Loading...
ST0102-BD021023 ADDENDUM NO. 3 DATE: OCTOBER 23, 2002 ADDENDUM #: THREE (3) PROJECT: RUBY ROAD PROJECT No. ST 01-02 Bid No. Q 0902-03 BID DATE/TIME: 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 1-14 of the Bidding Documents. Add BID ITEMS: Item Quantity Unit Description and Price in Words Unit Price Total Price No. I-48 5744 LF Trench Safety for Drainage, Water & Sewer Pipe Complete in Place Dollars and Cents per Linear Foot. I-49 2 EA Project Signs Complete in Place ____________Dollars and _________ Cents per Each. I-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. Addendum #3 Page 1 Delete BID ITEMS: Item Quantity Unit Description and Price in Words Unit Price Total Price No. I-7 1 LS Tree Removal 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 maximum dry density) in accordance with geotechnical report, City of Coppell, and NTCOG standards and recommendations. Replaced with the following: 2.18Pay 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: 2.42Pay Item #48 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 professional engineer, to the City prior to implementation in the field. Addendum #3 Page 2 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. 2.43Pay 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. 2.44Pay 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 furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. 2.45Pay 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 from 11.5 feet along the south side to 10 feet. The south back of curb will be 10 feet off the 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. I-16 Stop Bars shall be Thermo Plastic material. Item No. I-18 Quantities should be 4700 not 4515. Also, the compacted fill is measured as compacted in place. Item No. I-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 BID PROPOSAL ADDENDUM NO. 4 FOUR ADDENDUM NO: ISSUE DATE: Oct. 23, 2002 RUBY ROAD PROJECT NAME: BID DATE: Nov. 1, 2002 ST 01-02 Bid No. Q 0902-03 COPPELL, TEXAS LOCATION: City of Coppell ISSUED BY: 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 1-1 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 Unit Total Quantity Unit Description and Price in Words No. Price Price Sawcut Concrete & Asphalt I-1 272 LF Complete in Place ______________ Dollars and ___________ Cents per LINEAR FOOT. Concrete Removal I-2 15 SY Complete in Place ______________ Dollars and ___________ Cents per SQUARE YARD. Remove Cable Fence & Gate I-3 1380 LF Complete in Place ______________ Dollars and ___________ Cents Per LINEAR FOOT. 1150 Reinstall Cable Fence & Gate I-4 LF Complete in Place _____________ Dollars and __________Cents per LINEAR FOOT. Remove existing RCP Pipe Sizes I-5 345 LF 12” to 36” Complete in Place ______________ Dollars and __________ Cents per LINEAR FOOT. Remove and Dispose of Asphalt I-6 5955 SY 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 Unit Total Quantity Unit Description and Price in Words No. Price Price Tree Removal I-7 1 LS Complete in Place Deleted per Addendum ______________ Dollars 3 and ___________ Cents per LUMP SUM. Abandon Sanitary Sewer Line & I-8 1190 LF Manholes Complete in Place ______________ Dollars and ___________ Cents per LINEAR FOOT. 1 8” Sanitary Sewer Plug I-9 EA Complete in Place _____________ Dollars and __________Cents per EACH. Clear, Grub & Grade I-10 1 LS Complete in Place ______________ Dollars and __________ Cents per LUMP SUM. Remove Concrete Headwall I-11 5 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. 7” Concrete Pavement w/6” I-12 10,349 SY Monolithic Curb Complete in Place ______________ Dollars and ___________ 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 Unit Total Quantity Unit Description and Price in Words No. Price Price Lime @ 40#/SY I-13 218 TON Complete in Place ______________ Dollars and ___________ Cents per TON. 8” Stabilized Subgrade I-14 10905 SY Complete in Place ______________ Dollars and ___________ Cents per SQUARE YARD. 4” Round Double Reflective & I-15 350 EA Round Non-Reflective Buttons (Acrylic) Complete in Place ______________ Dollars and ___________ Cents per EACH. Stop Signs w/24” Stop Bars I-16 2 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. Hydromulch I-17 8032 SY Complete in Place ______________ Dollars and ___________ Cents per SQUARE YARD. Compacted Fill I-18 4515 CY Complete in Place 4700 ______________ Dollars Changed and ___________ Cents per per CUBIC YARD. Addendum 3 1-4 Bidding Documents 1-5 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 Unit Total Quantity Unit Description and Price in Words No. Price Price 48” RCP, Class III I-19 338 LF Complete in Place Deleted per Alternate ______________ Dollars Design and ___________ Cents per LINEAR FOOT. 36” RCP, Class III I-20 1000 LF Complete in Place 483 ______________ Dollars Changed per and ___________ Cents Alternate Design per LINEAR FOOT. 36” RCP, Class IV I-21 198 LF Complete in Place ______________ Dollars and ___________ Cents per LINEAR FOOT. 24” RCP, Class IV I-22 47 LF Complete in Place 82 ______________ Dollars Changed per Alternate and ___________ Cents Design per LINEAR FOOT. 21” RCP, Class III