Loading...
ST0102-BD021028BID PROPOSAL ADDENDA ADDENDUM NO: PROJECT NAME: LOCATION: ISSUED BY: ONE RUBY ROAD ST 01-02 COPPELL, TEXAS City of Coppell ISSUE DATE:Oct. 11, 2002 BID DATE: Oct. 28, 2002 1. This addendum modifies and extends the requirements of the plans and construction specifications for the above referenced project. 2. Staple these addenda to the inside of the rear cover of the construction specifications or bind it into the construction specifications at the end of the Bid Proposal. 3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on the outside cover of the envelope containing the Bid Documents. CONSTRUCTION SPECIFICATIONS Item No. 1 - Notice to Bidders Page 1-4 / ? Replace: "A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the Engineering Department (255 Parkway Boulevard) at 10:00 a.m. on October 15, 2002." "A Pre-Bid Conference has been scheduled for this project at the Coppell City Hall in the Engineering Deparhnent (255 Parkway Boulevard) at 2:00 p.m. on October 21, 2002." BID PROPOSAL ADDENDA NO. 2 ADDENDUM NO: PROJECT NAME: TWO RUBY ROAD ST 01-02 Bid No. Q 0902-03 ISSUE DATE: Oct. 23, 2002 BID DATE: Oct. 28, 2002 LOCATION: COPPELL, TEXAS ISSUED BY: City of Coppcll 1. This addendum modifies and extends the requirements of the plans and construction specifications for the above referenced project. 2. Staple these addenda to the inside of the rear cover of the construction specificati°ns °r bind it into the construction specifications at the end of the Bid Proposal. 3. Note receipt of all addenda on the Bid Form located in the Bidding D°cuments, and als° °n the outside cover of the envelope containing the Bid Documents. CONSTRUCTION SPECIFICATIONS Item No. 1 - Notice to Bidders Pate 1-4 Replace: "Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the Ruby Road Project No. ST 01-02 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 2:00 p.m., October 28, 2002, and then publicly opened and read aloud." With: "Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the Ruby Road Project No. ST 01-02 will be received in the Purchasing Office at the City of Coppell Town Center, 255 Parkway Boulevard, until 10:00 a.m., November 1, 2002, and then publicly opened and read aloud." ADDENDUM NO. 3 DATE: ADDENDUM #: PROJECT: BID DATE/TIME: OCTOBER 23, 2002 THREE (3) RUBY ROAD PROJECT No. ST 01-02 Bid No. Q 0902-03 NOVEMBER 1, 2002 ~ 10:00 A.M. INSTRUCTIONS TO BIDDERS: All bidders shall acknowledge receipt of this Addendum No. 3 by completing and initialing the appropriate space on Page 1-t~ of the Bidding Documents. -tS Add BID ITEMS: Item Quantity Unit Description and Price in Words Unit Price Total Price No. 1-48 5744 LF Trench Safety for Drainage, Water & Sewer Pipe Complete in Place Dollars and Cents per Linear Foot. 1-49 2 EA Project Signs Complete in Place Dollars and Cents per Each. 1-50 1 LS Repair Existing Irrigation along the north side of Ruby Road Complete in Place Dollars and Cents per Each. ~I-51 3050 CY Excavation Complete in Place Dollars and Cents per Cubic Yard. .4 ddendutn #3 Page I Delete BID ITEMS: DELETION of PAY ITEM: 2.7 Pay Item #7 Tree Removal/shall be deleted in its entirety. DELETION and REPLACEMENT of PAY ITEM #18: 2.18. Pay Item #18 Compacted Fill: This item will include the placement and compaction of fill required for this project. Fill will be placed and compacted (minimum 95% of magimum dry density) in accordance with geotechnical report, City of Coppell, and NTCOG standards and recommendations. Replaced with the following: 2.18 Pay Item # 18 Compacted Roadway Fill: All compacted roadway fill and embankment constructed on this project shall be in accordance with the NTCOG specifications Section 3.7 Embankment except as amended herein or as shown on the plans. All fill materials shall be compacted in lifts of loose depth not exceeding 8" and compacted to 95% standard proctor density at optimum to plus 4% moisture content as determined by ASTMD698. Measurement for compacted roadway fill and embankment shall be for in place embankment after compaction to the density specified on the plans. Payment shall be on the basis of the price bid per cubic yard and shall be total compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. This includes cost of water, sprinkling, wetting, rolling, etc. in accordance with the plans and specifications. ADDITION of PAY ITEMS: 2.42 Pay Item g48 Trench Safety: This pay item will include all necessary activities required to provide a trench safety system meeting the requirements of OSHA. It shall be the responsibility of the contractor to provide a viable trench safety system at all times during construction activities. The contractor is directed to become knowledgeable and familiar with the standards as set forth by OSHA for trench safety that will be in effect during the period of construction