Loading...
ST9902-CS130419 (7) www.tnpinc.coom engineers surveyors ADDEENDUMM NO. 2 landscape arcchitects RECONSTRUCTION PLAANS FOR WEST SAANDY LAKE ROAD, PHAASE 2A & 2BB (NNORTH COPPPELL ROADD TO SOUTHH COPPELL RROAD) Addenduum No. 2 Isssue Date: April 222, 2013 Original Bid Receipt DDate: April 2500:00 a.m. , 2013 @ 1 This addendum formms part of the contract documents referenced above and modifies thhe original Contract Doocuments. Acknowledgge receipt of this adddendum by signing annd attachingg it to the CContract Doccuments (insidde). Note receipt of tthe Addenduum in the Biid Proposal and on the outer enveloope of your bbid. PLEASE MMAKE NOTE OOF THE FOLLOOWING CLARRIFICATION: Geneeral Items: NNote 1 on Sheeet 99 (2B) sshall now reaad Ñ(4) VIDEO VEHICLE DDETECTORS AARE EXISTINGG OONSITE AND MOUNTED TO THE EXIISTING TRAFFFIC SIGNALL MAST ARMMS. EXISTINGG VVIDEO VEHICCLE DETECTOORS AND INTTERFACE PANNEL SHALL BBE SALVAGEED FROM THHE EXXISTING TRAAFFIC SIGNALL AND RETURRNED TO THEE CITY. Thhe V4LT signaal heads shall have all bee arrow typee. The detail on sheet 99 (2B) has beeen reevised to showw red arrow,, steady yelloow arrow flasshing yellow arrow, and ggreen arrow. Thhe phasing nnumbers will be changedd for the traaffic signal aat Denton Taap and Sanddy Laake. The revvised numbering sequencce will be shhown on the plans that aare issued foor coonstruction. TThis is a recorrd keeping chhange only, aand will have no impact onn the materiaals or equipment nneeded for cconstruction. Plan Sheets: Please see thee following atttached reviseed sheets for phase (2A): 65, 66, 112A (missing somee bridge) Thhese plan sheeets shall replace the prevvious sheets inn the bidding plan set. Please see thee following atttached reviseed sheets for phase (2B): XX, XX (Still missing) Thhese plan sheeets shall replace the prevvious sheets inn the bidding plan set. 1 Addendum No. 2 Specifications: (changes in language are underlined) * New, revised specifications will be provided for construction. Pay Item I-20 Ï All borrow material shall originate from borrow areas/sources approved by the OWNER. Borrow material shall be a select sandy-clay to clayey-sand with a Liquid Limit less than 45 and a Plasticity Index between 6 and 2 approved by the Engineer. Also, borrow material shall have less than 1000 ppm soluble sulfates. Native fill material does not have to meet the specific requirem Plasticity Index that borrow material must meet as long as the material is clean, free from debris, and complies with NCTCOG 203.6 and 203.7. Pay Item I-28 & I-29 Ï All joints shall be sealed with self-leveling grey silicone joint sealant. Pay Item I-30 Ï 6Ò Reinforced Concrete Curb & Gutter shall consist of 6Ò curb and 12Ò wide gutter section. Pay Item I-40 Ï The cast-in-place walls shall include the use of a form liner pattern and integral wall color to be determined by the City. Pay Item I-46 to I-58 Ï Where leads or pipe/box culvert terminate into an existing system, this work shall include construction of a steel reinforced concrete collar at the junction to form a watertight connection. Pay Item I-81 & I-82 Ï This work includes the furnishing and installation of 6Ò & 8Ò PVC C- 900 DR-14 water line at the locations shown in the plans as per NCTCOG Items 506 & 502.4 and the City of Coppell Standard Construction Details. Pay Item I-98 to I-100 Ï The cost to repair such damage shall be the sole responsibility of the Contractor. There shall be no splices under street paving. Any water services running longer than supplied lengths of Type K copper, under paving, and requiring splices shall be installed in schedule 40 PVC pipe for the entire length of service beneath paving. Pay Item I-122 to I-124 and I-177 Ï This work includes the furnishing and installation of new highway traffic signals including installation of City furnished traffic signal controllers and cabinets in accordance with the appropriate details and specifications, including City of Coppell "TS2-Type 2 Cabinet Specifications" and "Specification for Fully-Actuated Solid State Controller unit (NEMA TS-1 Type 2) with Time-Based Coordin Closed Loop Operation" as well as Item 680 in TxDOT's 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. The work under this pay item for the Denton Tap Road intersection shall include the removal, re-installation and re-use of the existing Video Imaging Vehicle Detection System currently in use at this intersection The City has opted for the contractor to furnish and install a new Video Imaging Vehicle Detection System at the Denton Tap intersection in lieu of re-using existing Video Imaging Vehicle Detection System. 