability originating under any clause in the Contract by reason of this revision to the Contract. Recommende[l by C~ty Engineer fepted by City Date Date Agr by Contractor Date TABLE OF CONTENTS Section 1 - Bidding Documents Notice to BIDDERs Instructions to BIDDERs Proposal/Bid Schedule Prevailing Wage Rates ADDElqDIR4 biO. 1 Page # 1-4 1-5 1-16 1-27 Section 2 - Section 3 - Section 4 - Contract Documents Standard Form of Agreement (Contract) Certificate of Insurance Instructions for Bonds Performance Bond Payment Bond Maintenance Bond For this project, the Standard Specifications for Public Works Construction - North Central Texas, as prepared by the North Central Texas Council of Governments and the City of Coppell Standard Construction Details shall govern all work to be done, together with any additional Supplementary Conditions, Specific Project Requirements, General Notes or Description of Pay Items included herein. City of Coppell's Supplementary Conditions to the NCTCOG General Provisions Specific Project Requirements 02161 - Trench Excavation and Shoring Safety Plan 02643 - HDPE Piping 15052 - Jointing Cast Iron and Ductile Iron Piping 15062 - Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings 15107 - Resilient Wedge Gate Valves Appendix A - Geotechnical Report Appendix B - Project Layout Sheets 2-2 2-8 2-9 2-10 2-12 2-14 3-1 4-1 Section 5 - Description of Pa3, Items 5-1 SECTION 1 BIDDING DOCUMENTS NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of the Deforest Road Lift Station Improvements Force Main Line D Project No. SS 99-01. Plans and specifications may be obtained for a non-refundable cost of $60.00 from the ENGINEER (Turner Collie & Braden, 17300 Dallas Parkway, Suite i010, Dallas, Texas 7524g, telephone 972-735-3000 for additional information). Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the Deforest Road Lift Station Improvements Force Main Line D Project No. SS 99-01 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a.m., February 10, 2004, and then publicly opened and read aloud. Each BIDDER shall submit two identical copies of this bid with the City of Coppell Bid No. Q-1203-01 designated clearly on the exterior of the bid envelope. The Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the 2"~ Floor Conference Room Department (255 Parkxvay Blvd.), at 10:00 a.m. February 3, 2004. 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 forn~alities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The OWNER resetw'es the right to accept the alternate bid of a CONTRACTOR that did not submit the lowest base bid. NO BID TRANSMITTED BY FAX WILL BE ACCEPTED. BIDDERs are expected to inspect the site of the work and to inform themselves regardhig 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 Coppcll assumes no responsibility' for errors or misinterpretations resulting from the usc 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 tbr 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 dctermine 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 latest edition, as prepared by the NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "BIDDER" means one who 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 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, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are: OVVNER: 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 Turner Collie & Braden Inc. (TCB), 17300 Dallas Parkway, Suite 1010, Dallas, Iexas 75248. Lnspector: The authorized representative of the City of Coppell assigned to observe and inspect any or all parts of the work and the mater/als to be used therein. Scope of Work. This work can be bid as high density polyethylene (HDPE) piping installed primarily by directional drilling (Alternative I) or as ductile iron piping installed primarily by open cut methods (Alternative Il). Alternative I shall consist of the installation of approximately 7,826 linear feet (LF) of 30" HDPE force main by directional drilling and 88l LF of 30" HDPE force main by open cut construction methods. The work includes, but is not limited to, installation of piping, fittings, air release valves, and manholes, as well as site restoration and traffic control. Alternative II shall consist of the installation of 6,514 LF of 30" ductile iron force main by open cut construction methods and 2,235 LF of 30" ductile iron force main by trenchless construction methods. The work includes, but is not limited to, installation of piping, fittings, air release valves, and manholes, as well as site restoration and traffic control. l-5 Bidding Docurnetlts Copies of Bidding Documents. Complete sets of the Bidding Documents may be obtained from the ENGINEER at 17300 Dallas Parkway, Suite I010, Dallas, Texas for $60.00. 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. 3.2 3.3 B) After award of the Contract, the successful BIDDER will be fumished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be fumished for $50.00 per set. c) Bidding documents may be examined free of charge at the offices of the ENGI2"¢EER, 17300 Dallas Parkway, Suite I010, Dallas, Texas. 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. 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. Qualifications of BIDDERs. The BIDDER sball submit within five (5) days of the OWNER's request such evidence as the OWNER may require to establish his financial responsibility, experience az~d possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following: A. Current Project Experience. A list of all projects presently trader construction by the BIDDER including approximate cost and completion date sball be submitted upon request. B. Past Project Experience. 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. The BIDDER shall provide a list of equipment that will be used on this project. 1 6 Bidding Documents 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. Each BDDER 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 last 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. 