of the project and the contractor will be in conformance with such regulations as prescribed by OSHA standards. Contractor shall provide a site specific Trench Safety Plan, designed by a licensed pmfessi0nal engineer, to the City prior to implementatio.n in the field. Addendum t43 Page 2 2.43 2.45 Measurement and payment shall be on the basis of the price bid per linear foot and shall be total compensation for furnishing all labor, materials, tools, equipment, design and incidentals necessary to complete the work. Pay Item ~49 Project Signs: This pay item will include the placement of a project sign as per the attached drawing at each end of the project and maintenance of the sign throughout construction. Measurement and payment shall be on the basis of the price bid per each and shall be total compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Pay Item #50 Irrigation: This pay item will include the repair of any damaged irrigation systems located along the north side of Ruby Road westward approximately 1300 feet. This will include any irrigation systems currently existing adjacent to Deer Run Subdivision, the private residence, and the mobile home park. The exact number of heads and lines has not been determined in the field. We anticipate the only conflict with irrigation will be adjacent to the Deer Run Subdivision. However, contractor should visit the site to become familiar with the irrigation. Any damaged lines will need to be corrected under this bid item. Any damage to existing landscaping caused by the disrepair of the irrigation system shall be the contractor's responsibility to repair. Measurement and payment shall be on the basis of the price bid per lump sum and shall be total compensation for fumishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Pay Item #51 Excavation: This pay item will include excavation within the limits of the right-of-way and outside the limits of the right-of-way as shown on the plans to accomplish the necessary grades associated with the construction of this project. It shall include the removal and disposal of all excavated material and the shaping and finishing of all earth work in conformance with all lines and grades as shown on the plans. Suitable excavated material may be spoiled on the property immediately south of Ruby Road after contact is made with the project superintendent to determine the appropriate location on site to dispose of the excavated material. Measurement and payment shall be on the basis of the price bid per cubic yard and shall be total compensation for furnishing all labor, materials, tools, equipment, disposal and incidentals necessary to complete the work. No separate payment will be made for the disposal of any unsuitable material off site. Addendum #3 Page 3 PAVING PLAN & PROFILE SHEET: C2.3 Change cross-section dimension for Section Sta 20+98.4 to Sta 26+00 fi.om 11.5 feet along the south side to 10 feet. The south back of curb will be 10 feet offthe south property line the entire length of the project and the distance off centerline of right-of-way to the back of curb will be 19.5 feet to the south and 16.5 feet to the north the entire length of the project. CLARIFICATIONS: Item No. I-3 No temporary fence will be required. Item No. 1-16 Stop Bars shall be Thermo Plastic material. ItemNo. I-18 Quantities should be 4700 not 4515. Also, the compacted fill is measured as compacted in place. ItemNo. 1-19 Quantities should be 378 not 348. Sheet 5.4 was sent because it was inadvertently omitted from some sets of plans. If you have Sheet 5.4 in your plans you can disregard the one attached to this addendum, as no changes were made on the sheet. If you do not have Sheet 5.4 and were not mailed one separately, contact this office for a copy (972/304-3679). Addendum #3 Page 4 1'. CITY OF COPPELL PROJECT SIGN k,.CON TRACTOR'$ ','~ % NOTES: I) LETTERING SHOULD BE BOLD TYPE 2) SIGN PANEL I/fiLL BE 3/4" EXTERIOR PLYWOO0 PAINTED AS SHOWN ON DETAIL 3) FRAME WILL BE 2"X4" STOCK- REINFORCED BEHIND SIGN PANEL AT APPROX. 2' CENTERS 4) ALL PAINT TO BE "OUTDOOR TYPE" 5) COPPELL LOGO TO BE PROVIDED BY THE CITY EXAMPLE' E. BELTLINE WATER LINE (WA 94.01) ! CO,T,ACTOR: ARC" 'T~CTU ~~4S~7C' COIIPLETION DATE: SPRING/t995 ADDENDUM NO: PROJECT NAME: FOUR RUBY ROAD ST 01-02 Bid No. Q 0902-03 BID PROPOSAL ADDENDUM NO. 4 ISSUE DATE: Oct. 23, 2002 BID DATE: Nov. 1, 2002 LOCATION: COPPELL, TEXAS ISSUED BY: City of Coppeli 1. This addendum modifies and extends the requirements of the plans and construction specifications for the above referenced project. 2. Staple this addendum to the inside of the rear cover of the construction specifications or bind it into the construction specifications at the end of the Bid Proposal. 3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on the outside cover of the envelope containing the Bid Documents. 