2 Addendum No. 2 Existing video detectors and interface panel shall be salvaged from the existing traffic signal and returned to the City by the Contractor. Pay Item I-144 Ï This work shall include the furnishing and installation of uni-directional infra-red Model 721 Opticom detectors, or approved equal, to sufficiently operate with the Opticom Detector Multi-mode 4 Channel Phase Selector System with GPS in accordance with the appropriate details and specifications. including the Emergency Management Response System special specification. References in the plans and specifications to differing component items shall be replaced with those listed above. Pay Item I-156 Ï Type A Ground Boxes shall be used for the Fiber Optics conduit runs, connection of bridge lighting conduit on the northeast side of Sandy Lake, and for signal conduit runs at Coppell Road South, Whispering Hills Drive, and Denton Tap Road (except at/near the signal controller). * Total Type A Ground Boxes shall be revised to 24 EA in Phase 2B of the project. Pay Item I-157 Ï Type C Ground Boxes shall be used at/near traffic signal controllers. * Total Type C Ground Boxes shall be revised to 0 EA in Phase 2A and 3 EA in Phase 2B of the project. Pay Item I-158 Ï ONCOR Type Ground Boxes shall be used for termination of conduit at electrical service points at utility poles. Bid Item I-173 Ï Opticom Detector Multi-mode 4 Channel Phase Selector System: This work shall include the furnishing and installation of a GTT approved equal, to allow emergency vehicle detection in each direction. This item shall include components; Model 764 Multi-mode 4 Channel Phase Selector, Model 768 Auxiliary Interface Panel, Model 1010 GPS Radio Unit, Mast Arm Mount, and 200 foot Model 1070 GPS Communications cable to sufficiently operate infra-red detectors Model 721 in accordance with the appropriate details and specifications. including the Emergency Management Response System special specification References in the plans and specifications to differing component items shall be replaced with those listed above. Pay Item I-174 Ï This work shall include the furnishing and installation of an uninterrupted power supply system, Clary Corporation, Model SP-1250PD-N, or approved equal, with Ethernet port for remote status viewing and a six battery accessory cabinet in accordance with the appropriate details and specifications, including TxDOT Specification. This item shall include the installation of the externally mounted cabinet References in the plans and specifications to differing component items shall be replaced with those listed above. 3 Addendum No. 2 Pay Item I-177 Ï During the widening construction of Sandy Lake Road, this equipment, with the exception of the VIVDS detectors, illuminated street name signs and communication cable equipment, will be replaced. The Contractor shall plan and maintain signal operations throughout construction until the widening is complete and the new signal is in operation. Existing video detectors and interface panel shall be salvaged from the existing traffic signal and returned to the City by the Contractor. Pay Item I-183 Ï Quantity shall be revised to 97 CY. Pay Item I-184 Ï Quantity shall be revised to 117 CY. Pay Item I-195 Ï Quantity shall be revised to 535 LF. Pay Item I-196 Ï Quantity shall be revised to 200 LF. Please add a pay item I-200 Ï Sidewalk Expansion Joint Cover Plate for 442 LB? (We will re-issue the proposal form since there are so many changes) Specific Contractor Questions: What is the Engineer Estimate? -The estimate is $8,000,000. Is a slip form paving machine required to place the concrete? -Yes, a slip form paving machine will be required to place the roadway paving. Sheet 4 (2B) Ï The typical section for Cottonwood Drive refers to City Standard 2110. This spec requires a lime treated subgrade. Should the section for this street be cement treated? -Yes, this should also be cement treated per the recommendations of the geotechnical report. NCTCOG section 103.4.2 requires Owners Protective Liability Insurance to be provided in addition to the General Liability. Is this policy required? -Yes, this is required. The notes regarding temporary paving in the plans for Phase 2A calls for 2" Type D on 6" of compacted subgrade. 