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 hiterested, directly or indirectly, in the sale to the City of any land, or fights or interest in any land, materials, supplies or services. This prohibition does not apply when the intcrcst is represented by ownership of stock in a corporation involved, provided such stock OWNERship amounts to less than one percent (1%) 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. The CONTRACTOR represents that no employee or officer of the City has an interest in the CONTRACTOR. Examination of Contract Documents and Site. Access to the site shall be from the street and right-of-way at the respective intersections. It shall be the BIDDER'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, progress, performance or furnishing of the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or fumishing of the Work, (d) study and carefully correlate BIDDER's observations with the Contract Documeots, 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 1-7 Bidding Documents 6.2 6.3 6.4 6.5 BIDDER from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 6.6 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 danmge that might otherwise occur due to construction operations. Where construction comes in close proxi~nity 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 OYVNER. 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. The CONTRACTOR shall be liable for damage to any utilities resulting from the construction of this project. 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 wlrfich 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. On request in advance, OWNER will provide each BIDDER access to the site to conduct explorations and tests as each BIDDER deems necessary for submission ora Bid. BIDDER shall fill all holes, clean up and restore the site to its former conditions upon completion of such explorations. 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. 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. l-8 Bidding Documents 7.2 In terpretations and addenda. 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. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the OWNER. Contract Time. The time for completion in calendar days should be included on the Bid Form in the space provided. Completion time will be a strong factor in the award of this project. All work shall be complete within the calendar day count required by the CONTRACTOR's Proposal. The calendar day count shall commence ten (10) calendar days after the date of the Notice to Proceed. 8.2 8.3 10. 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. Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 1.36 of the General Provisions. Liquidated Damages. Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this project are: Five Hundred Dollars ($500.00) per day. 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 furnished or used by CONTRACTOR if acceptable to ENGhNEER, 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. l 9 &ddlng Doc'ument~ 11. 11.1 11.2 12. 12.1 12.2 Subcontractors, Suppliers, and Others. 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 BDDER, and any other BIDDER so requested, shall within seven (7) days after the request submit to the OWNER a list of ali such Subcontractors, Suppliers and other persons and organizations proposed for those portious 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, the 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 thc contract award. If the apparent Successful BIDDER declines to make any such substitution, the OWNER may award the contract to the next lowest BDDER that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any BIDDER. No CONTRACTOR shall be required to employ any Subcontractor, Supplier, other person or organization against who CONTRACTOR has reasonable objection. Bid Proposal. 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 g/ven 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. For Alternative I, the CONTRACTOR shall submit with the Bid Form a plan showing his proposed access pit locations and pipe layout areas. Plan layout sheets have been included as Appendix B (located at the end of Section 4 of these Specifications) for this purpose. The number and location of access pits proposed will be a strong factor in the award of this project. The legal status of the BDDER, that is, as a corporation, partnerstfip, 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 l- 10 Bidding Documents 13. 14. 15. 16. 16.1 16.2 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 o f the firm or partners. Provision Concerning Escalator Clauses. 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 mtumed to the BIDDER without being considered. 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 otherwise noted. Pa3wnents will be lnade 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. For Alternative I, the length of HDPE piping is a baseline quantity, which means the CONTRACTOR will be paid for that quantity of piping, regardless of the actual length of piping installed. Submission of Bids. Bids will be received by thc 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 10:00 a.m., February 10, 2004, and then publicly opened and read aloud. Two identical copies of the bid enclosed in an opaque sealed envelope and rnarked with the Project title, City of Coppell Bid No. Q-1203-01 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 "BD ENCLOSED Construction of: Deforest Road Lift Station Improvements Force Main Line D Project No. SS 99-01" on the face of it and addressed to the Purchasing Agent, City of Coppell, Texas. Modification and Withdrawal of Bids. Bids may be modified or withdraxvn by an appropriate document duly executed (in the m~mner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the operfing of Bids. If, within twenty-four hours after the Bids are opened, any BIDDER files a duly signed written notice with the Ox,¥t'NER and promptly thereafter demonstrates to the reasonable 1- l 1 Bidding Documents 17. 18. 19. 19.1 19.2 19.3 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. 