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