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