Sales Tax 09-CS1007022010) Keith Marvin - RE: Addendum #1 -draft Page 1
From: "Chris B. Seely" <cseely @tnp- on line. com>
To: "Keith Marvin" <kmarvin @coppelltx.gov>
CC: "Christa Christian" <CChristian @coppelltx.gov>
Date: 7/2/2010 3:18 PM
Subject: RE: Addendum #1 - draft
Attachments: ADDENDUM 1.pdf; ADDENDUM 1.doc
Keith:
Attached is the revised addendum with the stricken text. I have
attached it in PDF and in Word for posting to BidSync. I have also
started faxing it to the contractors.
Thanks!
Chris
Chris Seely, P.E. (TX)
Teague Nall and Perkins, Inc.
- - - -- Original Message---- -
From: Keith Marvin [mailto:kmarvin @coppelltx.gov]
Sent: Friday, July 02, 2010 1:54 PM
To: Chris B. Seely
Cc: Matt Atkins
Subject: Re: Addendum #1 - draft
Chris,
This looks good. I would prefer to include all the text that is being
stricken so there is no confusion.
Sorry I had to leave so quickly after the meeting yesterday.
appreciate your effort on this project.
Keith
Keith Marvin, P.E.
Project Engineer
(972) 304 -3681
>>> "Chris B. Seely" <cseely @tnp- on line. com> 7/2/2010 11:10 AM >>>
Keith:
Attached is the draft addendum for review.
Chris
Chris Seely, P.E. (TX)
Project Manager
TEAGUE NALL AND PERKINS, INC.
12160 North Abrams Road Suite 508
2010) Keith Marvin - RE: Addendum #1 -draft Page 2
Dallas, Texas 75243
214.461.9867 phone
214.461.9864 fax
cseely@tnp-online.com
www.tnp - online.com
CITY OF COPPELL
2009 STREET RECONSTRUCTION
S. HEARTZ ROAD, DOBECKA DRIVE & CLEAR CREEK LANE
(BID NO. Q- 0710 - 07)
ADDENDUM #1
JULY 2, 2010
THIS ADDENDUM IS HEREBY MADE AS PART OF THIS CONTRACT PLANS AND
SPECIFICATIONS. ADDENDUM IS ISSUED TO MODIFY, CLARIFY, EXPLAIN, OR
CORRECT THE ORIGINAL PLANS AND SPECIFICATIONS. ANY CHANGES CALLED
OUT IN THIS ADDENDUM SUPERSEDES THE ORIGINAL PLANS AND
SPECIFICATIONS.
2. BIDDERS SHALL INCLUDE THIS SIGNED ADDENDUM WITH THE BID AND
ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM BY STATING THAT
ACKNOWLEDGEMENT ON THE OUTSIDE LOWER RIGHT HAND CORNER OF THE
SEALED ENVELOPE CONTAINTING THE BID.
3. THIS ADDENDUM CONSISTS OF 2 PAGES.
4. THE FOLLOWING MODIFICATIONS SHALL BE MADE TO THE DOCUMENTS AS
INDICATED-
SPECIFICATIONS
1. Bid Summary — Sections A, B, C and Total Project: The bidder shall indicate the same bid
amount in both the "Subtotal Bid items..." and the "Total Bid Items..." blanks.
2. Section 5, Pay Item #143 — Right -of -Way Preparation (page 5-4): This Pay Item is bid lump
sum per roadway and not a total for all three roadways. Therefore, strike the last two
sentences of the third paragraph section. The paragraph should read as follows.
"Measurement and payment for work performed and materials furnished related to
general site preparation, as provided herein, shall be made on the basis of the price bid
per lump sum (LS) and shalt be total compensation for furnishing and/or operating all
labor, materials, tools, equipment and other incidentals necessary to complete the work.
being divide li l e no morn than
0
ihps item Shah be Paid fop UPOF4 Got of the Site pFepaFafi@1�110F lRe flF51
,
3. Section 5, Pay Item #106 — 8" Lime Subgrade Treatment (page 5 -5): Strike the last
sentence of the second paragraph. The paragraph should read as follows.
"Lime treatment shall be provided under all proposed concrete pavement, median
pavement, curbs, and alley pavement as indicated on the plans, unless noted otherwise or
approved otherwise by the Engineer, and shall extend to a point at least one -foot behind
the back of curb. After subgrade treatment and shaping is complete, CONTRACTOR shall
maintain the proper moisture content in the subgrade to prevent drying and cracking, until
covered by paving material.
applied,
Addendum #1 Page 1 7/2/2010
4. Section 5, Pay Item #130 — 6" and 8" PVC Water Line (page 5 -13): The City requires water
line smaller than 10" in diameter to be Class 200 DR -14 instead of the DR -18 that is
specified. Therefore, the first sentence shall be replaced with the following sentence:
"This work includes the furnishing and installation of 6" and 8" PVC Class 200 DR -14 G-
rsnn no rt water line at the locations shown in the plans as per NCTCOG Items 506 &
502.4 and the City of Coppell Standard Construction Details.
5. Section 5, Pay Itern #144 -145 -, Sanitary Sewer Services (Various Lengths) (page 5 -17):
Replace the second paragraph with the following paragraph:
"The City Engineering Department has determined that the existing sanitary sewer main
in Dobecka Drive shall remain in place. The Contractor is responsible for TV of the
existing sanitary sewer main to locate the service for each lot if necessary. This Pay
Item includes the replacement of each sanitary sewer service line from the main to the
property line. A new service connection saddle shall be installed at the connection to the
main. A new sanitary sewer cleanout shall be located at or near the property line. All
materials used for the connection, cleanout installation and line replacement are
subsidiary to this Pay Item_"
CLARIFICATIONS
1. Paving with the use of a screed is not allowed. Slip form paving using a self - propelled
machine shall be required in accordance with Note #7 on City Standard Detail 2030.
2. The Variable Height Retaining Waii specified in the plans and Included as Pay Item #114
shall be in accordance with the City Standard Detail 2180 — Reinforced Concrete Retaining
Wall Integral with Sidewalk. The Contractor shall provide the City Engineer with a list of
available colors for concrete stain. The Engineer will select the color to be used. The
sidewalk adjacent to the wall shall be standard concrete without stain_
3. Compact fittings are NOT allowed. Full body fittings will be required on all roadways. All
fittings shall also be domestic and not import.
4. The Bid Bond shall be prepared based on 5% of the bidders total bid and not per roadway.
END OF ADDENDUM #1
Sir ' -;'�
................... sea ..:a■
clrwma 11 SEELY
c. 92629
- 741jo'
Signature of Acknowledgement -
Addendum #1 Page 2 7/212010