ST9902-CS130416 (10)
ADDENDUM NO. 1
RECONSTRUCTION PLANS
FOR
WEST SANDY LAKE ROAD, PHASE 2A & 2B
(NORTH COPPELL ROAD TO SOUTH COPPELL ROAD)
th
Addendum No. 1 Issue Date: April 16, 2013
th
Original Bid Receipt Date: April 25, 2013 @ 10:00 a.m.
This addendum forms part of the contract documents referenced above and modifies the
original Contract Documents. Acknowledge receipt of this addendum by signing and
attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid
Proposal and on the outer envelope of your bid.
PLEASE MAKE NOTE OF THE FOLLOWING CLARIFICATION:
General Items:
The City will accept bid tabulations in alternate formats (computer generated
printouts) as long as they are neat, legible, and clearly present all of the
requested information contained on the original bid proposal in the specifications.
Phase 2A & 2B quantities must still be broken out separately, with the bid items
zeroed out (where applicable) as presented in the original bid proposal form. Bid
items must not be renumbered as both phases correspond to one specification
book containing the pay item descriptions. Unit prices must contain a written
numerical value for each bid item (i.e. $187.25 written as one hundred eighty-
seven and twenty-five cents). It is the contractor’s responsibility to ensure that
there are no rounding errors contained in the proposal form, weather original or
computer generated.
Regardless of proposal format, all bidders are required to complete the original
Bid Summary, page 1-25, to be read at the bid opening.
Additional questions may be submitted in writing no later than 5 p.m. on
th
Thursday April 18, 2013 to Jennifer Cook (jenniferc@coppelltx.gov), or through
the bidsync website. A second final addendum will be issued on Monday April
nd
22, 2013 which will address questions received up to the deadline.
Please note that the trail or sidewalk pavement directly in front of the cast in
place retaining walls shall be paid for under the Bid Item I-40 as part of the wall
footing. This sidewalk and trail is not included in the plan quantities for sidewalk
and trail.
The traffic control plans for both phase 2A and 2B are for reference only. Any
item callouts or quantities are suggested and not definite. The contractor is
responsible for developing their own traffic control plans, and for estimating the
lump sum cost based on their own individual methods and materials used.
1ADDENDUM NO. 1
Bid Items:
Bid Item I-19 – In the Contract Specifications under Unclassified Excavation,
delete the language, “Any excess excavation will be used on-site for fill area or
stockpiled in locations as directed by the Engineer for future use on the project.”
Bid Item I-27 to I-29 – In the Contract Specifications for each of these items, the
revised paragraph below shall read:
“Contractor shall pay close attention to NCTCOG Item 303.5.4.3 “Contraction
Joints” regarding sawing of joints. In general, joints shall be sawed into the
completed pavement surface as soon after initial concrete sets as possible in
order for the sawing process to prevent uncontrolled shrinkage cracking. Failure
to perform the work in compliance with these requirements and those in Item
303.5.4.3 will subject the slab to rejection. All joints shall be typically spaced 15
feet (a maximum of 18 feet) apart.”
Bid Item I-80 – Work performed under this item is exploratory in nature and the
exact scope of work required is unknown. It is recommended that a
subcontractor familiar with pond liners and/or pond rehabilitation be contacted to
estimate costs associated with the possible scope of work as detailed in the
Contract Specifications, Item I-80.
Bid Item I-122 to I-124 – Please note that the City has opted to provide to the
contractor 3 each of the following:
16 Position Base Mount Cabinet, TS-1, with a 980 TS-2 Type 2 Signal
o
Controller with Ethernet, Version 61.X, Flashing Yellow Arrow MMU-
516LE, a TS-1 Cabinet Power Supply, Pedestrian Isolation Card, 1 NEMA
Flasher, 6 Flash Transfer Relays, 16 Load Switches and 1 day of turn on
assistance (per cabinet)
References in the plans and specifications to differing component items
(cabinets, controllers, etc.) shall be replaced with those listed above.
Bid Item I-136 – The banner pole assemblies shall be double 24” banner arms
spread 60” apart, with fixed mount at the top and adjustable clamp mount on the
bottom. The banner poles and arms shall have acorn style caps.
All other provisions of the plans, specifications and contract document for the project
which are not expressly amended herein shall remain in full force.
Failure to return a signed copy of the addendum with the Proposal shall be grounds for
rendering the bid non-responsive. A signed copy of this addendum shall be placed into
the Proposal at the time of bid submittal.
Receipt Acknowledged:
By:____________________
Title:___________________
2ADDENDUM NO. 1