4. This addendum allows for the discharge of drainage from the south into the Ruby Road drainage system. This necessitates the upsizing of the main drainage system and stubouts of laterals to the south. There is also stubouts for future fire hydrants, sanitary sewer and water connections to the south. These changes necessitate the lowering of the proposed 12" water line in various locations. 5. Included with this addendum are revised sheets C4.1, C4.2, C5.1, C5.2, C5.3, & C5.4. These sheets are provided for bidding purposes. There could be minor correction of errors but no significant changes prior to sealing of the plans by the Engineer. CONSTRUCTION SPECIFICATIONS. Section 1 - Bidding Documents UNIT PRICE BID SCHEDULE ALTERNATE BID Pages 1-1 through Page 1-12 I-1 Bidding Documents ADDENDUM NO: PROJECT NAME: FIVE RUBY ROAD ST 01-02 Bid No. Q 0902-03 BID PROPOSAL ADDENDUM NO. 5 ISSUE DATE: Oct. 28, 2002 BID DATE: Nov. 1, 2002 LOCATION: ISSUED BY: COPPELL, TEXAS City of Coppeil 1. This addendum modifies and extends the requirements of the plans and construction specifications for the above referenced project. 2. Staple this addendum to the inside of the rear cover of the construction specifications or bind it into the construction specifications at the end of the Bid Proposal. 3. Note receipt of all addenda on the Bid Form located in the Bidding Documents, and also on the outside cover of the envelope containing the Bid Documents. 4. This addendum is a clarification on the actual bids to be submitted and opened at 10:00 a.m., Friday, November 1, 2002. To be a valid bid, a bid must be submitted for both the base bid (as modified by Addendum's 1, 2, & 3) and for the alternate bid (as modified by Addendum's, 1, 2, 3, & 4 If a bid is not submitted for both the base and the alternate bids, the bid will be rejected as not complying with the specifications of the project as modified by these addendum's. 5. The City entered into a separate contract to remove approximately 203 trees from the project. This includes the existing fence along the south right-of-way line (this is not the cable fence as identified in Pay Items//3 and g4) and some brush within the right-of-way. Any brush or vegetation remaining within the project limits, which includes the right-of- way and adjacent property necessary to complete the work, should be removed under Pay Item #10 Clear, Grub and Grade. I-1 Bidding Documents NOTICE TO BIDDERS The City of Coppell is accepting bids for the construction of the Ruby Road Project - No. ST 01-02 The work shall consist of the installation of 10,349 S.Y. of 8" concrete pavement, 4986 linear feet of 6" concrete curb, drainage improvements, 2454 linear feet of 12-inch water pipe, 734 linear feet of sanitary sewer pipe, the removal of existing trees, asphalt, and utilities, and all appurtenant work necessary to complete construction of the project. Plans and Specifications may be obtained for a non-refundable cost of $25.00 fi:om the Purchasing Agent, 255 Parkway Blvd., Coppell, Texas, or telephone (972) 304-3698. Sealed bids addressed to the Purchasing Agent, City of Coppell, Texas, for the construction of the Ruby Road Project No. ST 01-02 will be receive~oir~oth/~ P~L~o.h~s!ngt~?ffi_~ce at the City of Coppell Town Center, 255 Parkway Boulevard, until '.0,~., ~02, 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-0902- 03 designated clearly on the exterior of the bid envelope. A Pre-Bid Conference has been scheduled for this l¢~&~t at the Coppell,..qity Hall in the Engineering Department (255 Parkway Boulevard) at ~ on October~l~, 2002. The conference is not mandatory; however, all interested bidders are strongly encouraged to attend. The Owner reserves the right to reject any or all bids and to waive formalities. Unreasonable or unbalanced unit prices will be considered sufficient cause for rejection of any bid or bids. The Owner reserves 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 regarding local conditions and conditions under which the work is to be done. Complete sets of bidding documents must be used in preparing Bids; the City of Coppell assumes no responsibility for errors or misinterpretations resulting fi:om the use of incomplete sets of Bidding Documents. NO SALES TAX ON TANGIBLE PERSONAL PROPERTY INCORPORATED INTO OR MADE A PART OF THE PROJECT. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. (Note: This procedure may not be used, however, for materials which do not become a part of the finished product, such as, equipment rental or purchase, form materials, etc.). In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project from charges for labor. The City will provide the Contractor with an exemption certificate for the materials. The contractor is expected to issue a resale certificate in lieu of paying a sales mx at the time of purchase. The bidder shall show the cost of materials (tangible personal property) in the space provided on the bid form. The successful bidder's bid form will be used to develop a separated contract and determine the extent of the tax exemption. 