2B calls for 4" Type D on 8" flex base. The specs call for 2" Type B on 6" flex base. Which is correct? -All temporary paving shall be a minimum of 2Ò Type D HMAC over 6Ò of compacted subgrade. Is a steel tine finish acceptable for the finish of the bridge slab in lieu of mechanical grooving? -Yes, steel tine finish is acceptable. 4 Addendum No. 2 The bridge plan shows the location of large pedestals for the bridge rail but I did not see any detailed information for rebar at the slab extension or at the abutment wing walls. Will any additional information be provided? -Yes, please see sheet XX (2A) for additional information. Can pre-stressed concrete panels be used where sidewalk dowels are to be inserted in the bridge slab? See details B & C on sheet 69 (2A). -Yes, pre-stressed concrete panels can be used. There is not a bid item for sidewalk expansion cover plates. I did not see a TxDOT sheet provided for them. Are sidewalk expansion cover plates required? -A new bid item and standard sheet has been added as part of this addendum. Please see the revised proposal for expansion plate quantity. Epoxy coated rebar is required for the bridge slab. Are there any other bridge items that require epoxy coated rebar? Examples: sidewalks, rails, rail do -The sidewalk and rail dowel bars are also to be epoxy coated. The drill shaft rebar called out on sheet 71 (2A) does not match the TxDOT (FD) sheet provided. Which one is correct? -The TxDOT standard sheet (FD) is correct. Sheet 24 (2A) shows the bicycle rail from the bridge to extend beyond the wingwall and onto the modular concrete block retaining wall. Is the rail shown on this sheet correct? If so, there is not a bid item for this rail. -Bid Item I-191 Ï The bid quantity shall be 355 linear feet to account for the bridge rail extension. On sheet 89 (2A), approach slabs, it appears that the concrete quantity in the sidewalks on grade (detail E) are included in the approach slab bid item quantity and sidewalk at detail F are part of the sidewalk and median bid item. Is this correct? -Yes, this is correct? Sheet 53 (2A) shows a mow strip at top of retaining wall. Does this condition only occur where there is a concrete flume shown on the plan? -Correct; this only applies to Retaining Wall ÓDÔ. Bottom of wall is shown below grade on retaining walls B & D. This is shown on sheets 3, 20, 22 & 23 (2A). If the retaining wall is on top of the sidewalk or trail, is the bottom or wall shown incorrectly? -The bottom of wall represents the bottom of the footing at the centerline of the wall, with the dashed line representing the top of sidewalk or trail. Please refer to the wall details on page 53 (2A) only and disregard the walls shown on page 3 (2A). They are for reference only. I did not see an item for the monolithic median noses? Are they incidental? -Median nose pavement shall be considered incidental to street paving. 5 Addendum No. 2 Why is there an item for remove and replace temporary concrete barrier in the bridge items? Where and what is it for? -Pay Item I-194 shall have a zero (0) quantity for both phase 2A and 2B proposal forms. There is an item to relocate pipe fence, but not one for the other fencing that is called out to be relocated. Please clarify. -The pipe fence will require the furnishing of new materials and installation. All other fence is relocation and considered subsidiarity to right of way preparation. General note 23 calls for temp paving to be 2Ò hmac and 6Ò flex base. Sheet 85 calls for temp paving to be 4Ò hmac and 8Ò flex base. Please clarify. -All temporary paving needs to be a minimum of 2Ò Type D HMAC on 6Ò compacted subgrade. Flex base is not required. When driveways are removed and temp material may be needed for temp maintenance, can that material be flex base or will it need to be asphalt? -Temporary repair at driveways will be 2Ò of HMAC on flex base, except where imminent follow up construction is to occur. Imminent construction are those activities that are to resume the following day where flex base is used to fill a trench for overnight protection, or where the activities to follow are of a short enough timeline that flex base will provide reasonable protection. Coordination and determination of said timeline shall be left to the City Inspector. Will precast structures be allowed for the 2Ô x 2Ô, 4Ô x 4Ô & 5Ô x 5Ômanholes? -Per General Note 38 in the plans ÑAll storm drain inlets, manholes, junction boxes and other structures shall be cast-in-place. Pre-cast structures shall not be permitted. All concrete used must be Class A.