I-23 26 LF Complete in Place ______________ Dollars and ___________ Cents per LINEAR FOOT. 18” RCP, Class III I-24 440 LF Complete in Place 418 ______________ Dollars Changed per Alternate and ___________ Cents Design per LINEAR FOOT. 1-6 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 Unit Total Quantity Unit Description and Price in Words No. Price Price 12” RCP, Class IV I-25 172 LF Complete in Place ______________ Dollars and ___________ Cents per LINEAR FOOT. 48” Type “B” Headwall I-26 2 EA Complete in Place Deleted per Addendum ______________ Dollars 3 and ___________ Cents per EACH. Double 12” Type “C” Headwall I-27 2 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. Grouted Rock-Rip-Rap I-28 8.4 CY On a Filter Fabric (minimum 70% 12” size) Complete in Place ______________ Dollars and ___________ Cents per CUBIC YARD. Type “B” Manhole I-29 EA 1 Complete in Place Larger Size ______________ Dollars Manhole see and ___________ Cents Alternate per EACH. Design 6.0’ Curb Inlet I-30 7 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. 1-7 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 Unit Total Quantity Unit Description and Price in Words No. Price Price 10.0’ Curb Inlet I-31 2 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. 12” PVC Water Pipe (C-900) I-32 LF 2454 Complete in Place For New Depth ______________ Dollars see and ___________ Cents Alternate per LINEAR FOOT. Design 8” PVC Water Pipe (C-900) I-33 295 LF Complete in Place ______________ Dollars and ___________ Cents per LINEAR FOOT. Fire Hydrant Assembly w/6” I-34 7 EA Valve & Necessary 6” PVC Pipe (C-900) Complete in Place ______________ Dollars and ___________ Cents per EACH. 12” Gate Valve I-35 4 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. 8” Gate Valve I-36 4 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. 1-8 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 Unit Total Quantity Unit Description and Price in Words No. Price Price Water Service (minimum 1”) I-37 6 EA & Meter Relocation Complete in Place ______________ Dollars and ___________ Cents per EACH. 2” Type ‘2’ Air Relief Valve I-38 1 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. 8”x8” Tapping Sleeve & Valve I-39 1 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. Cut & Cap 4” Water Line I-40 1 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. 8” Sanitary Sewer I-41 734 LF Complete in Place ______________ Dollars and ___________ Cents per LINEAR FOOT. 4.0’ & 5.0’ Diameter S.S. I-42 3 EA Manhole Complete in Place ______________ Dollars and ___________ Cents per EACH. 1-9 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 Unit Total Quantity Unit Description and Price in Words No. Price Price Replace Sanitary Sewer Services I-43 1 LS Complete in Place ______________ Dollars and ___________ Cents per LUMP SUM. Silt Fence I-44 800 LF Complete in Place ______________ Dollars and ___________ Cents per LINEAR FOOT. Inlet Protection I-45 9 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. Sediment Trap I-46 2 EA Complete in Place ______________ Dollars and ___________ Cents per EACH. Traffic Control I-47 1 LS Complete in Place ______________ Dollars and ___________ Cents per LUMP SUM. Trench Safety for Drainage, Water I-48 5744 LF & Sewer Pipe Added per Complete in Place Addendum 3 ______________ Dollars and ___________ Cents per LINEAR FEET. 1-10 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 Unit Total Quantity Unit Description and Price in Words No. Price Price I-49 2 EA Project Signs Complete in Place Added per ______________ Dollars Addendum and ___________ Cents 3 per EACH. Repair Existing Irrigation along I-50 1 LS the north side of Ruby Road Added per Complete in Place Addendum ______________ Dollars 3 and ___________ Cents per LUMP SUM. I-51 3050 CY Excavation Complete in Place Added per ______________ Dollars Addendum and ___________ Cents 3 per CUBIC YARDS. I-52 825 LF 54” RCP Class III Complete in Place Added per Alternate ______________ Dollars Design and ___________ Cents per LINEAR FOOT. 5’x5’ RBC I-53 40 LF Complete in Place Added per Alternate ______________ Dollars Design and ___________ Cents per LINEAR FOOT. 5’x5’ Type ‘B’ Headwall I-54 1 LS Complete in Place Added per Alternate ______________ Dollars Design and ___________ Cents per LUMP SUM. 1-11 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 Unit Total Quantity Unit Description and Price in Words No. Price Price 30” Type ‘B’ Headwall I-55 1 LS Complete in Place Added per ______________ Dollars Alternate and ___________ Cents Design per LUMP SUM. 30” RCP Class III I-56 75 LF Complete in Place Added per Alternate ______________ Dollars Design and ___________ Cents per LINEAR FOOT. Sanitary Sewer Stubout I-57 1 EA Added per (Sta 13+54.9) Alternate Complete in Place Design ______________ Dollars and ___________ Cents per EACH. I-58 6 EA Modified Fire Hydrant Assembly Complete in Place Added per Alternate ______________ Dollars Design and ___________ Cents per EACH. 12”x12” Water Service Assembly I-59 1 EA Complete in Place Added per Alternate ______________ Dollars Design and ___________ Cents per EACH. TOTAL BID ITEMS ALTERNATE BID I-1 thru I-59 $ TANGIBLE PERSONAL PROPERTY COST $ 1-12 Bidding Documents BID SUMMARY CALENDAR TOTAL PRICE DAYS TOTAL BID ITEMS ALTERNATE BID I-1 thru I-59 $ ____________ __________ In Words: ___________________________________________________________________. 