1-4 Bidding Documents BIDDING AND CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Defined Terms. Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas latest addition, 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 that submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder 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: Owner: Wherever the word "OWNER" is used in the specifications, and Contract Documents, it shall be understood as referring to the City of Coppell, Texas. ' Engineer: Wherever the word "ENGINEER" is used in the Specifications and Contract Documents, it shall be understood as referring to the City Engineer or his authorized representative, City of Coppell, P.O. Box 478, Coppell, Texas 75019. Inspector: ~ae authorized representative of the City of Coppell assigned to observe and inspect any'~fltr all parts of the work and the materials to be used therein. 2. Scope of Work. This work shall consist of the installation of Ruby Road extending from Freeport Parkway to Coppell Road. This project will include the removal of existing pavement, excavation, and all related utilities, as well as the installation of pavement, and utilities as described in the plans for ST 01-02. The paving, drainage and sanitary sewer will be constructed in phases. The 12" waterline may be installed along the south side at one time, however, the services will be installed in phases. Work shall include all components necessary for the "mm key" construction of the roadway as shown in the plans for ST 01-02. 3. Copies of Bidding Documents. 3.1 Complete sets of the Bidding Documents may be obtained from the Purchasing Agent at the office of the City of Coppell, 255 Parkway Boulevard, Coppell, Texas for $25.00. The following general requirements pertain to the Bidding Documents: 1-5 Bidding Documents 3.2 3.3 ^) No bidding documents will be issued later than two (2) days prior to the bid opening date. B) After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge. Additional sets over five (5) will be furnished for $15.00 per set. c) Bidding documents may be examined fxee of charge at the offices of the City Engineer, City of Coppell, 255 Parkway Boulevard, Coppell, 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 shall submit within five (5) days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily b~/limited to, the following: A. Current Project Experience. A list of ail projects presently under consmaction by the bidder including approximate cost and completion date shall 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, which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project. I-6 Bidding Documents o 6.2 D. Financial. Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the 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 interested, directly or indirectly, in the sale to the City of any land, or rights or interest in any land, materials, supplies or services. This prohibition does not apply when the interest is represented by ownership of stock in a corporation involved, provided such stock ownership amounts to less than one percent (1%) 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 Freeport Parkway, Coppell Road and Ruby Road. It shall be the contractors responsibility before submitting a Bid, to (a) examine the Contract Documents thoroughly, (b) visit the site to become familiar w/th 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 furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the OWNER. 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 1- 7 Bidding Documents 6.3 Owner by Owners of such underground Facilities or others, and the Owner does not assume responsibility for the accuracy or completeness thereof. All existing structures, improvements, and utilities shall be adequately protected, at the expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipe lines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The utility lines and other existing structures shown on the plans are for information only and are not guaranteed by the City to be complete or accurate as to location and/or depth. It shall be the Contractor's responsibility to verify locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation. 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 fumishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. 6.4 On request in advance, Owner will provide each Bidder access to the site to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former conditions upon completion of such explorations. 