Ò (Keith Ï does the City have any structures they allow to be precast?) Is there a special detail for the 9Ô x 9Ô manhole? This is more of a junction structure and not a typical manhole. -Please see sheet XX (2B) for details regarding this manhole. Where is the 24Ò safety end section located in phase 2B, I see the headwall w/ flared wings on sheet. -The 24Ò safety end treatment is at the end of SD LAT F-7a on the west side of South Whispering Hills. It is shown in plan view on sheet 59 (2B) and its profile is on sheet 62 (2B). What is the difference between bid items I-98 and I-103? Please clarify the quantity on I- 103; plans seem to indicate 2, but the bid tab shows 4. -Pay item I-98 is for simply replacing an existing service. Pay item I-103 involves re- routing the existing service. The services included in I-103 currently connect to the existing 8Ò line in Sandy Lake Rd and will need to be connected to the water lines on the side streets. Item I-103 will most likely require work on private property which will require work by a licensed plumber increasing the cost. For this reason, these items were paid under a separate pay item. Pay item I-103 shall remain as 4 with any un-needed quantity not paid by the City. 6 Addendum No. 2 The traffic control calls out low profile barrier (CTB). Can we use the F-Shape TY 1 (CTB)? -All means and methods are to be developed by the contractor, and must meet M.U.T.C.D. criteria. Temporary shoring is needed during fill operation on Ph. 2A. Are you going to quantify and add a bid item? -Per addendum no. 1, ÑThe 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 contr estimating the lump sum cost based on their own individual methods and materials used.Ò Since method, materials, and material quantities may vary for each contractor, no additional pay items will be provided. Note 24 on sheet 66 (2A) indicates sidewalk and curb on bridge are incidental to bridge slab, but the bid form includes a bid item of 122cy. Which will govern? -Note 24 on sheet 66 (2A) has been modified. Mechanical couplers are shown for abutment reinforcing steel at stage construction joints. Does this also apply to bents, bridge slab, and approach slabs? -Mechanical couplers are required for the bents and abutments; th the bridge & approach slabs is small enough that the steel projecting from the slab for lap length should be short enough not to interfere with traffic. Bid item I-111 - 20Ò bore casing for the 8Ò sanitary sewer. There is also 31Ô of 20Ò bore casing required for the 6Ò sanitary sewer, will you be adding another bid item or will this be considered as incidental to bid item I-116? -The 20Ò bore casing for the 6Ò sanitary sewer service shall be considered incidental to pay item I-116. Sheets 15 & 25 (2A) show an apparent conflict at SW corner of the bridge between drill shaft and existing 24in waterline. Does the drill shaft move or the waterline, if the waterline moves how is it paid for? Also what type of waterline dip, pvc, rccp or? -Additional field study indicates that the 24Ò water line will not be in conflict with the proposed bridge abutment (although contractor must verify prior to drilling). If a conflict is discovered once construction has begun, a change order for the 24Ò water line relocation will be issued at that time. There is a bid item for HMAC (1757 sy). I know it was intended for placement if the projects were bid separate. Will you take it out of the bid proposal? -Since there is also a sizable quantity of HMAC transition on side streets (Cottonwood, Oak Trail, Shadydale), and since the contractor may need additional HMAC depending on how construction is phased, this quantity shall remain. Any unused HMAC quantity will simply not be paid. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force. 7 Addendum No. 2 Failure to return a signed copy of the addendum with the Proposa 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: ___________________ 8 Addendum No. 2