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, finn or partnership, corporation or 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 to Remain Subject to Acceptance. All Bids will remain subject to acceptance for ninety (90) days after the day of the Bid opening, but the OWNER may, in its sole discretion, release any Bid prior to that date. Award of Contract. 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. Also, 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 BDDER, whether because the Bid is not responsive or the BDDER is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by tile 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 stun of any colurml of figures and tile correct stun thereof will be resolved in favor of the correct sum. hi evaluating Bids, the OWNER will consider the qualifications of the BIDDERs, whether or not the Bids comply with the prescribed requirements, and such altemates, unit prices, completion time, and other data, as may be requested in the Bid form or prior to the Notice of Award. Time of completion will be a consideration in the award of the Bid. The O~VNER may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to wl~ich 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, perfom~ance data and guarantees of major items of materials and equipment proposed for fucorporation in the Work when such data is required to be submitted prior to the Notice of Award. 1 ~ 12 Bidding Documents 19.4 19.5 19.6 20. 21. 22. 23. 24. 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 funfish the Work in accordance with the Contract Documents to the OWNER's satisfaction within the prescribed time. If the Contract is to be awarded, it will be awarded to the lo,vest 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. If the Contract is to be awarded, the OWNER will give the Successful BIDDER a Notice of Award within ninety (90) days after the date of the Bid opening. 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. Affidavit of Bills Paid. Prior to final acceptance of tiffs project by the OVv3'4ER, 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. Bid Compliance. Bid must comply with all Federal, State, county and local laws. CONTRACTOR shall not Iffre nor work any illegal alien. 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 CONTRACTOR shall commence work within ten (10) calendar days after the date of Notice to Proceed. 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 fi.om the sales tax on such tangible personal property, the Contract shall separate and provide separate charges for materials to be incorporated into the Project fi'om 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 ofpay/ng 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 BIDDER's Bid 1-13 Bidding Docurnents 25. 26. 27. 28. Form will be used to develop a separate Contract and will determine the extent of the tax exemption. Upon execution of the construction Contract, the Successful BDDER 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. 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. Ail interpretations of these specifications shall be made on the basis of this statement by OWNER or their authorized representative. 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. 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. Venue. 29. This agreement ,.rill be govemed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. 1Maintenance 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. ]-14 Bzddtng Document.r BID FORM PROJECT DENTI]FICATION: Deforest Road Lift Station Improvements Project Force Main Line D SS 99-01 in CoppeI1, Texas (NAME OF FIRM) DATE THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called O%q'qER) c/o Purchasing Agent 255 Parb, vay Boulevard P.O. Box 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: Q-1203-01 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. 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, BDDER 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: Rec'd: 1 15 Bidding Documents (b) (c) (d) (¢) (0 BIDDER has familiarized itself with the naturc 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 nonteclmical 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 CONTRACTOR's purposes. Except as indicated m 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 study/ng) 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 perfommnce or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other temps 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 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. BIDDER bas correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the temps and conditions of the Contract Documents. I 16 Bidding Documen[s (g) (h) (i) (J) BIDDER has given ENGINrEER written notice of all conflicts, e~Tors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENG1NEER is acceptable to BIDDER. 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 roles 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 fi'om bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other BIDDER or over OWNER. 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. 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. 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. BIDDER will complete the Work for the following price(s): 1-1 7 Bidding Documents DEFOREST ROAD LIFT STATION IMPROVEMENTS FORCE MAIN LINE D PROJECT #SS 99-01 ALTERNATIVE I - HDPE PIPING BY DIRECTIONAL DRILLING UNIT PRICE BID SCHEDULE BASE BID Item Quantity Unit Description and Price in Words Unit Total No. Price Price I-1' 7,826 LF 30" DIPS HDPE DR l 7 Force Main by Directional Drilling. , Complete in Place and /~,~ZTV Cents per LF. I-2 881 LF 30" DIPS HDPE DR 17 Force Main by Open Cut. Complete in Place and ,~z/z/ Cents per LF. 1-3 1 LS HDPE Fittings. and ~a, Cents per LS. I-4 1.80 TN Ductile Iron Fittings.;.. Complete in Place /~'*~'flT- and ~ /~ ~/ r7 Cents per TN. ~9 1-5 1 EA 30" Gate Valve with Ma~ole. and ,Oc Cents per EA. 1-18 Bidding Documents