6.5 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract documents. Some grading, tree removal, and fence removal will take place outside of the right-of-way on adjacent property. 6.6 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and fumishing 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. Interpretations and addenda. Ail questions about thc meaning or intent of the Contract Documents are to bc 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 bc answered. Only questions 1-8 Bidding Documents 7.2 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. 8.2 8.3 8.4 10. 11. 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. 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. In addition to above said items. Contractor shall meet the following substaintial completion schedule of project ST-01-02 as defined as follows: Phase I Demo Complete: Phase I Complete: Phase II Complete: Phase Ill Complete: January 15, 2003 March 7, 2003 May 7, 2003 July 7, 2003 Liquidated Damages. Provisions for liquidated damages are set forth in the Contract. Liquidated damages for this project are: Two hundred forty dollars ($240.00) 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 Engineer, application for such acceptance will not be considered by Engineer until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process. Subcontractors, Suppliers, and Others. 1-9 Bidding Documents 11.1 11.2 12. 12.1 12.2 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. Such list shall be accompanied by an experience statement with pert'ment 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, may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award. If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder. 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 given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner. The legal status of the Bidder, that is, as a corporation, partnership, or individual, must be stated on the Bid Form. A corporation Bidder must name the state in which the organization is chartered. Bids which are signed for a corporation shall have the correct corporate name thereof, its post office address, and the signature of the president or other authorized officer of the corporation, manually written below the corporate name in the following manner: "By If the bid is made by an individual, his post office address shall be given. Bids which are not signed by the individuals making them shall have attached thereto a power of attorney evidencing authority to sign the bid in the name of the person for whom it is signed. If the bid is made by a firm or partnership, the name and post office address of the managing member of the firm or partnership shall be given or the bid may be signed by an attorney-in- 1-10 Bidding Documents 13. 14. 15. 16. 16.1 16.2 fact. If signed by an attorney-N-fact, there shall be attached to the bid a power of attorney evidencing authority to sign the bid, executed by the members of the firm or partners. 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 remmed to the Bidder without being considered. Estimates of Quantifies. The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents. Submission of Bids. Bids will be received by the Purchasing Agent, and shall be submitted to the Purchasing Agent, City of Coppg[[, at the To~vnCen~er, 255 Parkway Boulevard, P.O. Box 478, Coppell, ~ ,~,~ .._.:, ~i~t~.~u. ~l~z~cr~g 2007 and then nublicly opened and read aloud Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the Project title, City of Coppell Bid No. 0-0902-03 and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED Construction of: Ruby Road Proiect ST 01-02 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 withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work. 17. Rejection of Bids. Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without 1-11 Bidding Documents 18. 19. 19.1 19.2 19.3 19.4 qualification(s). More than one bid fi.om an individual, firm 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 fight 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 Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, 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 strong consideration in the award of the bid. The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. The Owner may conduct such investigations as the owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time. 1-12 Bidding Documents 19.5 19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project. 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. 20. Execution of Agreement. 21. 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 f'mal acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending. 22. Bid Compliance. 23. Bid must comply with all Federal, State, county and local laws. Contractor shall not hire 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. 