6. BIDDER agrees that all Work awarded will be completed within ______ Calendar Days. Contract time will commence to run as provided in the Contract Documents. 7. Communications concerning this Bid shall be addressed to the address of BIDDER indicated on the applicable signature page. 8. BIDDER understands that the Owner is exempt from 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). 9. 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. SUBMITTED ON ________________________________________ Signature: ________________________________________ 1-13 Bidding Documents SECTION 5 - DESCRIPTION OF PAY ITEMS This section includes comments concerning various Pay Items so that the contractor can fully understand the scope of work involved in the Pay Items. Description of all other Pay Items are as described in the original Bid and Addendum 1,2 & 3. 2.46 Pay Item # I-29 Type ‘B’ Manhole: This work shall consist of the installation of a Type ‘B” storm drain manhole as shown on City of Coppell Standard Construction Details, Sheet SD-9 and shall consist of establishing a suitable base and installation, curing, protection and backfilling according to the plans, details and specifications governing such work. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.47 Pay Item # I-53 5’x5’ Reinforced Concrete Box Culvert: This item shall consist of the pouring in place of a 5’x5’ box culvert meeting the design standards of TxDOT single culverts SC-NA and shall include the placement of a minimum of 6” crushed rock base and installation, finishing, curing, form removal and backfilling according to the plans, details and specifications governing such work. A precast culvert meeting TxDOT standard PC-4 may be substituted based on the Engineers approval of a submitted design. Measurement and Payment shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.48 Pay Item # I-54 & I-55 Type ‘B’ Headwalls: This item shall consist of the installation of a Type ‘B’ headwall for the 30” RCP and a modified Type ‘B’ headwall to fit the 5’x5’ box culvert. Both shall meet the design standards of TxDOT CH-11, City of Coppell and NTCOG standards and shall include the placement of a minimum of 6” crushed rock base and installation, finishing, curing and backfilling according to plans, details and specifications governing such work. Measurement and Payment shall be made on the basis of the price bid per each (EA) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.49 Pay Item # I-57 8” Sanitary Sewer Stubout: This item shall consist of the installation of forty (40) feet of 8” PVC, SDR-35, sewer pipe at 8’-10’ depth going south from the sanitary sewer manhole located at paving station Sta. 13+54.9 on Sheet C5.4 of the plans and includes the excavation, installation, embedment, 1-14 Bidding Documents plugging, backfilling and testing in accordance with the plans, details and specifications governing such work. Measurement and Payment shall be made on the basis of the price bid per linear foot (LF) and shall be total compensation for furnishing all labor, materials, and equipment necessary to complete the work. 2.50 Pay Item # I-58 Modified Fire Hydrant Assembly: This item shall consist of the installation of a 12” M.J. x 6” Flange ‘T’ with a 6” flange to M.J. valve, 26 L.F. of 6” PVC C-900 water pipe, all bends and fitings, a 6” plug with a 1” tap and a 1” copper blow off at six locations shown on Sheets C5.1, C5.2 and C5.3 of the plans and shall include excavation, embedment, backfill and testing in accordance with the plans, details, and specifications governing such work. The modified fire hydrant assembly is assumed to begin at the 12” water line and end at the plug. All bends and fittings necessary to make the connection to the 12” water line are included in the cost of this item. Measurement and Payment shall be based on the price bid per each (EA) and shall be total compensation for all labor, materials and equipment necessary to complete the work as specified. 2.59 Pay Item # I-59 Twelve inch water service assembly: This item shall consist of the installation of a 12” x 12” M.J. ‘T’, a 12” M.J. valve, 18 L.F. of 12” PVC C-900 water pipe, all bends and fittings, a 12” plug with a 1” tap and a 1” copper blow off and shall include the excavation, installation, embedment, backfill and testing in accordance with the plans, details and specifications governing such work. This work is shown on Sheet C5.2, Sta. 15+67.18. The 12” water assembly is assumed to begin at the 12” water line and end at the plug. All bends and fittings necessary to make the connection to the 12” water line are included in the cost of this item. Measurement and Payment shall be based on the price bid per each (EA) and shall be total compensation for all labor, materials and equipment necessary to complete the work as specified. 1-15 Bidding Documents