24. Sales Tax. The bidder shall not include or provide for sales tax on tangible personal property to be incorporated into the project. In order to be exempt from the sales tax on such tangible personal property, the contract shall separate and provide separate charges for materials to be incorporated into the project 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 of paying a sales tax at the time of purchase. The bidder shall show the cost of materials to be incorporated into the contract (tangible personal property) in the space provided on the bid form. The successful bidders bid form will be used to develop a separated contract and will determine the extent of the tax exemption. Upon execution of the construction contract, the successful bidder shall provide a per item breakdown of 1) materials incorporated into the project; and 2) labor, equipment, supervision and materials not incorporated into the project. 25. Silence of Specification. 1-13 Bidding Documents 26. 27. 28. 29. The apparent silence of these specifications as to any detail or to the apparent omission fi.om it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative. Change Orders. No oral statement of any person shall modify or othem, ise 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. This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Dallas County, Texas. Maintenance Bond. The Contractor shall provide a two year Maimenance Bond in the mount 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. 1-14 Bidding Documents BID FORM PROJECT IDENTIFICATION: Ruby Road ST 01-02 in Coppell, Texas (NAME OF FIRM) DATE ~ ~-\- {~)"~- THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER) c/o Purchasing Agent 255 Parkway Boulevard P.O. 9478 Coppell, Texas 75019 CITY OF COPPELL BID NO: 1. Q- 0902-03 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 Conlract 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 · BIDDER will sign and submit the Agreement with other after the day of Btd opening. ,. _ · .... -',U;n fifteen ~15) days after the date of documents required by the Bidding Keqmremem~ ~,~u~ , OWNER's Notice of Award. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged): 1-15 Bidding Documents (b) (c) (d) (e) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. BIDDER has studied carefully all reports and drawings of subsurface conditions contained in the contract documents and which have been used in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports, but not upon nontechnical data, interpretations or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence, CONTRACTOR shall have full responsibility with respect to subsurface conditions at site. BIDDER has studied carefully all drawings of the physical conditions in or relating to existing surface or subsurface structures on the site, which are contained in the contract documents and which have been utilized in preparation of the contract documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such drawings, but not for the completeness thereof for 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 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 perfomaance 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 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 has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 1-16 Bidding Documents (g) BIDDER has given ENGINEER written notice of ail 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, fn-m 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 faise or sham Bid; B1DDER has not solicited or induced any person, finn or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. (i) It is understood and agreed that the following quantities of work to be done at unit prices are approximate only, and are intended principaily to serve as a guide in evaiuating bids. (J) It is understood and agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary in the opinion of the OWNER to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth, except as provided for in the Contract Documents. Bidder understands that the work will be completed in three phases. Phasing will require several move-ins by utility and paving contractors. It is understood and agreed that ail 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 he a consideration in the award of the bid. BIDDER will complete the Work for the following price(s): 1-17 Bidding Documents Ruby Road ST 01-02 UNIT PRICE BID SCHEDULE ALTERNATE BID (Note: Items shaded are new or modified by Addendum's 1, 2 or 3) Item Quantity Unit Description and Price in Words Unit Total No. Price Price I-1 272 LF Sawcut Concrete & Asphalt Complete in Place 3. ~"T~.~ Dollars and'rt~,-~ ~c,,,~ Cents per LINEAR FOOT. I-2 15 SY Concrete Removal Complete in Place ~ ~', oo ~ "I'~"1 ¢t,~-- Dollars and ~o Cents per SQUARE YARD. I-3 1380 LF Remove Cable Fence & Gate Complete in Place ~ Dollars and t'T~ ¢,~'r"'l Cents Per ~INEAR FOOT. I-4 1150 LF Reinstall Cable Fence & Gate Complete in Place /~,, <g, ,,-,.-t...r..,.~ Dollars and ~o Cents per LINEAR FOOT. I-5 345 LF Remove existing RCP Pipe Sizes 12" to 36" Complete in Place ] ~ ~'~-,f~ Dollars and ~, p~--,~ Cents per LINEAR FOOT. I-6 5955 SY Remove and Dispose of Asphalt Pavement Complete in Place · ~.~ Dollars and ~ Cents per SQUARE YARD. 1-2 Bidding Documents Ruby Road ST 01-02 UNIT PRICE BID SCHEDULE ALTERNATE BID (Note: Items shaded are new or modified by Addendum's 1, 2 or 3) Item Quantity Unit Description and Price in Words Unit Total No. Price Price Deleted per ~ ^...~ Addendum I~ I-8 1190 LF Abandon Sanitary Sewer Line & Martholes Complete in Place 1. e2 ~ £ Dollars and ~q ~ ~t6t~- Cents ~er LINEAR FOOT. , I-9 I EA 8" Sanitary Sewer Plug Complete in Place and ~o Cents per EACH. 1-10 1 LS Clear. Grub & Grade Complete in Plac..~q.~o* -O~-t~ ,b6~-'° ~.Dollars and ~ao Cents per LUMP SUM. I-11 5 EA Remove Concrete Headwall Complete in Place ~,~- ~S.O o and ,~° Cents per I~ACH. 1-12 10,349 SY 7" Concrete Pavement w/6" Monolithic Curb Complete in Place ~., ~.~a~,~ "r~ ru~ Dollars and $~-m Cents per SQUARE YARD. 1-3 Bidding Documents Ruby Road ST 01-02 UNIT PRICE BID SCHEDULE ALTERNATE BID (Note: Items shaded are new or modified by Addendum's 1, 2 or 3) Item Quantity Unit Description and Price in Words ' Unit Total Price Price No. 1-13 218 TON Lime ~ 40#/SY Complete in Place 90. oo t/c~, and ,~o Cents per 1-14 10905 SY 8" Stabilized Subgrade Complete in Place /. o ,~ ~ Dollars per SQUARE YARD. -15 350 EA 4" Round Double Reflective & *,ound Non-Reflective Buttons (Acrylic) ~. 0° Complete in Place 'po 0 ~- Dollars and ro~ Cents per ~ACH. 1-16 2 EA Stop Signs w/24" Stop Bars Complete in Place ~-oo.Oo /Goo. O° Et c,"-~ t4~'°r~D_ollars and ,,,, o Cents per EACH. 1-17 8032 Y Hydromulch Complete in Place ~o Dollars - and <~, ,., ,'r~ Cents per SQUARE YARD. 1-4 Bidding Document~ Ruby Road ST 01-02 UNIT PRICE BID SCHEDULE ALTERNATE BID (Note: Items shaded are new or modified by Addendum's 1, 2 or 3) Item Quantity Unit Description and Price in Words Unit Total No. Price Price Alternate Design -.nd C-~'°~ [-20 1COO LF 36" RCP, Class III 483 Complete in Place {o~. &~ ~ ), 5}6, tL ')~' Changed per S,,. r~ ~'o .-'- Dollars Alternate and 'r~,~',~ F, ~ Cents Design per LINEAR FOOT. 1-21 198 LF 36" RCP, Class IV Complete in Place 5~.v 6~,~I -r~o Dollars and ~ ~:~t,~. Cents per LINEAR FOOT. 1-22 4-7- LF 24" RCP, Class IV 82 Complete in Place Changed per ~.t~ ,o a. ('"n Dollars t/O .q~' Alternate and to,~~.,-~ ~:,,g Cents Design per LINEAR FOOT. 1-23 26 LF 21" RCP, Class III Complete in Place -p n.r Dollars and {O/~-~ fi'g_ Cents per LINEAR FOOT. Aah LF 18" RCP, Class III 1-24 ..v 418 Complete in Place clums,~l ~ --~,,~"~ ~'r~ Dollars ~o il.. g'g' 1 3, (.,o~'. 9o AIt~mate aod O ~ F, ~. Cents ~ign per LINEAR FOOT. I-5 Bidding Documents Ruby Road ST 01-02 UNIT PRICE BID SCHEDULE ALTERNATE BID (Note: Items shaded are new or modified by Addendum's 1, 2 or 3) Item Quantity Unit Description and Price in Words Unit Total Price Price No. 1-25 172 LF 12" RCP, Class IV Complete in Place -lx~e~or~ ~,t~,u~-~ Dollars md-r~,~'w F,o~- Cents )er LINEAR FOOT· Addeudum D~I!~- 3 ~,~nd C:n~ 1-27 2 EA Double 12" Type "C" Headwall Complete in Place ..-.,.u-~ c~o'~ 9. oo and ~ o~ Cents per EACH· 1-28 8.4 CY Grouted Rock-Rip-Rap On a Filter Fabric (minimum 70% 12" size) Complete in Place 5,~.-r~ 7w.,~-/~ Dollars and ~o Cents per CUBIC YARD. 1-29 I EA Type "B" Manhole :., Complete in Placo~? ~,' L~er$ize ~ ~r- ~" Dollars Manhole see and ~-, ~ Cents Alternate per EACH. ~ _ 1-30 7 EA 6.0' Curb Inlet Complete in Plac¢,,/u~o fi"~ and ,~o Cents per EACH. I-6 Bidding Document~ Ruby Road ST 01-02 UNIT PRICE BID SCHEDULE ALTERNATE BID (Note: Items shaded are new or modified by Addendum's 1, 2 or 3) Item Quantity Unit Description and Price in Words Unit Total No. Price ?rice I-31 2 EA 10.0' Curb Inlet 6 t 6n~ Complete in Pl,a~ ~,. 8' g .oo 5"[ 6, ~,. oo .-~,~ ~v~ r~v Dollars and ~ Cents >er EACH. 1-32 2454 LF 12" PVC Water PiP~i(C~900) For Complete in Place oq ~. to 5'~, 6,~-9, New Depth TI, o~,~"~ ~ Dollars see md ~ Cents Alternate per LINEAR FOOT. Desisn 1-33 295 LF 8" PVC Water Pipe (C-900) Complete in Place ~-ixo ~ F,o~ Dollars ~_M and ~ ~--rt:.~h-o Cents per LINEAR FOOT. 1-34 7 EA Fire Hydrant Assembly w/6" Valve & Necessary 6" PVC Pipe (C-900) Complete in Place .,o,~¢~ and ¥~('-~r'4 Cents per EACH. 1-35 4 EA Gate Valve Complete in Pl~.oe~,a 5~7'~ [ "t I '7. g'D ~ 9o.o ~ r,~./~ t4-o.~ o"Dollars and ~,~ Cents per ~ACH. 1-36 4 EA 8" Gate Valve Complete in Placet~. tOt~'-x ,') ~ '), ~) '3 t ~-0 .oo ~ t4v,ootuc~O Dollars and In ~'"1 Cents per EACH. I-7 Bidding Documents Ruby Road ST 01-02 UNIT PRICE BID SCHEDULE ALTERNATE BID (Note: Items shaded are new or modified by Addendum's 1, 2 or 3) Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1-37 6 EA Water Service (minimum 1") & Meter Relocation Complete in Pl~w.-c~'''~ q/~'. ) ~' ~-S-I ~ ,go ~,,~a ~oa~o ~ Dollars and 5/,o'~m fi,,6 Cents per EACH. 1-38 I EA 2" Type '2' Air Relief Valve Complete in P. lace_~ fi gn $~i and le ~ ~,--x/ Cents per EACH. 1-39 1 EA 8"x8" Tapping Sleeve & Valve Complete in Place.na,~O ~o~4'r~'r~ and ~,, Cents per EACH. 1-40 I EA Cut & Cap 4" Water Line Complete in Place ,:r'4 ~,,~ ~ tSon rs b Gl. s"o G6, t.S'v and fq ~?'~ Cents per EACH. 1-41 734 LF 8" Sanitary Sewer Complete in Place ~.ct. I q" [ ~), 'P '~ ~''/0 T~,~.,'7~ ~0or~ Dollars and 6i e--re~-~ Cents per LINEAR FOOT. 1-42 3 EA 4.0' & 5.0' Diameter S.S. Manhole Complete in Place .,~rg~ ~,'~ ~ - .~,~,~ ~,,~t~ ~llars and ~1 q'"'~ Cents per EACH. 1-8 Bidding Document$ Ruby Road ST 01-02 UNIT PRICE BID SCHEDULE ALTERNATE BID (Note: Items shaded are new or modified by Addendum's 1, 2 or 3) Item Quantity Unit Description and Price in Words Unit To~al No. Price Price 1-43 1 LS Replace Sanitary Sewer Services Complete in Place ~; '¢,.~ t'~''°aa6° ~o~lars and ~c-r~ Cents per LUMP SUM. 1-44 800 LF Silt Fence Complete in Place [. q o ] I ~o. o o o,~ ~- Dollars and ~,~-'~ Cents per LINEAR FOOT. 1-45 9 EA Inlet Protection Complete in Place ~-~'. oo c/9 5'. o o ~¢x-~ ~-,~ Dollars and ~ o Cents per EACH. 1-46 2 EA Sediment Trap Complete in Place ~t._ I&,~ [[ S-O.o° d)-~oo,oo and ,.~, Cents per EACH. 1-47 1 LS Traffic Control Complete in, Pla~ ,. and' /,4) Cents per LUMP SUM. 1-48 5744 LF Trench Safety for Drain~age, Water · "~, ~ Complete irt Place :: . :: : : . "' ~'~' ......... and ¢ ~."~ ~'~'Ceff~':. : :' '*"' perLINEAR:FEET. :."i i. ' I-9 Bidding Document.~ Ruby Road ST 01-02 UNIT PRICE BID SCHEDULE ALTERNATE BID (Note: Items shaded are new or modified by Addendum's 1, 2 or 3) Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1-49 2 EA Project Signs Added per Complete in Place& ~ Addendum ~[~,~ lt-o,oo~ ~)011ars ~,'-~'"o. oo 3 and ,,~o Cents per EACH. 1-50 1 LS Repair Existing Irrigation along the north side of Ruby Road Added per Addendum Complete in Place...,~.~:' .5-~-e,o, oo ~'~o, o o and ~.,o Cents per LUMP SUM. 1-51 3050 CY Excavation Added per Complete in Place Addendum ~¢[ ~ Dollars 3 and f~,[4; ~ct~t~ Cents per CLI~I(~ YARDS. 1-52 825 LF 54" ReP Class III Added per Complete in Placgrvo~;~ Alternate O~ ~,~o~'"° Dollars ] Design andN,.,a..~ ~,..t Cents per LINEAR FOOT. 1-53 40 LF 5'x5' RBC Added per Complete in Pla~.,c~ Alternate 0,-'~ t4x,~Va$'O r~ollars Design and ff,~-~ ~:t,~a Cents per LINEAR FOOT. 1-54 1 LS 5'x5' Type 'B' Headwall m ,,~ Added per Complete in Place o~ Alternate '~xo6.-.;'~ ~ '"~g fl.v ~ollars Design and (:~ (--,"'a Cents per LUMP SUM. 1- I 0 Bidding Documents Ruby Road ST 01-02 UNIT PRICE BID SCHEDULE ALTERNATE BID (Note: Items shaded are new or modified by Addendum's 1, 2 or 3) Item Quantity Unit Description and Price in Words Unit Total No. Price Price 1-55 1 LS 30" Type 'B' Headwalt Complete in Place g//r,~'r''t a.ag' [0 91 .o o Added per O~,r Th~ ~ ~ o ~ollars ~/0'9 l. o o Alternate Design and ,~ o Cents per LUMP SUM. 1-56 75 LF 30" RCP Class III Added per Complete in Place 5- 3-- ~ Alternate ~:t {~ ~--n t~o~ Dollars Design and t¢. ~ Cents per LINEAR FOOT. 1-57 1 EA Sanitary Sewer Stubont Added per (Sm 13+54.9) Alternate Complete in Place ~[6~O'r~ ~' ' ~q ~-~'. a~5 Design ~o o. /4-v~ Oa~;O Dollars and -~,~v. ~,v.~ Cents per EACH. 1-58 6 EA Modified Fire Hydrant Assembly Added per Complete in Pla.c~r~.~9 S~;~a~TM I ~4'D 6 ,o o ~-~- ox0 .o o Alternate ~a ~ ttr-87~:,~ eh~'a~a[5ollars Design and ~ o Cents per EACH. 1-59 I EA 12"x12' Water Service Assembly Added per Complete in Plac~e~,.~o ~'r~ ot ~. Alternate -;rc.~.-v~--e~ ~-~"~r'~6ilar~ ] ~' ~1 · 95" I ~' &t, '''> 5" Design and S~(~ £0 ~ Cents per EACH. TOTAL BID ITEMS ALTERNATE BID I-1 thru 1-59 $ TANGIBLE PERSONAL PROPERTY COST $ &¥o:?/J', "J-- 1-11 Bidding Documents BID SUMMARY TOTAL PRICE CALENDAR DAYS TOTAL BID ITEMS ALTERNATE BID I-lthruI-59 $ ?O$159q.~ /JO C,'~o BIDDER agrees that all Work awarded will be completed within /O'-'O Calendar Days. Contract time will commence to nm as provided in the Contract Documents. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. BIDDER understands that the Owner is exempt fi.om State Limited Sales and Use Tax on tangible personal property to be incorporated into the project. Said taxes are not included in the Contract Price (see Instructions to Bidders). The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. The City of Coppell reserves the right to delete any portion of this project as it may deem necessary to stay within the City's available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly. SUBMYVrED ON Signature: 1-12 Bidding Documents